HomeMy WebLinkAboutResolution - 2013-R0311 - Contract - High Plains Contractors And Management Group Inc.- Metal Building - 09/26/2013Resolution No. 2013-RO311
September 26, 2013
Item No. 5.17
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 11452 for construction of
a metal building at the Lubbock Police Department Firing Range, by and between the
Ftty of Lubbock and High Plains Contractors and Management Group, Inc., and related
documents. Said Contract is attached hereto and incorporated in this resolution as if fully
set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on September 26, 2013
GL RrR/TT-SON. MAYOR
ATTEST:
P- el -cca Carza, City Secre
APPROVED AS TO CONTENT:
Roger t1fis, Chief of Police
APPROVED AS TO FORM:
/1- //1//7
Chad Weaver, Assistant City Attorney
vw:ccdocs RES.Contract-High Plains Contractors
August 21, 2013
Contract is viewable in the
Office of the City Secretary
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE: BY:
CONTRACT AWARD DATE:
CITY OF LUBBOCK
SPECIFICATIONS FOR
Construction of a Metal Building at Lubbock Police Department
Firing Range
RFP 13-11452-TF
CONTRACT # 11452
PROJECT NUMBER: 142.8163
Plans and specifications can be viewed online and downloaded from
WWW.BIDSYNC.COM at no cost.
Ikki
lof
iFNAS
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
This Page Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 13-11452-TF
The contractor is only to submit (1) one original copy of every item listed.
1. Carefully read and understand the plans and specifications and properly complete the
PROPOSAL SUBMITTAL FORM. Proposal submittal form MUST be completed in blue or
black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The
offeror binds himself on acceptance of his proposal to execute a contract and any required
bonds, according to the accompanying forms, for performing and completing the said work
within the time stated and for the prices stated below. In case of a discrepancy between the
Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate
seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL
TAX ID number or Owner's SOCIAL SECURITY number.
2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejection of your bid.
3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT
AFFIDAVIT.
4. Clearly mark the proposal number, title, due date and time and your company name and address
on the outside of the envelope or container.
5. Ensure your proposal is RECEIVED by the City of Lubbock Purchasing and Contract
Management Office prior to the deadline. Late proposals will not be accepted.
6. Complete and submit the CONTRACTORS STATEMENT OF QUALIFICATIONS.
7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAXID number or Owner's SOCIAL SECURITYnumber.
9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE
AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST
PAGE OF YOUR BID SUBMITTAL.
(Type or Print Company Name)
This Page Intentionally Left Blank
INDEX
1. NOTICE TO OFFERORS
2. GENERAL INSTRUCTIONS TO OFFERORS
3. TEXAS LOCAL GOVERNMENT CODE § 2267
4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. LUMP SUM PROPOSAL SUBMITTAL FORM
4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
4-4. SAFETY RECORD QUESTIONNAIRE
4-5. SUSPENSION AND DEBARMENT CERTIFICATION
4-6. PROPOSED LIST OF SUB -CONTRACTORS
5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
6. PAYMENT BOND
7. PERFORMANCE BOND
8. CERTIFICATE OF INSURANCE
9. CONTRACT
10. GENERAL CONDITIONS OF THE AGREEMENT
11. DAVIS-BACON WAGE DETERMINATIONS
12. SPECIAL CONDITIONS (IF APPLICABLE)
13. SPECIFICATIONS
This Page Intentionally Left Blank
NOTICE TO OFFERORS
This Page Intentionally Left Blank
NOTICE TO OFFERORS
RFP 13-11452-TF
Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City
Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on August 6, 2013 or as changed
by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for
the construction of the following described project:
RFP 13-11452-TF "Construction of a Metal Building at Lubbock Police Department Firing Range"
After the expiration of the time and date above first written, said sealed proposals will be opened in the office of
the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the
proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract
Management for the City of Lubbock, before the expiration of the date above first written.
The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 1:00 P.M. on August 6, 2013, and the City of Lubbock City Council will consider the
proposals on August 22, 2013, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may
be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The
successful proposer will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter
2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or
better. The bond must be in a form accepted by the City Attorney and must be dated the same as the
Contract Award date.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the
total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all
necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE
OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL
SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION
OF THE PROPOSAL SUBMITTAL. The estimated budget for this project is $100,000.
It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all
local conditions under which the work is to be done. It shall be understood and agreed that all such factors have
been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -
mandatory pre -proposal conference on July 30, 2013, at 10:00 A.M., in Purchasing and Contract
r. . - r t , . . tr . -th
79457.
Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC. COM at no cost.
Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing and Contract Management Office of
the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention
is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements
contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of
wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit
proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal
meetings and proposal openings are available to all persons regardless of disability. If you require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post
Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
wlarta ACvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
GENERAL INSTRUCTIONS TO OFFERORS
This Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
1 PROPOSAL DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive proposals to furnish
Construction of a Metal Building at the City of Lubbock Police Firing Range Construction
of a Metal Building at Lubbock Police Department Firing Range per the attached
specifications and contract documents. Sealed proposals will be received no later than 1:00
P.M., August 6, 2013, at the office listed below. Any proposal received after the date and hour
specified will be rejected and returned unopened to the proposer. Each proposal and supporting
documentation must be in a sealed envelope or container plainly labeled in the lower left-hand
corner: "RFP 13-11452-TF, Construction of a Metal Building at Lubbock Police
Department Firing Range" and the proposal opening date and time. Offerors must also include
their company name and address on the outside of the envelope or container. Proposals must be
addressed to:
Marta Alvarez, Director of Purchasing
& Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Offerors are responsible for making certain proposals are delivered to the Purchasing and
Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on
time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use
some sort of delivery service that provides a receipt.
1.3 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by
private courier service. Only written proposals submitted in conformance with the Instruction to
Offerrors will be considered responsive and evaluated or award of a Contract.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening proposals
through an addendum.
2. PRE -PROPOSAL MEETING
2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -
mandatory pre -proposal conference will be held at 10:00 A.M. July 30, 2013, in Purchasing
and Contract Management Department Conference Room 204, Lubbock City Hall, 1625 131h
Street, Lubbock, TX 79457. All persons attending the meeting will be asked to identify
themselves and the prospective proposer they represent. A site visit may be scheduled following
the pre -conference meeting.
2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
proposal meeting to offerors who do not attend the pre -proposal meeting.
3. ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at www.bidsync.com. We strongly suggest that you check for any
addenda a minimum of forty-eight hours in advance of the response deadline.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public
libraries.
3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Director of Purchasing and Contract Management.
At the request of the proposer, or in the event the Director of Purchasing and Contract
Management deems the interpretation to be substantive, the interpretation will be made by
written addendum issued by the Purchasing and Contract Management. Such addenda issued by
the Purchasing and Contract Management Office will be available over the Internet at
http://www.bidsync.com and will become part of the proposal package having the same binding
effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR
INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation
considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before
the proposal closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any explanation or interpretation that is not in writing.
Only information supplied by the City of Lubbock Purchasing and Contract Management Office
in writing or in this RFP should be used in preparing proposal responses. All contacts that a
proposer may have had before or after receipt of this RFP with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or
seen or heard in any communication facility regarding this proposal should be disregarded in
preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
4. EXAMINATION OF DOCUMENTS AND REOUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with
all requirements before submitting a proposal to ensure that their proposal meets the intent of
these specifications.
4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations
and examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for Proposals. Failure to make such investigations and
examinations shall not relieve the proposer from obligation to comply, in every detail, with all
provisions and requirements of the Request for Proposals.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Director of Purchasing and Contract Management and a
clarification obtained before the proposals are received, and if no such notice is received by
the Director of Purchasing and Contract Management prior to the opening of proposals,
then it shall be deemed that the proposer fully understands the work to be included and
has provided sufficient sums in its proposal to complete the work in accordance with these
plans and specifications. If proposer does not notify the Director of Purchasing and
Contract Management before offering of any discrepancies or omissions, then it shall be
deemed for all purposes that the plans and specifications are sufficient and adequate for
completion of the project. It is further agreed that any request for clarification must be
submitted no later than five (5) calendar days prior to the opening of proposals.
2
5. PROPOSAL PREPARATION COSTS
5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a proposal.
4.4 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any
services or equipment.
4.5 All costs related to the preparation and submission of a proposal shall be paid by the proposer.
6. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC
INFORMATION ACT
6.1 If you consider any portion of your proposal to be privileged or confidential by statute or
judicial decision, including trade secrets and commercial or financial information, clearly
identify those portions.
a. Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors
and keeps the proposals secret during negotiations. All proposals are open for public inspection
after the contract is awarded, but trade secrets and confidential information in the proposals are
not open for inspection. Tex. Loc. Govt. Code 252.049(b)
b. Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the
Texas Open Records Act.
7. LICENSES. PERMITS. TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the
proposer is or may be required to pay.
8. UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
local resources, and to outline in their proposal submittal how they would utilize local resources.
9. CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this proposal, the proposer certifies and represents to the City the
offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of
value for the receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
10. CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
11. PLANS FOR USE BY OFFERORS
It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
project covered by the contract documents be given a reasonable opportunity to examine the documents
3
and prepare a proposal without charge. The contract documents may be examined without charge as
noted in the Notice to Offerors.
12. PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive
proposals. It shall be the offerors responsibility to advise the Director of Purchasing and
Contract Management if any language, requirements, etc., or any combinations thereof,
inadvertently restricts or limits the requirements stated in this RFP to a single source. Such
notification must be submitted in writing and must be received by the City Purchasing and
Contract Management Office no later than five (5) calendar days before the proposal closing
date. A review of such notifications will be made.
12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL
REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN
WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE
PROPOSAL CLOSING DATE AND ADDRESSED TO:
Teofilo Flores, Buyer
City of Lubbock
Purchasing and Contract Management Office
1625 I P Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: TKFlores@mylubbock.us
Bidsync: www.bidsvnc.com
13. TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within
ONE HUNDRED TWENTY (120) CALENDAR DAYS from the date specified in the Notice to
Proceed issued by the City of Lubbock to the successful proposer.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing,
provided, however, the City reserves the right to require the Contractor to submit a progress
schedule of the work contemplated by the contract documents. In the event the City requires a
progress schedule to be submitted, and it is determined by the City that the progress of the work
is not in accordance with the progress schedule so submitted, the City may direct the Contractor
to take such action as the City deems necessary to ensure completion of the project within the
time specified.
14. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
15. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the
Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the
4
construction of the improvements contemplated by the contract documents have been paid in full
and that there are no claims pending, of which the Contractor has been notified.
16. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality
and grade will be furnished. The fact that the specifications may fail to be sufficiently complete
in some detail will not relieve the Contractor of full responsibility for providing materials of high
quality and for protecting them adequately until incorporated into the project. The presence or
absence of a representative of the City on the site will not relieve the Contractor of full
responsibility of complying with this provision. The specifications for materials and methods set
forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
17. GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed
against defective materials and workmanship. Prior to final acceptance, the Contractor shall
furnish to the Owner, a written general guarantee which shall provide that the Contractor shall
remedy any defects in the work, and pay for any and all damages of any nature whatsoever
resulting in such defects, when such defects appear within TWO years from date of final
acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner
(City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor
represents and warrants fault -free performance and fault -free result in the processing date and
date -related data (including, but not limited to calculating, comparing and sequencing) of all
hardware, software and firmware products delivered and services provided under this Contract,
individually or in combination, as the case may be from the effective date of this Contract. Also,
the Contractor warrants calculations will be recognized and accommodated and will not, in any
way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option,
may require the Contractor, at any time, to demonstrate the procedures it intends to follow in
order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its
sub -contractor or any third parry involved in the creation or development of the products and
services to be delivered to the City of Lubbock under this Contract. Failure to comply with any
of the obligations contained herein, may result in the City of Lubbock availing itself of any of its
rights under the law and under this Contract including, but not limited to, its right pertaining to
termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in
this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices, its
schedules, its annexes or any document incorporated in this Contract by reference.
18. PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and
specifications and related contract documents for use during construction. Plans and specifications for
use during construction will only be furnished directly to the Contractor. The Contractor shall then
distribute copies of plans and specifications to suppliers, subcontractors or others, as required for
proper prosecution of the work contemplated by the Contractor.
5
19. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid,
or not paid for such work, until the date the City issues its certificate of completion to Contractor.
The City reserves the right, after the proposals have been opened and before the contract has been
awarded, to require of a proposer the following information:
(a) The experience record of the proposer showing completed jobs of a similar nature to the
one covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the proposer.
(c) Equipment schedule.
20. TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to
buy the materials to be incorporated into the work without paying the tax at the time of
purchase.
21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract
documents in such a way as to exercise due care to locate and prevent damage to all underground
pipelines, utility lines, conduits or other underground structures which might or could be damaged by
Contractor during the construction of the project contemplated by these contract documents. The City
of Lubbock agrees that it will furnish Contractor the location of all such underground lines and
utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his
responsibilities aforementioned. All such underground lines or structures, both known and unknown,
cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall
be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the
owning utility at the Contractor's expense.
22. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and
the work as may be necessary. The Contractor will be held responsible for all damage to the work due
to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged
portion shall be immediately removed and replaced by Contractor at his own cost and expense. The
Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the
date of issuance to Contractor of City's certificate of acceptance of the project.
23. EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
6
24. CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all
times while the work is in progress under this contract. The successful proposer shall be required to
furnish the name, address and telephone number where such local representative may be reached
during the time that the work contemplated by this contract is in progress.
25. INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance
as required in the General Conditions of the contract documents, from an underwriter
authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage
shall be furnished to the City and written notice of cancellation or any material change will be
provided ten (10) days in advance of cancellation or change. All policies shall contain an
agreement on the part of the insurer waiving the right to subrogation. The Contractor shall
procure and carry at his sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be
acceptable. Such insurance shall be carried with an insurance company authorized to transact
business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided
covering the operation of each subcontractor. A certificate of insurance specifying each and all
coverages shall be submitted before contract execution.
26. LABOR AND WORKING HOURS
26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this
project shall not be less than specified in the schedule of general prevailing rates of per diem
wages as above mentioned. The proposer' attention is further directed to the requirements of
Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of
the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion
of the schedule of general prevailing rate of per diem wages in the contract documents does not
release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on Sundays
or holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to
provide the necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor.
The Contractor is approaching the penalty provisions of the contract and Contractor can
show he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior
to the weekend or holiday he desires to do work and obtain written permission from the
Owner's Representative to do such work. The final decision on whether to allow construction
work requiring an inspector on Sundays or holidays will be made by the Owner's
Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work
being done under this contract which is hazardous or dangerous to property or life, the
7
Contractor shall immediately commence work, regardless of the day of the week or the time of
day, to correct or alleviate such condition so that it is no longer dangerous to property or life.
27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on
the project under this contract in full (less mandatory legal deductions) in cash, or by check readily
cashable without discount, not less often than once each week. The Contractor and each of his
subcontractors shall keep a record showing the name and occupation of each worker employed
by the Contractor or subcontractor in the construction of the public work and the actual per
diem wages paid to each worker. This record shall be open at all reasonable hours to
inspection by the officers and agents of the City. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem
wages, which schedule is included in the contract documents. The Contractor shall forfeit as a
penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer,
workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman
or mechanic is paid less than the wages assigned to his particular classification as set forth in the
schedule of general prevailing rate of per diem wages included in these contract documents.
28. PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal
price due to increases or decreases in the cost of materials, labor or other items required for the
project will be rejected and returned to the proposer without being considered.
29. PREPARATION FOR PROPOSAL
29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do
the work contemplated or furnish the materials required. Such prices shall be written in ink,
distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the
extended total for a bid item, the unit price will be taken. A bid that has been opened
may not be bidder shall submit his bid on forms furnished by the City, and all blank spaces in
the changed for the purpose of correcting an error in the bid price.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a proposal is submitted by a firm, association, or partnership, the name
and address of each member must be given and the proposal signed by a member of the firm,
association or partnership, or person duly authorized. If the proposal is submitted by a
company or corporation, the company or corporate name and business address must be given,
and the proposal signed by an official or duly authorized agent. Powers of attorney
authorizing agents or others to sign proposals must be properly certified and must be in
writing and submitted with the proposal. The proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's Name:
29.3.2 Proposal RFP 13-11452-TF, "Construction of a Metal Building at Lubbock Police
Department Firing Range"
Proposal submittals may be withdrawn and resubmitted at any time before the time set for
opening of the proposals, but no proposal may be withdrawn or altered thereafter.
29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal
that has been opened may not be changed for the purpose of correcting an error in the
proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE
MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO
PROPOSAL OPENING.
30. BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and
include the following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Proposer's Submittal Form.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to proposer for his inspection in accordance with the
Notice to Offerors.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be
considered incorporated by reference into the aforementioned contract documents.
31. QUALIFICATIONS OF OFFERORS
The proposer may be required before the award of any contract to show to the complete satisfaction
of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide
the service specified therein in a satisfactory manner. The proposer may also be required to give a
past history and references in order to satisfy the City of Lubbock about the proposer's
qualifications. The City of Lubbock may make reasonable investigations deemed necessary and
proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to
the City of Lubbock all information for this purpose that may be requested. The proposer's proposal
may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted
by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly
qualified to carry out the obligations of the contract and to complete the work described therein.
Evaluation of the proposer's qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the
service required.
(b) The ability of the proposer to perform the work or provide the service promptly or within
the time specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
Before contract award, the recommended contractor for this project may be required to show that he
has experience with similar projects that require the Contractor to plan his work efforts and
equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall
include a complete list of ALL similar municipal and similar non -municipal current and completed
projects for the past five (5) years for review. This list shall include the names of supervisors and
type of equipment used to perform work on these projects. In addition, the Contractor may be
required to provide the name(s) of supervisor(s) that will be used to perform work on this project in
compliance with City of Lubbock specifications herein.
32. BASIS OF PROPOSALS AND SELECTION CRITERIA
The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Local Government Code Section 2267.153. The Maximum
Point value is equal to 100 points. The weight factor is 60% for Price, 20% for Contractor
Qualifications, 10% for Record of Performance, and 10% for Construction Time. The selection
criteria used to evaluate each proposal includes the following:
32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal
or, conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are
evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and
dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the
maximum point value multiplied by the weight of the price factor for the price score. For
Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor =
Price Score.
32.2 20% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's
qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and
past experience with the contractor. The City may also interview the job superintendent at a time
to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is
as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator
assigns points based upon the responses the contractor provides in the "Contractor's Statement of
Qualifications" And any past experience with the contractor. The "Contractor's Statement of
Qualifications" is a minimum, and you may provide additional pertinent information relevant to
the project for which you are submitting this proposal.
32.3 10% CONSTRUCTION TIME: This criterion is, as with price, objective and
evaluators use the following formula when determining construction time as a factor for
construction contract proposals. The lowest construction time proposal of all the proposals
becomes the standard by which all the construction time proposals are evaluated. One at a time,
each proposal is evaluated by taking the lowest construction time and dividing it by the
construction time of the proposal being evaluated. That fraction is then multiplied by the
maximum point value multiplied by the weight of the construction time factor for the
10
construction time score. For example: (Lowest construction time/Current Proposal construction
time) x Maximum Point Value x Weight Factor = Construction Time Score
32.4 10% RECORD OF PERFORMANCE: This criterion is also more subjectively
evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five
points allowable. Each evaluator assigns points based upon the responses you provide in your
"Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The
Contractor must submit this ratio with his bid. Contractors with an Experience Modification
Ratio greater than 1 will be given a zero. The City may consider any incidence involving worker
safety or safety of Lubbock residents, be it related or caused by environmental, mechanical,
operational, supervision or any other cause or factor under the contractor's control. Evaluators
base their rating primarily upon how well you document previous offenses with the date of the
offense, location where the offense occurred, type of offense, final disposition of the offense, and
any penalty assessed as well as the Experience Modification Ratio.
32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal.
The committee meets, during which time the Committee Chairperson totals the individual scores.
If the individual scores are similar, the Chairperson averages the scores then ranks offerors
accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates
discussion to determine the reasons for the differences and ensures that all evaluators are fully
knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee
based on committee discussion. Please note that offerors with higher qualifications scores could
be ranked higher than offerors with slightly better price scores.
32.6 The estimated budget for the construction phase of this project is $100,000.
32.7 Proposals shall be made using the enclosed Proposal Submittal Form.
33. SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the
most advantageous to the City of Lubbock considering the relative importance of
evaluation factors included in this RFP.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER
UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR
FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY
SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
33.3 The City shall select the offeror that offers the best value for the City based on the
published selection criteria and on its ranking evaluation. The City shall first attempt to
negotiate a contract with the selected offeror. The City and its engineer or architect may
discuss with the selected offeror options for a scope or time modification and any price
change associated with the modification. If the City is unable to negotiate a contract with
the selected offeror, the City shall, formally and in writing, end negotiations with that
offeror and proceed to the next offeror in the order of the selection ranking until a contract
is reached or all proposals are rejected.
11
33.4 In determining best value for the City, the City is not restricted to considering price alone,
but may consider any other factor stated in the selection criteria.
33.5 A proposal will be subject to being considered irregular and may be rejected if it shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in
lieu of the items specified, if the unit prices are obviously unbalanced (either in excess
of or below reasonably expected values), or irregularities of any kind. "
34. ANTI -LOBBYING PROVISION
34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL
WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF
EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING
DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS,
INTERVIEWS, OR PRESENTATIONS.
34.2 This provision is not meant to preclude bidders from discussing other matters with City
Council members or City staff. This policy is intended to create a level playing field for
all potential bidders, assure that contract decisions are made in public, and to protect the
integrity of the bid process. Violation of this provision may result in rejection of the
bidder's bid.
35. PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing
Wage Rates, with respect to the payment of prevailing wage rates for the construction of a
public work, including a building, highway, road, excavation, and repair work or other
project development or improvement, paid for in whole or in part from public funds,
without regard to whether the work is done under public supervision or direction. A
worker is employed on a public work if the worker is employed by the contractor or any
subcontractor in the execution of the contract for the project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid
not less than the general prevailing rate of per diem wages for the work of a similar
character in the locality in which the work is performed, and not less than the general
prevailing rate of per diem wages for legal holiday and overtime work.
35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas
pursuant to and in accordance with the Texas Government Code, Section 2258.022.
Bidders may access the U. S. Department of Labor web site at the following web address
to obtain the rates to be used in Lubbock County:
hLtp://www.wdol.gov/dba.aspx
12
35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from
the web site for the type of work defined in the bid specifications.
35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023
shall pay to the City of Lubbock $60 for each worker employed for each calendar day or
part of the day that the worker is paid less than the wage rates stipulated in the contract.
13
This Page Intentionally Left Blank
TEXAS LOCAL GOVERNMENT CODE § 2267.001.
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
(a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or
repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a
governmental entity shall follow the procedures prescribed by this section.
(a-1) In this section "facility" means an improvement to real property.
(b) The governmental entity shall select or designate an engineer or architect to prepare construction documents
for the project. The selected or designated engineer or architect has full responsibility for complying with
Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time
employee of the governmental entity, the governmental entity shall select the engineer or architect on the
basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code.
(c) The governmental entity shall provide or contract for, independently of the contractor, the inspection
services, the testing of construction materials engineering, and the verification testing services necessary for
acceptance of the facility or project by the governmental entity. The governmental entity shall select those
services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify
them in the request for proposals.
(d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction
documents, selection criteria, estimated budget, project scope, schedule, and other information that
contractors may require to respond to the request. The governmental entity shall state in the request for
proposals the selection criteria that will be used in selecting the successful offeror.
(e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any
are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of
opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation
to the published selection criteria.
(f) The governmental entity shall select the offeror that offers the best value for the governmental entity based
on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt
to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may
discuss with the selected offeror options for a scope or time modification and any price change associated
with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror,
the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the
next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected.
(g) In determining best value for the governmental entity, the governmental entity is not restricted to
considering price alone, but may consider any other factor stated in the selection criteria.
This Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
This Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
LUMP SUM PRICE PROPOSAL CONTRACT
DATE
RFP 13-11452-TF - Construction of a Metal Building at Lubbock Police Department Firing Range
Proposal of
(hereinafter called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the construction of a Construction of a Metal Building at
Lubbock Police Department Firing Range having carefully examined the plans, specifications, instructions to Offerors,
notice to Offerors and all other related contract documents and the site of the intended work, and being familiar with all of
the conditions surrounding the 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.
BASE PROPOSAL
ITEM
DESCRIPTION
UNIT
MATERIALS
LABOR
TOTAL PRICE
NO.
Construction of New Metal
1
LS
Building, per specifications
TOTAL PROPOSAL ITEM #1: ($ )
DURATION
1. Number of days required for construction: TOTAL CALENDAR DAYS:
ADDITIVE ALTERNATES
ITEM
NO.
DESCRIPTION
UNIT
MATERIALS
LABOR
TOTAL PRICE
Install a concealed fastener panel
roofing system in lieu of R-Panel
1
LS
Roof system with exposed
screws as per Section 01200.
Offeror's Initials
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within 120 Calendar Days, thereafter as stipulated in the
specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the
sum of $100 for each day in excess of the time set forth herein above for completion of this project, all as more fully set
forth in the general conditions of the contract documents.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with
instruction number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the
proposing.
The Offeror agrees that this proposal shall be good for a period of 60 calendar days after the scheduled closing time for
receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence
work on the date specified in the written notice to proceed, and to substantially complete the work on which he has
proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent of the total amount of the
proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute
all necessary bonds (if required) within 10 days after notice of award of the contract to him.
Offeror's Initials
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's
Check or Certified Check for Dollars ($ ) or a Proposal Bond
in the sum of Dollars ($ ), which it is agreed shall be collected
and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if
any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of
said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
(Seal if Offeror is a Corporation)
ATTEST:
Secretary
Offeror acknowledges receipt of the following addenda:
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
Addenda No.
Date
State Zip Code
Addenda No.
Date
Telephone: -
Addenda No.
Date
Fax: -
Addenda No.
Date
Email:
FEDERAL TAX ID or SOCIAL SECURITY No.
M/WBE Finn: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
This Page Intentionally Left Blank
CITY OF LUBBOCK
CONTRACTOR'S STATEMENT OF QUALIFICATIONS
RFP 13-11452-TF — Construction of a Metal Building at
Lubbock Police Department Firing Range
Candidates must complete each of the following items in order to be considered.
1. FIRM NAME:
2. BUSINESS ADDRESS:
3
TELEPHONE, WITH AREA CODE:
FAX, WITH AREA CODE:
E MAIL ADDRESS:
INTERNET URL ADDRESS:
4. TYPE OF ORGANIZATION: (CHECK ONE)
a. SOLE PROPRIETORSHIP ( )
b. PARTNERSHIP ( )
c. CORPORATION ( )
d. JOINT VENTURE ( )
5. PRINCIPALS (P) AND ASSOCIATES (A):
(WRITE "P" OR "A" FOR EACH)
DEGREE OR
NAME P/A CERTIFICATE INSTITUTION
a.
0
CITY OF LUBBOCK
CONTRACTOR'S STATEMENT OF QUALIFICATIONS
RFP 13-11452-TF — Construction of a Metal Building at
Lubbock Police Department Firing Range
CONTINUED
6. LIST 5 MAJOR PROJECTS WITHIN THE PAST THREE YEARS THAT ILLUSTRATE YOUR
EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S.
PROJECT OWNER YEAR COST
a.
b.
C.
d.
e.
7. REFERENCES:
(INCLUDE AT LEAST THREE REFERENCES FROM THREE PROJECTS SIMILAR TO THE ONE FOR
WHICH YOU ARE COMPETING)
a.
b.
C.
Signature:
Date:
Printed Name:
Title:
Firm Name:
Tel
Address:
NAME RELATIONSHIP PHONE NUMBER
SUBMITTED BY:
City: State: Zip:
2
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Offeror
Must be submitted with Proposal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been
reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to,
within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance
certificate to the City meeting all of the requirements defined in this proposal.
Contractor ( Original Signature) Contractor (Print)
CONTRACTOR'S BUSINESS NAME:
(Print or Type)
CONTRACTOR'S FIRM ADDRESS:
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
RFP 13-11452-TF- Construction of a Metal Building at Lubbock Police Department Firing Range
3
This Page Intentionally Left Blank
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to
Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
three (3) questions and submit them with their proposals:
QUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
Offeror's Initials
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO,
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
QUESTION FOUR
Provide your company's Experience Modification Rate and supporting information:
ACKNOWLEDGEMENT
THE STATE OF TEXAS
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected.
Signature
Title
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY N
FEDERAL TAX ID or SOCIAL SECURITY No.
Signature of Company Official:
Printed name of company official signing
Date Signed:
This Page Intentionally Left Blank
PROPOSED LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location Services Provided Yes No
1.
° °
2.
° °
3.
° °
4.
° °
5.
° °
6.
° °
7.
° °
8.
° °
9.
° °
10.
° °
11.
° °
12.
° °
13.
° °
14.
° °
15.
° °
16.
° °
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
Company
Address
City, County
State Zip Code
Telephone: -
Fax: -
RFP 13-11452-TF- Construction of a Metal Building at Lubbock Police Department Firing Range
This Page Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due.
FINAL LIST OF SUB -CONTRACTORS
This Page Intentionally Left Blank
FINAL LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location Services Provided Yes No
1.
2.
° °
3.
° °
4.
5.
° °
6.
° °
7.
° °
8.
° °
9.
° °
10.
° °
11.
° °
12.
° °
13.
° °
14.
° °
15.
° °
16.
° °
SUBMITTED BY:
Company
Address
City,
County
State Zip Code
Telephone: -
Fax: -
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS
DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
RFP 13-11452-TF- Construction of a Metal Building at Lubbock Police Department Firing Range
This Page Intentionally Left Blank
PAYMENT BOND
This Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that
as Principal(s), and
(hereinafter called the Principal(s),
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Dollars ($ ) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of
, 2013, to
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay
all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
day of 2013.
Surety
*By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates 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.
Surety
By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* 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.
PERFORMANCE BOND
This Page Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Dollars ($ ) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of
, 2013, to
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of 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
day of , 2013.
Surety (Company Name)
* By:
(Title)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates 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.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* 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.
CERTIFICATE OF INSURANCE
This Page Intentionally Left Blank
TO: CITY OF LUBBOCK
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457
THIS IS TO CERTIFY THAT
CERTIFICATE OF INSURANCE
DATE:
TYPE OF PROJECT:
(Name and Address of Insured) is, at the date of this
certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with
the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
❑ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
11
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATION FLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in
less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
By:
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto/General Liability and
provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE
ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
This Page Intentionally Left Blank
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNSIHED SHALL NAME THE
CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND
NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A
WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE,
WORK ON THE PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE
CONTRACTOR'S RESPONSIBITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSTAION COVERAGE FOR EACH
SUBCONTRACOR. COPIES OF THE ENDORSEMETNS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and contractually require each person with whom it
contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
CONTRACT
This Page Intentionally Left Blank
CONTRACT 11452
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this day of , 2013 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 of the City of ,
County of and the State of hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
RFP 13-11452-TF Construction of a Metal Building at Lubbock Police Department Firing Range
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. is proposal dated 2013 is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
By:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Company
Address
City, State, Zip
ATTEST:
Corporate Secretary
By:
Glen C. Robertson, Mayor
ATTEST:
Rebecca Garza, City Secretary
APPROVED AS TO CONTENT:
Wesley D. Everett, Director of Facilities Management
Roger Ellis, Chief of Police
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
This Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
This Page Intentionally Left Blank
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.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit who has agreed to perform the work embraced
in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative Wesley D. Everett, Director of Facilities Management, so
designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or
Resident Project Representatives as may be authorized by said Owner to act in any particular way under this
agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction
of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the
Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
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.
SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
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.
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. The pipeline must be backfilled, tested, final grading and
seeding performed for substantial completion.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor will Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's
failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the construction
documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from
Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work
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.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative (as distinguished from Resident Project Representative(s))has the authority to review all work
included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be
necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine
the amounts and quantities of the several kinds of work which are to be paid for under the contract documents,
and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases,
decide every question which may arise relative to the execution of this contract on the part of said Contractor.
The decision of the Owner's Representative shall be conclusive in the absence of written objection to same
delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's
Representative. In the absence of timely written objection by Contractor, as provided herein, any and all
objection or objections shall be deemed waived.
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 distinguished from Resident Project
Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the
work done under this Agreement, and to see that said material is furnished and said work is done in accordance
with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the
subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or
inspectors so appointed, when such directions and instructions are consistent with the obligations of this
Agreement and accompanying plans and specifications provided, however, should the Contractor object to any
orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days
make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by
Contractor, as provided herein, any and all objection or objections shall be deemed waived.
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.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
Ml. llKINM I I�[I IM
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent
required by the contract documents. The Owner or Owner's Representative shall have the right at all times to
observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access
for such observation and testing at any location wherever such work is in preparation or progress. Contractor
shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and
shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's
Representative may reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether
4
Owner's Representative has previously accepted the work. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
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 proposal, except as provided under Changes and Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent to the firm actually performing the
work, and additional higher -tier markups limited to 5% to cover additional overhead and
insurance costs; or (2) the amount that would have been charged by a reasonable and
prudent Contractor as a reasonable and necessary cost for performance of the extra work,
as estimated by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
6
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the proposals are received, and if no such notice is received by the Owner's
Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully
understands the work to be included and has provided sufficient sums in its proposal to complete the work
in accordance with these plans and specifications. If Contractor does not notify Owner's Representative
before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans
and specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than seven (7) calendar days prior to the opening of
proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals
being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts
identified after proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND 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
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs,
damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued
or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
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
7
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND
NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER
OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE
SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO
THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED
ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance. — Delete
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000, Any Auto Combined Single Limit, to include all owned
and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance - Delete
E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required - Delete
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
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.
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.
The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
a
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.
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.
The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
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.
10
F.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(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;
11
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30-point bold type
and text in at least 19-point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (www.tdi.state. tx.us) to receive information of the legal requirements for
coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage, " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
`By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
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.";
12
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (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 Engineer and all of its officers, agents and
employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising
out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men
and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance
of this contract and the project which is the subject matter of this contract. When Owner so desires, the
Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been
paid, discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account
thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a
particular design, device, material or process or the product of a particular manufacturer or manufacturers is
specified or required in these contract documents by Owner; provided, however, if choice of alternate design,
13
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all
of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein
to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement,
the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the
violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or
subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall
notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as
provided in the contract for changes in the work. In the absence of timely written notification to Owner's
Representative of such variance or variances within said time, any objection and/or assertion that the plans and
specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed
waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances,
rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs
arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of
work to be done hereunder are essential conditions of this contract; and it is further mutually understood and
agreed that the work embraced in this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $100 (ONE HUNDRED
DOLLARS) PER CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract
as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated
for substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
14
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the proposal; provided,
also, that when the Owner is having other work done, either by contract or by its own force, the Owner's
Representative (as distinguished from the Resident Project Representative) may direct the time and manner of
constructing work done under this contract so that conflicts will be avoided and the construction of the various
works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than within twenty (20) calendar days of written submission by
Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay
and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
15
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project, provided that the
over run or under run of estimated quantities note exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents
and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property,
related to, arising from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and
according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment. Owner's Representative shall review said application for partial payment if submitted, and
the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
16
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent
standard retainage until actually incorporated into the project.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or
the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay
all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects,
attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or
relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
17
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
18
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a
newspaper having a general circulation in the County of location of the work, may let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what would
have been the cost under this contract, such increase shall be charged to the Contractor and the Surety
shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less
than that which would have been the cost to complete the work under this contract, the Contractor or his
Surety shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
19
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's
"Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not
be in effect until such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
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.
20
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57, THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative
and not exclusive, and may be exercised concurrently. To the extent of any conflict between this
provision and another provision in, or related to, this document, this provision shall control.
21
This Page Intentionally Left Blank
DAVIS-BACON WAGE DETERMINATIONS
This Page Intentionally Left Blank
EXHIBIT A
Superseded General Decision Number: TX20120262
State: Texas
Construction Type: Building
County: Lubbock County in Texas.
Modification Number Publication Date
0 01 /04/2013
BUILDING CONSTRUCTION PROJECTS (does not include single family
homes or apartments up to and including 4 stories).
Rates Fringes
Rates Fringes
Rates Fringes
BOIL0531-001 01/01/2012
SHEETMETAL WORKER (HVAC Duct
and Unit Installation) ........... $ 22.18
WELDERS - Receive rate
Boilermaker..$ 23.06 20.28
9.47
prescribed for craft
SUTX2009-168 06/03/2009
performing
* BRTX0005-003 06/01/2012
operation to which welding
CEMENT MASON/CONCRETE
is incidental
Bricklayer..$ 19.50 1.73
FINISHER ... $ 18.58 0.00
Unlisted classifications
CARP0665-002 05/01/2010
ELECTRICIAN ....... $ 18.09 2.36
needed for work not
Carpenter ....... $ 20.18 5.56
included within
IRONWORKER,
the scope of the
ENGI0178-004 12/01/2009
STRUCTURAL ........... $ 10.38
classifications listed may be
0.00
added after
OPERATOR: Forklift ..............$
LABORER: Common or General ...... $
award only as provided in
21.20 9.35
8.86 0.00
the labor standards contract
IRON0263-017 06/01/2012
clauses
Ironworker, reinforcing ........ $
LABORER: Mason Tender - Brick ... $
(29CFR 5.5 (a) (1) (ii)).
21.85 5.40
11.00 0.00
OPERATOR: Backhoe/Excavator..... $
PAIN0053-003 04/01/2008
13.81 0.00
Painter - Brush, Roller &
Spray .............$ 15.81 4.56
OPERATOR: Grader/Blade .......... $ 12.97
0.00
* PLUM0629-019 09/24/2012
OPERATOR: Loader (Front End) .... $
PLUMBER/PIPEFITTER$ 22.50
12.23 0.00
6.25
ROOFER ............ $ 12.06 0.00
SHEE0049-007 06/01/2011
TILE SETTER ....... $ 8.50 0.00
TRUCK DRIVER ...... $ 10.15
0.00
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is union or non -union.
Union Identifiers
An identifier enclosed in dotted lines beginning with
characters other than "SU" denotes that the union
classification and rate have found to be prevailing for that
classification. Example: PLUM0198-005 07/01/2011. The first
four letters , PLUM, indicate the international union and the
four -digit number, 0198, that follows indicates the local union
number or district council number where applicable , i.e.,
Plumbers Local 0198. The next number, 005 in the example, is
an internal number used in processing the wage determination.
The date, 07/01/2011, following these characters is the
effective date of the most current negotiated rate/collective
bargaining agreement which would be July 1, 2011 in the above
example.
Union prevailing wage rates will be updated to reflect any
changes in the collective bargaining agreements governing the
rates.
0000/9999: weighted union wage rates will be published annually
each January.
Non -Union Identifiers
Classifications listed under an "SU" identifier were derived
from survey data by computing average rates and are not union
rates; however, the data used in computing these rates may
include both union and non -union data. Example: SULA2004-007
5/13/2010. SU indicates the rates are not union majority rates,
LA indicates the State of Louisiana; 2004 is the year of the
survey; and 007 is an internal number used in producing the
wage determination. A 1993 or later date, 5/13/2010, indicates
the classifications and rates under that identifier were issued
as a General Wage Determination on that date.
Survey wage rates will remain in effect and will not change
until a new survey is conducted.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested parry's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
EXHIBIT B
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
SPECIFICATIONS
This Page Intentionally Left Blank
SPECIFICATIONS
FIRING RANGE STORAGE BUILDING
for
CITY OF LUBBOCK
POLICE DEPARTMENT
Lubbock,Texas
JULY 2013
D
D
Independent Building Consultants
8009 Englewood
Lubbock, Texas 79424
D aRc
J4 p. PRFS� y,'A
613° P
'9PE OF ZE+
PCX,& v� . I f;-, - /'IV -
7-12-13
Thoma Engineering, Inc,
5502 58th, Suite 200
Lubbcck, TX 79414-2074
P (806) 745-4881
F (806) 745-9688
*.:.....................:4.
R. J. THOJR.
56920 �+�
*��FG/ SO�ir
t
7-12-13
This Page Intentionally Left Blank
SPECIFICATIONS
TABLE OF CONTENTS
DIVISION 0 — BIDDING REQUIREMENTS AND CONTRACT INFORMATION
Provided by City of Lubbock
DIVISION I —GENERAL REQUIREMENTS
01100 Summary
01200 Price and Payment
01300 Administrative Requirements
01330 Submittal Procedures
01400 Quality Requirements
01410 Testing Laboratory Services
01420 Reference Standards
01500 Temporary Facilities & Controls
01600 Product Requirements
01650 Starting of Systems
01700 Execution Requirements
DIVISION 2 — SITE WORK
02200 Earthwork
02230 Site Clearing
02514 Concrete Walks and Paving
DIVISION 3 — CONCRETE
03300 Concrete Work
DIVISION 4 - MASONRY
Not Used
DIVISION 5 — METAL
05500 Metal Fabrications
DIVISION 6 — WOOD AND PLASTICS
06150 Plywood Paneling
DIVISION 7 — THERMAL AND MOISTURE PROTECTION
07900 Joint Sealers
DIVISION 8 — DOORS AND WINDOWS
08110 Hollow Metal Doors and Frames
08360 — Sectional Overhead Doors
08700 Hardware
TEI 13015 TABLE OF CONTENTS TOC - 1
06/13
DIVISION 9 - FINISHES
09900 Painting
DIVISION 10 — SPECIALTIES
Not Used
DIVISION 11- EQUIPMENT
Not Used
DIVISION 12 — FURNISHINGS
Not Used
DIVISION 13
13121 — Pre -Engineered Building
DIVISION 14
Not Used
DIVISION 15—MECHANICAL
Not Used
DIVISION 16 - ELECTRICAL
16000 Basic Electrical Methods
16060 Grounding and Bonding
16111 Conduit
16123 Building Wire and Cable
16130 Boxes
16140 Wiring Devices
16190 Supporting Devices
16195 Electrical Identification
16510 Interior Luminaires
16520 Exterior Luminaires
TEI 13015 TABLE OF CONTENTS TOC - 2
06/13
SECTION 01100
SUMMARY
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Project; Work covered by Contract Documents.
B. Contractor use of site and premises.
C. Work Sequence.
D. Owner occupancy.
1.3 PROJECT: WORK COVERED BY CONTRACT DOCUMENTS
A. Without force of effect, work of the Project consists of site clearing, site prep and
construction of a new 40 x 60 pre -manufactured storage building.
1.4 OWNER FURNISHED PRODUCTS
A. Toilet accessories as noted in Section 10800 — TOILET ACCESSORIES.
1.5 CONTRACTOR USE OF SITE AND PREMISES
A. Limit use of site and premises to allow:
1. Owner occupancy.
2. Work by Others.
B. Construction Operations: Limited to areas noted on Drawings.
1.6 CONTRACTOR CONDUCT
A. Lubbock Police Department shooting range is a smoke and alcohol free environment.
Contractor, sub -contractors, suppliers and all employees shall adhere to City of Lubbock's
policies regarding smoking and possession of alcohol on premises.
B. City of Lubbock prohibits possession of concealed weapons on premises or in the building.
Contractor, sub -contractors, suppliers and all employees shall adhere to City of Lubbock's
policies regarding concealed weapons.
C. Dress and Conduct
1. Contractor, sub -contractors, suppliers and all employees shall dress appropriately with
no attire having profane or other offensive graphics on any clothing or clothing
accessories, including hats. Employees wearing clothing or clothing accessories that
are considered offensive shall cover the offensive clothing or change clothing if
requested.
2. Contractor, sub -contractors, suppliers and all employees shall abstain from using
profane language and gestures.
3. Contractor, sub -contractors, suppliers and all employees shall be cognizant of presence
of the public in this building and shall be respectful of all City of Snyder employees
and visitors.
D. Construction Operations: Limited to areas noted on Drawings.
TEI 13015 SUMMARY 01100-1
06/13
1.8 OWNER OCCUPANCY
A. Lubbock Police Department occupies the shooting range on a regular basis.
B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations.
C. Coordinate noisy, odoriferous and disruptive work with Owner.
D. Schedule the Work to accommodate the Owner's continuing operations.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
TEI 13015 SUMMARY 01100-2
06/13
SECTION 01200
PRICE AND PAYMENT
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary
Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A.
Schedule of Values.
B.
Application for Payment.
C.
Change Procedures.
D.
Alternates.
13 RELATED SECTIONS
A. Section 01330 - Submittal Procedures: Schedule of Values.
B. Sectio 01600 - Product Requirements: Product substitutions.
1.4 CONTINGENCY ALLOWANCE
A. Include in the Contract, a stipulated sum/price of $75,000.00 for use upon Owner's
instruction.
B. Contractor's costs for products, delivery, installation, labor, insurance, payroll, taxes, bonding,
equipment rental, overhead and profit will be included in Change Orders authorizing
expenditure of funds from this Allowance.
C. Funds will be drawn from Contingency Allowance only by Change Order.
D. At closeout of Contract, funds remaining in Contingency Allowance will be credited to
Owner by Change Order.
1.5 SCHEDULE OF VALUES
A. Submit typed schedule on AIA Form G703 - Application and Certificate for Payment
Continuation Sheet.
B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to
Proceed.
C. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with
number and title of the major specification Section, separating labor and material for each
line item. Identify site mobilization, general conditions, bonds and insurance as separate
line items.
D. Include in each line item, the amount of Allowances specified in this Section. For unit price
Allowances, identify quantities taken from Contract Documents multiplied by the unit cost to
achieve the total for the item.
E. Include separately from each line item, a directly proportional amount of Contractor's
overhead and profit.
F. Revise schedule to Iist approved Change Orders, with each Application for Payment.
TEI 13015 PRICE AND PAYMENT 01200 - 1
06/ 13
1.6 APPLICATIONS FOR PAYMENT
A. Submit three copies of each application on AIA Form G702 - Application and Certificate for
Payment and AIA G703 - Continuation Sheet.
B. Content and Format: Utilize Schedule of Values for listing items in Application for
Payment.
C. Payment Period: As defined in Owner -Contractor agreement.
D. Include one copy of waiver of liens from each subcontractor.
1.7 CHANGE PROCEDURES
A. The Architect/Engineer will advise of minor changes in the Work not involving an
adjustment to Contract Sum/Price or Contract Time as authorized by AIA A201, 2007
Edition, Paragraph 7.4 by issuing Architect's/Engineer's Supplemental Instructions on AIA
Form G710.
B. The Architect/Engineer may issue a Construction Change Request which includes a
detailed description of a proposed change with supplementary or revised Drawings and
specifications and a change in Contract Time for executing the change. Contractor will
prepare and submit an estimate within 7 days.
C. The Contractor may propose a change by submitting request for change to the
Architect/Engineer, describing the proposed change and its full effect on the Work.
Include a statement describing the reason for the change, and the effect on the Contract
Sum/Price and Contract Time with full documentation and a statement describing the effect on
Work by separate or other contractors. Document any requested substitutions in accordance
with Section 01600.
D. Pricing for change orders will be determined in accordance with paragraph 23 of the
General Conditions of the Agreement.
H. Change Order Forms: AIA G701 Change Order.
I Execution of Change Orders: Architect/Engineer will issue Change Orders for signatures
of parties as provided in the Conditions of the Contract.
1.8 ALTERNATES
A. Alternates quoted on Proposal Forms will be reviewed and accepted or rejected at the
Owner's option. Accepted Alternates will be identified in Owner - Contractor Agreement.
B. Coordinate related work and modify surrounding work as required.
C. Schedule of Alternates:
1. Alternante No. 1
Based Bid: Metal roofing: R panel as specified in Section 13121-
Pre-Engineered Building.
Alternate: Concealed clip, field rolled seam panel as specified in
Section 13121-Pre -Engineered Building.
PART 2 - PRODUCTS
Not Used
TEI 13015 PRICE AND PAYMENT 01200 - 2
06/ 13
PART 3 - EXECUTION
Not Used
END OF SECTION
TEI 13015 PRICE AND PAYMENT 01200 - 3
06/ 13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01300
ADMINISTRATIVE REQUIREMENTS
PART 1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Project Information Management
B. Coordination.
C. Preconstruction meeting.
D. Request for information.
E. Progress meetings.
F. Preinstallation meetings.
1.3 PROJECT INFORMATION MANAGEMENT
A. Administration and exchange of project information will be accomplished through the use of
the Architect/Engineer's email.
B. Project information to be exchanged through email includes, but is not limited to, the
following:
1. Product Submittals
2. Requests for Information (RFI)
3. Applications for Payment
4. Schedules
5. Construction Change Requests (CCRs)
6. Close-out Documents
7. Construction Document Files
a. Weather Days
b. Electronic File Requests
C. Correspondence
d. Test Reports
e. Meeting Minutes
f. Field Reports
I.4 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to
assure efficient and orderly sequence of installation of interdependent construction elements,
with provisions for accommodating items installed later.
B. Verify that utility requirements and characteristics of operating equipment are compatible with
building utilities. Coordinate work of various Sections having interdependent responsibilities
for installing, connecting to, and placing in service, such equipment.
C. Coordinate space requirements and installation of mechanical and electrical work which are
indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit,
as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to
maximize accessibility for other installations, for maintenance, and for repairs.
D. Coordinate locations of fixtures and outlets with finish elements.
TEI 13015 ADMINISTRATIVE REQUIREMENTS 01300 -1
6/13
F. Items which require electrical connections shall be coordinated with Division 16 for:
1. Voltage
2. Phase
3. Ampacity
4. No. and size of wires
5. Wiring diagrams
6. Control devices and details
G. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial
Completion and for portions of Work designated for Owner's partial occupancy.
H. After Owner occupancy of premises, coordinate access to site with Owner for correction of
defective Work and Work not in accordance with Contract Documents, to minimize disruption
of Owner's activities.
1.5 PRECONSTRUCTION MEETING
A. Architect/Engineer will schedule a meeting after Notice to Proceed.
B. Attendance Required: Owner, Architect/Engineer, Contractor and major Subcontractors.
C. Agenda:
1. Submission of executed bonds and insurance certificates.
2. Distribution of Contract Documents.
3. Submission of list of Subcontractors, list of products, Schedule of Values, and progress
schedule.
4. Designation of personnel representing the parties in Contract and the
Architect/Engineer.
5. Procedures and processing of field decisions, submittals, substitutions, applications for
payments, proposal request, Change Orders, Request for Information (RFD, and Contract
closeout procedures.
6. Review Notice to Proceed (NTP) and Substantial Completion Dates.
7. Scheduling.
a. Use of premises by Owner and Contractor.
b. Owner's requirements.
C. Temporary utilities provided by Owner.
d. Security and housekeeping procedures.
e. Construction progress meetings.
f. Procedures for testing.
g. Procedures for maintaining record documents.
h. Requirements for start-up of equipment.
i. Inspection and acceptance of equipment put into service during construction
period.
D. Record minutes and distribute copies within three days after meeting to participants with two
copies to Architect/Engineer and those affected by decisions made.
1.6 REQUEST FOR INFORMATION
A. Contractor shall submit Requests For Information (RFI) on Contractor's standard RFI form..
RFI's shall be numbered sequentially and dated.
B. Only Contractor can submit RFIs to Architect/Engineer. RFI requests from subcontractors or
material suppliers shall be submitted to the Contractor. RFI requests from subcontractors or
material suppliers, submitted directly to the Architect/Engineer, will not be considered,
unless attached to the Contractor's standard Transmittal form.
TEI 13015 ADMINISTRATIVE REQUIREMENTS 01300 -2
6/13
C. All information indicated on the RFI shall be complete. A transmittal document, returning the
denied RFI request, will be provided with a response indicating action to be taken by
Contractor or additional information required.
D. RFIs may contain more than one item when the items are related issues. Otherwise, only one
item shall be addressed on each RFI request.
E. Architect/Engineer's response to the RFI will be in writing and issued to Contractor and
Owner electronically.
F. Responses from Architect/Engineer will not change any requirement of the Contract
Documents. Should Contractor believe an RFI response to cause a change to the Contract,
Contractor shall give written notice to Architect/Engineer in accordance with the requirements
in the Contract. Written notice shall include specific reasons and an order of magnitude of Cost
and/or Time that Contractor deems appropriate based on the Architect/Engineer's RFI response.
Contractor's written notice does not constitute a Change Order, but provide a basis for further
review and discussion with the Architect/Engineer.
1.7 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at minimum once every two
weeks.
B. Make arrangements for meetings, prepare agenda with copies for participants, preside at
meetings.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers, and
Architect/Engineer,
as appropriate to agenda topics for each meeting.
D. Agenda:
1. Review minutes of previous meetings.
2. Review of Work progress.
3. Field observations, problems, and decisions.
4. Identification of problems which impede planned progress.
5. Review of submittals schedule and status of submittals.
6. Review of off -site fabrication and delivery schedules.
7. Maintenance of progress schedule.
8. Corrective measures to regain projected schedules.
9. Planned progress during succeeding work period.
10. Coordination of projected progress.
11. Maintenance of quality and work standards.
12. Effect of proposed changes on progress schedule and coordination.
13. Other business relating to Work.
E Record minutes, and distribute copies within three days to Architect/Engineer, participants, and
those affected by decisions made.
1.8 PREINSTALLATION MEETING
A. When required in individual specification Sections, convene a pre -installation meeting at work
site prior to commencing work of the Section.
B. Require attendance of parties directly affecting, or affected by, work of the specific Section.
C. Notify Architect/Engineer four days in advance of meeting date.
D. Prepare agenda and preside at meeting.
I Review conditions of installation, preparation and installation procedures.
2 Review coordination with related work.
TEI 13015 ADMINISTRATIVE REQUIREMENTS 01300 -3
6/13
E. Record minutes, and distribute copies within three days after meeting to participants, with three
copies to Architect/Engineer.
PART 2 — PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work.
Beginning new Work means acceptance of existing conditions.
B. Verify that existing substrate is capable of structural attachment of new Work being applied or
attached.
C. Examine and verify specific conditions described in individual specification sections.
D. Verify that utility services are available, of the correct characteristics, and in the correct
location.
3.2 PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. Seal cracks or openings of substrate prior to applying next material or substance.
C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior
to applying any new material or substance in contact or bond.
END OF SECTION
TEI 13015 ADMINISTRATIVE REQUIREMENTS 01300 -4
6/13
SECTION 01330
SUBMITTAL PROCEDURES
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Submittal procedures.
B. Construction progress schedules.
C. Proposed products list.
D. Shop drawings.
E. Product data.
F. Samples.
G. Design data.
H. Test reports.
I. Certificates.
J. Manufacturers' instructions.
K. Manufacturers' field reports.
L. Erection drawings.
1-3 RELATED SECTIONS
A. Section 01200 - Price and Payment: Schedule of Values
B. Section 01400 - Quality Requirements: Manufacturers' field services and reports; Testing
Laboratory Services.
C. Section 01700 - Execution Requirements: Contract warranty, manufacturer's certificates and
closeout submittals.
1.3 SUBMITTAL PROCEDURES
A. Submit to Architect for review for limited purpose of checking for conformance
with information given and design concept expressed in Contract Documents.
B. Produce copies and distribute in accordance with SUBMITTAL PROCEDURES article and
for record documents purposes described in Section 01700.
C. Transmit each submittal separately with Contractor's standard transmittal letter
including Contractor's name, address and phone number. Each submittal shall
contain only one specification section.
D. Sequentially number transmittals using Section number or Contractors other
sequential numbering system.
E. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing sheet and
detail number(s), and specification Section number, appropriate to submittal.
F. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products
required, field dimensions, adjacent construction Work, and coordination of information, is in
accordance with the requirements of the Work and Contract Documents.
TEI NO. 13015 SUBMITTAL PROCEDURES 01330 - 1
06/13
G. Schedule submittals to expedite the Project, and deliver to Architect/Engineer. Coordinate
submission of related items.
H. For each submittal for review, allow 15 days excluding delivery time to and from the
Contractor.
L Identify variations from Contract Documents and product or system limitations which may be
detrimental to successful performance of completed Work.
I Allow space on submittals for Contractor, Architect, and Engineer review stamps.
K. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report
any inability to comply with provisions.
L. Submittals not requested will not be recognized or processed.
M. Format
1. Submit all submittals electronically using .PDF file extension or hard copy (1 copy)
printed material in a format no larger than 24 x 36. Each electronic submittal shall be a
single .PDF file including transmittal letter. Multiple files for the same submittal will
not be accepted.
2. To ensure each page is legible, .PDF pages of drawings shall be the same size/scale as
a hard copy. Where applicable, scale symbols should be provided to indicate
scale. Illegible submittals will be rejected.
N. The submittal procedures described in this Article applies to the Construction Progress
Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples and
digital files of same), Design Data, Test Reports, Certificates, Manufacturer's Instructions
and Field Reports, Erection Drawings and any other type of submittal submitted to
Architect.
1.4 SUBMITTAL PROCSSING
A. As much as possible, Architect/Engineer will use Architect's/Engineer's standard
SUBMITTAL REVIEW form to review submittals. Hard copy and electronic
submittals will not be marked, unless absolutely necessary. Electronic copies will
be marked using PDF editing software. Hard copies will be marked and scanned
into a pdf format for transmittal back to Contractor. Hard copies will not be
returned.
B. It shall be contractor's, sub -contractor', supplier's, vendor's, manufacturer's
responsibility to review Architect's/Engineer's SUBMITTA REVIEW form and/or
pdf files and make necessary correction(s) to submittals.
C. Produce copies and distribute in accordance with SUBMITTAL PROCEDURES article and
for record documents purposes described in Section 01700.
1.5 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule for Architect's/Engineer's review within 15 days after date
established in Notice to Proceed.
B. Revise and resubmit as required.
C. Submit revised schedule with each Application for Payment, identifying changes since previous
version.
D. Submit a horizontal bar chart with separate line for each section of Work, identifying first
work day of each week.
TEI NO. 13015 SUBMITTAL PROCEDURES 01330 - 2
06/13
1.6 SHOP DRAWINGS
A. Indicate special utility and electrical characteristics, utility connection requirements, and
location of utility outlets for service for functional equipment and appliances.
B. Printable Image Size: Minimum 8 1/2 x 11 inches and maximum 30 x 42 inches.
C. Draw details to a minimum scale of 1/2 inches equal to 1 foot.
D. Draw all architectural/engineering plans to a minimum scale of 1/8 inch equal to 1
foot and all engineering plans to a minimum scale of 1 inch equal to 30 feet.
E. Construction Documents (electronic or paper format) issued by the Architect shall not be
used in any shape, form or fashion in the creation and development of shop drawings,
except that electronic files containing floor plans or site plans which have been
purchased from the Architect/Engineer may be used as "backgrounds" for Contractor,
subcontractors, sub -subcontractors and material suppliers in the Shop Drawing process.
F. Electronic Files
1. Electronic drawing files are available for purchase from the Engineer upon request.
Cost of the files are indicated below plus applicable taxes.
0 — 3 sheets $100.00 per sheet
4 6 sheets $400.00 flat fee
7 9 sheets $500.00 flat fee
Only the Contractor or his subcontractors and sub -subcontractors may purchase an
electronic file. An electronic file will be provided in AUTOCAD format of the release
currently used by the Architect. File will be provided electronically via email.
2. Prior to delivery of the file, purchaser shall sign an Electronic File Transfer
Release Form. Payment for an electronic file shall occur upon delivery of file to
purchaser.
3. Electronic file shall be used only for the production of information required by this
project and shall not be used in any other form (in whole or part).
4. In the creation and publication of Shop Drawings, under no circumstances shall
the Design Professional's seal or title block of the drawing be reproduced. All
shop drawings must be original works from the Contractor subcontractors, sub -
subcontractors and material suppliers.
1.7 PRODUCT DATA
A. Mark each copy to identify applicable products, models, options, and other data.
Supplement manufacturers' standard data to provide information unique to this Project.
B. Include recommendations for application and use, and reference to compliance with
specified standards of trade associations and testing agencies.
C. Include notation of special coordination requirements for interfacing with adjacent work
and building utilities where applicable.
D. After review, distribute in accordance with Article titled SUBMITTAL PROCEDURES
above and provide copies for Record Documents described in Section 01700 —
Execution Requirements.
1.8 SAMPLES
A. Submit samples to illustrate functional and aesthetic characteristics of the product, with
integral parts and attachment devices. Accompany physical sample with color digital image
(photo or scanned PDF) of sample. Coordinate sample submittals for interfacing work.
TEI NO. 13015 SUBMITTAL PROCEDURES 01330 - 3
06/13
B. Unless otherwise specified, submit samples of finishes from manufacturers' full range of
standard colors, textures, and patterns, for Architect's selection.
C. Where variations in color, pattern or texture are inherent in the material or product, submit
multiple samples to indicate the approximate range or variations.
D. Include full Project information and identification of manufacturer, model number, type,
style and color on each sample.
E. Submit the number of samples specified in individual specification Sections; one of which
will be retained by Architect.
F. Reviewed samples which may remain as part of the Work are indicated in individual
specification Sections.
G. Samples will not be used for testing purposes unless specifically stated in individual
specification section.
1.9 DESIGN DATA
A. Submit for Architect's knowledge as contract administrator or for Owner.
B. Submit for information for limited purpose of assessing conformance with information
given and design concept expressed in Contract Documents.
1.10 TEST REPORTS
A. Submit for Architect's knowledge as contract administrator or for Owner.
B. Submit test reports for information for limited purpose of assessing conformance with
information given and design concept expressed in Contract Documents.
1.11 CERTIFICATES
A. When specified in individual specification sections, submit certification by
manufacturer, installation/application subcontractor, or Contractor to
Architect/Engineer.
B. Indicate material or product conforms to or exceeds specified requirements. Submit
supporting reference data, affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on material or product, but must
be acceptable to Architect.
1.12 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification sections, submit manufacturers' printed
instructions for delivery, storage, assembly, installation, start-up, adjusting, and
finishing.
B. Identify conflicts between manufacturers' instructions and Contract Documents.
C. Indicate special procedures, conditions requiring special attention and special
environmental criteria required for application or installation.
1.13 MANUFACTURER'S FIELD REPORTS
A. Submit reports for Architect's/Engineer's benefit as contract administrator or for
Owner.
B. Submit report within 30 days of observation to Architect/Engineer for information.
TEI NO. 13015 SUBMITTAL PROCEDURES 01330 - 4
06/13
C. Submit for information for limited purpose of assessing conformance with information
given and design concept expressed in Contract Documents.
1.14 ERECTION DRAWINGS
A. Submit drawings for Architect's or Engineer's benefit as contract administrator or
for Owner.
B. Submit for information for limited purpose of assessing conformance with information
given and design concept expressed in Contract Documents.
C. Data indicating inappropriate or unacceptable Work may be subject to action by
Architect, Engineer or Owner.
PART 2 - PRODUCTS
Not Used
PART 3 — EXECUTION
Not Used
END OF SECTION
TEI NO. 13015 SUBMITTAL PROCEDURES 01330 - 5
06/13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01400
QUALITY REQUIREMENTS
PART I - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Quality control and control of installation.
B. Tolerances.
C. Manufacturers' field services.
D. Examination
E. Preparation
13 RELATED SECTIONS
A. Section 01330 - Submittal Procedures: Submission of Manufacturers' Instructions and
Certificates.
B. Section 01410 Testing Laboratory Services.
C. Section 01420 - Reference Standards.
D. Section 01600 - Product Requirements: Requirements for material and product quality.
E. Section 01700 - Execution Requirements: Starting of Systems.
1.4 QUALITY CONTROL AND CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and
workmanship, to produce Work of specified quality.
B. Comply with manufacturers' instructions, including each step in sequence.
C. Should manufacturers' instructions conflict with Contract Documents, request clarification from
Architect/Engineer before proceeding.
D. Comply with specified standards as a minimum quality for the Work except when more
stringent tolerances, codes, or specified requirements indicate higher standards or more precise
workmanship.
E. Perform work by persons qualified to produce workmanship of specified quality.
F. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer.
G. Secure Products in place with positive anchorage devices designed and sized to withstand
stresses, vibration, physical distortion or disfigurement.
15 TOLERANCES
A. Monitor fabrication and installation tolerance control of products to produce acceptable Work.
Do not permit tolerances to accumulate.
B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract
Documents, request clarification from Architect/Engineer before proceeding.
C. Adjust products to appropriate dimensions; position before securing in place.
TEI NO. 13015 QUALITY REQUIREMENTS 01400 - 1
06/13
1.6 MANUFACTURERS' FIELD SERVICES
A. When specified in individual specification Sections, require material or product suppliers or
manufacturers to provide qualified staff personnel to observe site conditions, conditions of
surfaces and installation, quality of workmanship, and start-up of equipment, test, adjust, and
balance of equipment as applicable, and to initiate instructions when necessary.
B. Submit qualifications of observer to Architect/Engineer 30 days in advance of required
observations. Observer subject to approval of Architect/Engineer.
C. Report observations and site decisions or instructions given to applicators or installers that are
supplemental or contrary to manufacturers' written instructions.
D. Refer to Section 01330 - SUBMITTAL PROCEDURES, MANUFACTURERS' FIELD
REPORTS article.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work.
Beginning new Work means acceptance of existing conditions.
B. Verify existing substrate is capable of structural support or attachment of new Work being
applied or attached.
C. Examine and verify specific conditions described in individual specification sections.
D. Verify utility services are available, of correct characteristics, and in correct locations.
3.2 PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. Seal cracks or openings of substrate prior to applying next material or substance.
C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to
applying new material or substance in contact or bond.
END OF SECTION
TEI NO. 13015 QUALITY REQUIREMENTS 01400 - 2
06/13
SECTION 01410
TESTING LABORATORY SERVICES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Selection and payment.
B. Contractor submittals.
C. Laboratory responsibilities.
D. Laboratory reports.
E. Limits on testing laboratory authority.
F. Contractor responsibilities.
G. Schedule of inspections and tests.
13 RELATED SECTIONS
A. Section 01200 — Price and Payment: Allowance for payment of testing services.
B. Section 01300 - Submittals: Manufacturer's certificates.
C. Section 01650 - Starting of Systems and Division 15 Section: Testing, Adjusting, and
Balancing.
D. Section 01700 — Execution Requirements: Project Record Documents.
E. Individual Specification Sections: Inspections and tests required, and standards for testing.
1.4 REFERENCES
A. ANSUASTM D3740 - Practice for Evaluation of Agencies Engaged in Testing and/or
Inspection of Soil and Rock as Used in Engineering Design and Construction.
B. ANSUASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete,
Steel, and Bituminous Materials as Used in Construction.
1.5 SELECTION AND PAYMENT
A. Contractor shall employ and pay for services of an independent testing laboratory to perform
specified inspection and testing.
B. Employment of testing laboratory shall in no way relieve Contractor of obligation to perform
work in accordance with requirements of Contract Documents.
1.6 QUALITY ASSURANCE
A. Comply with requirements of ANSUASTM E329 and ANSI/ASTM D3740R.
B. Laboratory: Authorized to operate in State of Texas.
TEI NO. 13015 TESTING LABORATORY SERVICES 01410 - 1
06/13
C. Laboratory Staff: Maintain a full time registered Engineer on staff to review services.
D. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to
either National Bureau of Standards (NBS) standards or accepted values of natural physical
constants.
1.7 CONTRACTOR SUBMITTALS
A. Prior to start of Work, submit testing laboratory name, address, and telephone number, and
names of full time registered Engineer and responsible officer.
B. Submit copy of report of laboratory facilities inspection made by Materials Reference
Laboratory of National Bureau of Standards during most recent inspection, with memorandum
of remedies of deficiencies reported by inspection.
C. Submit Testing Laboratory firm's reports to the Architect, in triplicate, indicating observations
and results of tests and indicating compliance or non-compliance with Contract Documents.
D. Testing and employment of testing agency or laboratory does not relieve Contractor from
performing Work to contract requirements.
E. Perform re -testing and/or re -inspection required because of non-conformance to specified
requirements using the same testing agency or laboratory. Payment for retesting will be the
Contractor's responsibility.
1.8 LABORATORY RESPONSIBILITIES
A. Test samples of mixes submitted by Contractor.
B. Provide qualified personnel at site. Cooperate with Architect/Engineer and Contractor in
performance of services.
C. Perform specified inspection, sampling, and testing of Products in accordance with specified
standards.
D. Ascertain compliance of materials and mixes with requirements of Contract Documents.
E. Promptly notify Architect and Contractor of observed irregularities or non-conformance of
Work or Products.
F. Perform additional inspections and tests required by Architect/Enginner.
G. Attend preconstruction conferences and progress meetings.
1.9 LABORATORY REPORTS
A. After each inspection and test, promptly submit two copies of laboratory report to Architect and
to Contractor.
B. Include:
1. Date issued
2. Project title and number
3. Name of inspector
4. Date and time of sampling or inspection
5. Identification of product and Specifications Section
6. Location in the Project
7. Type of inspection or test
8. Date of test
9. Results of tests
10. Conformance with Contract Documents
C When requested by Architect/Engineer, provide interpretation of test results.
TEI NO. 13015 TESTING LABORATORY SERVICES 01410 - 2
06/13
10 LIMITS ON TESTING LABORATORY AUTHORITY
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents.
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory may not assume any duties of Contractor.
D. Laboratory has no authority to stop the Work.
1.11 CONTRACTOR RESPONSIBILITIES
A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used
which require testing, along with proposed mix designs.
B. Cooperate with laboratory personnel, and provide access to the Work.
C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and
handle samples at the site or at source of products to be tested, to facilitate tests and inspections,
storage and curing of test samples.
D. Notify Architect and laboratory minimum 24 hours prior to expected time for operations
requiring inspection and testing services.
E. Employ services of a separate qualified testing laboratory, arrange with laboratory and pay for
additional samples and tests required by Contractor beyond specified requirements.
1.12 SCHEDULE OF INSPECTIONS AND TESTS
A. As indicated in individual Specification Sections.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
TEI NO. 13015 TESTING LABORATORY SERVICES 01410 - 3
06/13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01420
REFERENCE STANDARDS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to the Work of this Section.
1.2 SECTION INCLUDES
A. Quality assurance.
B. Schedule of references.
1.3 QUALITY ASSURANCE
A. For products or workmanship specified by association, trade, or other consensus standards,
comply with requirements of the standard, except when more rigid requirements are specified
or are required by applicable codes.
B. Conform to reference standard by date of issue current on date of Contract Documents.
C. Obtain copies of standards when required by Contract Documents.
D. Should specified reference standards conflict with Contract Documents, request clarification
from Architect before proceeding.
E. The contractual relationship duties and responsibilities of the parties in Contract nor those of
the Architect shall not be altered from the Contract Documents by mention or inference
otherwise in any reference document.
1.4 SCHEDULE OF REFERENCES
AA Aluminum Association
90019th St., NW
Washington, DC 20006
www.aluminum.ore
AAMA American Architectural Manufacturers Association
1827 Walden Office Sq., Suite 104
Schaumburg, IL 60173-4268
www.aamanet.or�
AASHTO American Association of State Highway and Transportation
Officials
444 North Capitol Street, N.W., Suite 249
Washington, DC 20001
www.ashto.org
ACI American Concrete Institute
P.O. Box 9094
Farmington Hills, MI 48333-9094
www.aci-int.or
(202) 862-5100
(847) 303-5664
03001-13 REFERENCE STANDARDS 01420- 1
06/13
ACI ACI International
P.O. Box 9094
Farmington Hills, MT 48333-9094
ADSC The International Association of Foundation Drilling
9696 Skillman Street, Suite 280
Dallas, TX 75243
www.adsc-iafd.com
AF&PA American Forest & Paper Association
1111 Nineteenth St. NW, Suite 800 Washington, DC 20036
www.afandpa�org
AIA American Institute of Architects 1735 New York Avenue, N.W.
Washington, DC 20006 (606) 288-4960
(214) 681-5994
(202) 463-2700
AISC American Institute of Steel Construction One East Wacker Dr., Suite 3100
Chicago, IL 60601-2001 (312) 670-2400
www.aisc.org
AISI American Iron and Steel Institute 1101 17th St., NW, Suite 1300
Washington, DC 20036 (202) 452-7100
www.steel.org
ANSI American National Standards Institute (202) 293-8020
1819 L. Street, N.W.
Washington, DC 20036
www.ansi.org
APA/EWA APA-The Engineered Wood Association (253) 565-6600
P.O. Box 11700
Tacoma, WA 98411-0700
www.apawood. Org
ASCE American Society of Civil Engineers World Headquarters
1801 Alexander Graham Bell Dr. Reston, VA 20191-4400
www.asce.ora (703) 295-6300
(800) 548-2723
ASTM American Society for Testing and Materials (601) 832-9585
100 Barr Harbor Dr.
West Conshohocken, PA 19428-2959
www. . a s tin orz.
AWI Architectural Woodwork Institute (703) 733-0600
1952 Isaac Newton Sq. West
Reston, VA 20190
www.awinet.org
AWS American Welding Society (800) 443-9353
550 LeJeune Road, N.W. (305) 443-9353
03001-13 REFERENCE STANDARDS 01420- 2
06/13
BHMA Builders' Hardware Manufacturer Association
355 Lexington Avenue, 17th floor
New York, NY 10017
www.buildershardware.com
CFR Code of Federal Regulations
North Capitol Street between G & H Streets, NW
Washington, DC 20402
CLFMI Chain Link Fence Manufacturers Institute
1101 Connecticut Avenue, N.W.
Washington, DC 20036
CRSI Concrete Reinforcing Steel Institute
933 Plum Grove Road
Schaumburg, IL 60195
DHI Door and Hardware Institute
7711 Old Springhouse Road
McLean, VA 22102
EJMA Expansion Joint Manufacturers Association
25 North Broadway
Tarrytown, NY 10591
FM Factory Mutual System
1151 Boston -Providence Turnpike P.O. Box 688
Norwood, MA 02062
ICC International Code Conference
5360 S. Workman Mill Road
Whittier, CA 90601
IEEE Institute of Electrical and Electronics Engineers
345 East 47th Street
New York, NY 10017
IES Illumination Engineering Society of North America
345 East 47th Street
New York, NY 10017
MBMA Metal Building Manufacturer's Association
1300 Sumner Avenue
Cleveland, OH 44115-2851
NEC National Electrical Code (by NFPA)
NECA National Electrical Contractors Association
7315 Wisconsin Avenue
Bethesda, MD 20814
NEMA National Electrical Manufacturers' Association
(212) 297-2122
03001-13 REFERENCE STANDARDS 01420- 3
06/13
2101 'L' Street, N.W.
Washington, DC 20037
NFPA National Fire Protection Association
Battery March Park
Quincy, MA 02269
NFoPA National Forest Products Association
1619 Massachusetts Avenue, N.W.
Washington, DC 20036
NPCA National Paint and Coating Association
1500 Rhode Island Avenue N.W.
Washington, D.C. 20005
NRCA National Roofing Contractors Association
8600 Bryn Mawr Avenue
Chicago, IL 60631
OSHA Occupational Safety and Health Administration
(U. S . Department of Labor)
Government Printing Office
Washington, D.C. 20402
PCA Portland Cement Association
5420 Old Orchard Road
Skokie, IL 60077
SDI Steel Deck Institute
P.O. Box 9506
Canton, OH 44711
SMACNA Sheet Metal and Air Conditioning Contractors' National.
Association
8224 Old Court House Road
Vienna, VA 22180
SSPC Steel Structures Painting
Council 4400 Fifth
Avenue
Pittsburgh, PA 15213
UL Underwriters' Laboratories, Inc.
333 Pfingston Road
Northbrook, IL 60062
WCLIB West Coast Lumber Inspection Bureau
6980 S.W. Varns Road
Box 23145
PoPortland, OR 97223
03001-13 REFERENCE STANDARDS 01420- 4
06/13
WRI Wire Reinforcement Institute
8361 A Greensboro Drive McLean, VA 22102
WWPA Western Wood Products Association
1500 Yeon Building Portland, OR 97204
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
03001-13 REFERENCE STANDARDS 01420- 5
06/13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01500
TEMPORARY FACILITIES & CONTROLS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Documentation of Existing Conditions
B. Temporary Utilities: Electricity, lighting, heat, ventilation, communication services, water, and
sanitary facilities.
C. Temporary Controls: Barriers, enclosures fencing, protection of the Work, and water control.
D. Construction Facilities: Field offices storage sheds, vehicular access, parking, progress
cleaning, and project identification.
E. Removal of utilities, facilities, and controls.
13 RELATED SECTIONS
A. Section 01700 - Execution Requirements: Final Cleaning.
1.4 DOCUMENTATION OF EXISTING CONDITIONS
A. Prior to starting work, take photographs or video of all existing conditions that will
be affected or impacted by the work of this project.
B. Provide one copy of documentation to Architect/Engineer.
1.5 TEMPORARY ELECTRICITY
A. Use Contractor's portable power generators or Owner's power service from existing
electrical utility source.
B. Provide temporary electric feeder from electrical service at location as indicated.
C. Power Service Characteristics: 120/208V and 277/480V.
D. Provide power outlets for construction operations, with branch wiring and distribution boxes as
required.
C. Provide flexible power cords as required.
D. If afield office is provided, provide temporary disconnect and overcurrent protection in
conformance with National Electric Codef or service to said field office.
E. Permanent convenience receptacles in the new Storage Building may be utilized during
construction.
F. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch
circuits for power and lighting.
1. Provide 20 ampere duplex outlets, single phase circuits for power tools for every 2000
sq ft of active work area and at specific locations as required.
2. Provide 20 ampere, single phase branch circuits for lighting.
TEI 13015 TEMPORARY FACILITIES & CONTROLS 01500 - 1
06/ 13
1.6 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES
A. Provide and maintain temporary lighting for construction operations to achieve a minimum
lighting level of 2 watts/sq ft.
B. Provide and maintain 1 watt/sq ft lighting to exterior staging and storage areas after dark for
security purposes.
C. Provide and maintain 0.25 watt/sq ft H.I.D. lighting to interior work areas after dark for security
purposes.
D. Provide branch wiring from power source to distribution boxes with lighting conductors,
pigtails, and lamps as required.
E. Maintain lighting and provide routine repairs.
1.8 TEMPORARY COMMUNICATION SERVICES
A. Hardwired telephone service is not required.
B. As a minimum, provide cellular mobile telephone service for the on -site superintendent and
home office telephone service.
C. Contractor shall be capable of receiving electronic transmissions via email, but is not
required to have a hard -wired internet connection.
D. Provide fax and copy capability. Contractor shall not use City of Lubbock's fax or copy
equipment.
1.9 TEMPORARY WATER SERVICE
A. Use Owner's existing water service.
1.10 TEMPORARY SANITARY FACILITIES
A. Provide and maintain required facilities and enclosures.
B. Existing facilities, within the existing Police Department buildings, shall not be used by
Contractor, sub -contractors or suppliers.
1.11 FIELD OFFICES AND SHEDS
A. Office
1. Contractor is not required to have an on -site office. However, no space is available
in the building to provide office space.
2. If Contractor chooses to provide a field office, it shall be located in the grassed area
at the northwest side of the site. Contractor shall be responsible for running
temporary power to the office from the Owner's existing electrical panel on the
north side of the building and for protecting above ground wiring in Schedule 80
pvc conduit or accordance with NEC requirements for temporary wiring.
3. If an office is provided, anchor to prevent displacement and equip with drawing
display table as a minimum.
4. Provide temporary communications services specified in this Section.
B. Storage Areas And Sheds
1. Size storage to requirements for products of individual Sections, allowing for access and
orderly provision for maintenance and for inspection of products to requirements of
Section 01600.
2. Fire Extinguishers: Appropriate type fire extinguisher at each storage area.
3. Interior Materials in Storage Sheds: As required to provide specified environmental
conditions for storage of products.
TEI 13015 TEMPORARY FACILITIES & CONTROLS 01500 - 2
06/ 13
4. Heating and Ventilation: As required to maintain products in accordance with Contract
Documents
5. Lighting: As required for maintenance and inspection of products.
C. Preparation: Fill and grade sites for temporary structures sloped for drainage away from
buildings.
D. Installation: If provided, install office space ready for occupancy 15 days after date fixed in
Notice to Proceed.
E Maintenance and Cleaning:
1. Weekly cleaning and maintenance for office and storage areas.
2. Maintain approach free of mud, water, and snow.
F. Removal: At completion of Work remove buildings, foundations, utility services, and debris.
Restore areas under office, storage sheds and open storage to original condition.
1.12 EMPLOYEE RESIDENTIAL OCCUPANCY
A. Not allowed on Owner's property.
1.13 VEHICULAR ACCESS
A. Use Owner's roads. Protect from damage.
B. Contractor's and sub -contractor's equipment shall not restrict visitors or employees access
and egress from the site.
1.14 PARKING
A. Parking for contractor, sub -contractors and suppliers is available on site in the immediate
vicinity of the new Storage Building.
B . Schedule deliveries and park delivery vehicles in a manner that creates minimal interference
with on -going city operations.
C . Use of designated existing on -site roads for construction traffic is permitted, but must be
coordinated with Owner.
1.15 PROGRESS CLEANING
A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly
condition.
B. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as
required to maintain clean site.
C. Provide and pay for waste container for all construction debris.
D. Return surfaces under waste container to original condition.
1.16 PROJECT IDENTIFICATION
A. Project Identification Sign
1. Not required. If provided, comply with following requirements
a. Lettering: Exterior paint of quality adequate to withstand weathering, fading,
and chipping for duration of construction, colors as selected with exhibit lettering
by professional sign painter.
b. Install project identification sign within 15 days after date fixed by Notice to
Proceed.
c. Erect on site at location directed by Owner.
TEI 13015 TEMPORARY FACILITIES & CONTROLS 01500 - 3
06/ 13
d. Erect supports and framing on secure foundation, rigidly braced and framed to resist
wind loadings.
e. Install sign surface plumb and level, with butt joints. Anchor securely.
f. Paint exposed surfaces of sign supports and framing.
D. No other signs are allowed without Owner's permission except those required by law.
E Maintenance: Maintain signs and supports clean, repair deterioration and damage.
F. Removal: Remove signs, framing, supports, and foundations at completion of Project and
restore area to original condition.
1.17 BARRIERS
A. Provide barriers to prevent unauthorized entry to construction areas and to protect adjacent
properties from damage from construction operations and demolition.
B. Protect non -owned vehicular traffic and stored materials from damage.
1.18 TEMPORARY FENCING
A. Construction: Commercial grade chain link fence.
B. Provide 6 foot high fence around construction site and temporary materials storage area, equip
with vehicular and pedestrian gates with locks.
1.19 TEMPORARY ENCLOSURES
A. Exterior Enclosures
Provide temporary weather tight closure of exterior openings to accommodate acceptable
working conditions and protection for products, to allow for temporary heating, cooling,
ventilation and maintenance of required ambient temperatures identified in individual
specification sections, and to prevent entry of unauthorized persons. Provide access
doors with self -closing hardware and locks.
1.20 SECURITY
A. Security Program:
1. Protect Work from theft, vandalism, and unauthorized entry.
2. Initiate program at project mobilization.
3. Maintain program throughout construction period until Owner acceptance precludes
need for Contractor security.
B. Entry Control:
1. Restrict entrance of persons and vehicles into Project site and portions of building
occupied prior to final completion.
2. Allow entrance only to authorized persons with proper identification.
C Restrictions:
1 Do not allow cameras on site or photographs taken except by written approval of Owner.
1.21 DUST CONTROL
A. Execute Work by methods to minimize raising dust from construction operations.
B. Provide means to reduce dust raised by construction operations.
TEI 13015 TEMPORARY FACILITIES & CONTROLS 01500 - 4
06/ 13
1.22 PEST AND RODENT CONTROL
A. Provide methods, means, and facilities to prevent pests, insects and rodents from damaging the
Work.
1.23 POLLUTION CONTROL
A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere
from discharge of noxious, toxic substances, and pollutants produced by construction
operations.
B. Comply with pollution and environmental control requirements of authorities having
jurisdiction.
1.24 PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection where specified in individual
specification Sections.
B. Provide temporary and removable protection for installed Products. Control activity in
immediate work area to minimize damage.
C. Provide protective coverings at openings in walls, roof, and soffits.
D. Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or
movement of heavy objects, by protecting with durable sheet materials.
E. Prohibit traffic or storage upon roofed surfaces. If traffic or activity is necessary, obtain
recommendations for protection from roofing material manufacturer.
1.25 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary above grade utilities, equipment, facilities, and materials as soon as
permanent facilities can be utilized.
B. Remove risers for underground utilities to a minimum depth of 2 feet and cap.
C. Remove buried equipment, facilities, and materials completely.
D. Backfill excavations as specified in other sections and grade site as indicated.
E. Clean and repair damage caused by installation or use of temporary work.
F. Restore existing facilities used during construction to original condition. Restore permanent
facilities used during construction to specified condition.
G. When no longer needed, remove office, storage sheds and enclosures, if provided,
and restore surface(s) under same to original condition.
PART 2-PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
TEI 13015 TEMPORARY FACILITIES & CONTROLS 01500 - 5
06/ 13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01600
PRODUCT REQUIREMENTS
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Products.
B . Product delivery, storage and handling.
C. Product options.
D. Substitutions.
13 RELATED SECTIONS
A. Document 00200 - Instructions to Bidders: Product options and substitution
procedures.
B. Section 01400 - Quality Requirements: Product quality monitoring. Testing Laboratory
Services.
1.4 PRODUCTS
A. Products: Means new material, machinery, components, equipment, fixtures, and systems
forming the Work and does not include machinery and equipment used for preparation,
fabrication, conveying and erection of the Work. Products may also include existing
materials or components required for reuse.
B. Do not use materials and equipment removed from existing premises, except as specifically
permitted by the Contract Documents.
C. Provide interchangeable components of the same manufacturer, for similar
components.
D. Materials required to match existing work and not otherwise specified, shall be equal to the
existing work in quality, color and finish. Workmanship and installation shall be comparable to
adjacent existing work. The Architect/Engineer shall be the sole authority in determination of
acceptable work.
1.5 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery
1. Deliver materials, products and equipment to the project site in manufacturer's original,
unopened containers or packaging, with identifying labels intact and legible.
2. Promptly inspect shipments to assure that products comply with requirements,
quantities are correct, and products are undamaged.
3. Provide equipment and personnel to handle products by methods to prevent soiling,
disfigurement, or damage.
4. Arrange deliveries in accord with the construction schedule and in ample time to
facilitate inspection prior to installation to avoid unnecessary delays in the construction
process.
TEI NO. 13015 PRODUCT REQUIREMENTS 01600 - 1
06/13
B. Storage
1. Store and protect products in accordance with manufacturer's instructions, with seals
and labels intact and legible.
2. Store sensitive products in weather -tight, climate controlled enclosures.
3. For exterior storage of fabricated products, place on supports, above ground, sloped
to drain water.
4. Cover products subject to deterioration with impervious sheet covering.
Provide ventilation to avoid condensation or potential degradation of Products.
5. Store loose granular materials on solid flat surfaces in a well -drained area.
Prevent mixing with foreign matter.
6. Provide equipment and personnel to store products by methods to prevent
soiling, disfigurement, or damage.
7. Arrange storage of products to permit access for inspection. Periodically inspect to
verify products are undamaged and are maintained in acceptable condition.
8. All materials, products and equipment shall be stored on site.
C. Handling
1 Handle materials, products and equipment in a manner prescribed by manufacturer or
specified to protect from damage during storage and installation.
1.6 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Description Only: Any product meeting
those standards or description.
B. Products Specified by Naming One or More Manufacturers: Products of manufacturers
named and meeting specifications, no options or substitutions allowed.
C. Products Specified by Naming One or More Manufacturers with a Provision for
Substitutions:
Submit a request for substitution for any manufacturer not named in accordance with the
following article.
1.7 SUBSTITUTIONS
A. Architect will consider requests for substitutions only within 15 days after date established
in Notice to Proceed.
B. Substitutions may be considered when a product becomes unavailable through no fault of
the Contractor.
C. Document each request with complete data substantiating compliance of proposed
Substitution with Contract Documents.
D. A request constitutes a representation that the Bidder:
1. Has investigated proposed product and determined that it meets or exceeds the
quality level of the specified product.
2. Will provide the same warranty for the Substitution as for the specified
product.
3. Will coordinate installation and make changes to other Work which may be required
for the Work to be complete with no additional cost to Owner.
4. Waives claims for additional costs or time extension which may subsequently become
apparent.
5. Will reimburse Owner for review or redesign services associated with re -approval by
authorities.
TEI NO. 13015 PRODUCT REQUIREMENTS 01600 - 2
06/13
E. Substitutions will not be considered when they are indicated or implied on shop drawing or
product data submittals, without separate written request, or when acceptance will require
revision to the Contract Documents.
F. Substitution Submittal Procedure:
1. Submit four copies of request for Substitution for consideration. Limit each request
to one proposed Substitution.
2. Submit shop drawings, product data, and certified test results attesting to the proposed
product equivalence.
3. The Architect/Engineer will notify Contractor, in writing, of decision to accept or
reject request.
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
TEI NO. 13015 PRODUCT REQUIREMENTS 01600 - 3
06/13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 01650
STARTING OF SYSTEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Starting systems.
B. Demonstration and instructions.
13 RELATED SECTIONS
A. Section 01400 - Quality Requirements: Manufacturers field reports.
B. Section 01700 - Execution Requirements: System operation and maintenance data and extra
materials.
1.4 STARTING SYSTEMS
A. Coordinate schedule for start-up of various equipment and systems.
B. Notify Architect/Engineer seven days prior to start-up of each item.
C. Verify that each piece of equipment or system has been checked for proper lubrication,
or other conditions which may cause damage.
D. Verify that specified electrical characteristics agree with those required by the
equipment or system manufacturer.
E. Verify wiring and support components for equipment are complete and tested.
F. Execute start-up under supervision of responsible Contractors' personnel in
accordance with manufacturers' instructions.
G. Submit a written report in accordance with Section 01400 that equipment or system has
been properly installed and is functioning correctly.
1.5 DEMONSTRATION AND INSTRUCTIONS
A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior
to
date of final inspection.
B. For equipment or systems requiring seasonal operation, perform demonstration for other
Season.
C. Utilize operation and maintenance manuals as basis for instruction. Review contents of
manual with Owners' personnel in detail to explain all aspects of operation and
maintenance.
D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing,
maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment
location.
E. Prepare and insert additional data in operations and maintenance manuals when need for
additional data becomes apparent during instruction.
TEI 13015 STARTING OF SYSTEMS 01650-1
PART 2 - PRODUCTS
Not Used
PART 3 - EXECUTION
Not Used
END OF SECTION
TEI 13015 STARTING OF SYSTEMS 01650-2
SECTION 01700
EXECUTION REQUIREMENTS
PART I GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Closeout procedures.
B. Starting of systems.
C. Project record documents.
1.4 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready
for Architect's/Engineer's review.
B. Provide submittals to Architect/Engineer required by authorities having jurisdiction.
C. Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
1.5 STARTING OF SYSTEMS
A. Coordinate schedule for start-up of various equipment and systems.
B. Notify Architect/Engineer seven days prior to start-up of each item.
C. Verify each piece of equipment or system has been checked for proper lubrication,
control sequence and for conditions which may cause damage.
D. Verify specified electrical characteristics agree with those required by equipment or
system manufacturer.
E. Verify wiring and support components for equipment are complete and tested.
F. Execute start-up under supervision of Contractors' personnel in accordance with
manufacturers' instructions.
G. Submit a written report in accordance with Section 01330 that equipment or system has
been properly installed and is functioning correctly.
1.6 PROJECT RECORD DOCUMENTS
A Maintain on site one set of the following record documents; record actual revisions to the
Work:
1. Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed Shop Drawings, Product Data, and Samples.
6. Complete set of MSDS sheets for all materials.
TEI 13015 EXECUTION REQUIREMENTS 01700 - 1
06/13
7 . Manufacturer's instruction for assembly, installation, and adjusting.
B. Ensure entries are complete and accurate, enabling future reference by Owner.
C. Store record documents separate from documents used for construction.
D. Record information concurrent with construction progress, not less than weekly.
E. Specifications: Legibly mark and record at each product section description of actual
products installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda, Change Orders, RFI responses, and other modifications.
For Addenda, Change Orders, and RFI responses, cut out and tape to pages in
appropriate location, referencing source of change.
F. Record Drawings and Shop Drawings: Legibly mark each item to record actual
construction including:
1. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
2. Measured locations of internal utilities and appurtenances concealed in construction,
referenced to visible and accessible features of the Work.
3. Field changes of dimension and detail.
4. Details not on original Contract drawings.
5. Changes made by Addenda, Change Order, RFI responses, and other modifications.
For Addenda, Change Orders, and RFI responses, cut out and tape to pages in
appropriate location, referencing source of change.
G Material Safety Data Sheets (MSDS)
1. Comply with the most current requirements of the Department of State Health
Services, Texas Asbestos Health Protection Rules (TAHPR), Title 25., HEALTH
SERVICES, Part I, Chapter 295-Occupational Health, § 295.34-Asbestos
Management in Facilities and Public Buildings, paragraph (i) as a minimum and as
outlined below.
2. Submit MSDS on all products used in construction of Project.
3. Submit MSDS in 8 1/2 x 11 inch format text pages, bound in three D-ring binder with
durable plastic covers.
4. Prepare binder cover with printed title "MATERIAL SAFETY DATA SHEETS
(MSDS)", Title of Project, Project Address, Owner's Name, Address and Phone, and
Date of Construction Completion.
5. Internally subdivide the binder contents with permanent page dividers, organized
into the 16 Division CSI format, with tab title clearly printed under reinforced
laminated plastic tabs.
6. Prepare a table of contents, listing each of the 16 Divisions headings and listing each
material/product under each heading by manufacturer and material/product name.
7. Submit one complete set of the aforementioned information in the prescribed format
and on CD in PDF format.
8. Submit binder and CD with Application for Final Payment. Binder and CD shall
include all MSDS for materials/products delivered or installed in Project.
9. Failure to submit updated MSDS binder and CD will cause Application for Final
Payment to be held by Architect (not submitted to Owner for processing) until such
time updated MSDS binder and CD are received and reviewed for compliance by
Architect.
TEI 13015 EXECUTION REQUIREMENTS 01700 - 2
06/13
PART 2 — PRODUCTS
Not Used
PART 3 — EXECUTION
Not Used
END OF SECTION
TEI 13015 EXECUTION REQUIREMENTS 01700 - 3
06/13
THIS PAGE INTENTIONALLY LEFT BLANK.
f.��[�]►[I�III]
ID/_111401kyJLe 'n
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and other Division 1 Specification Sections, apply to work of this Section.
1.2 DESCRIPTION OF WORK
A. The extent of earthwork is shown on Drawings.
B. Preparation of subgrade for building slabs, walks and pavements is included as part of this
work.
C. Backfilling of trenches within building lines is included as part of this work.
1.3 QUALITY ASSURANCE
A. Codes and Standards: Perform excavation work in compliance with applicable requirements
of governing authorities having jurisdiction.
B. Testing and Inspection Service
1. Owner will engage a soil testing and inspection service for quality control testing during
earthwork operations. The testing laboratory shall comply with the requirements of
ASTM D3740, Evaluation of Agencies Engaged in Testing and/or Inspection of Soil or
Rock Used hi Engineering Design and Construction.
1.4 SUBMITTALS
A. Test Reports: Submit following reports directly to Engineer from the testing services, with
copies to Contractor.
1. Test reports on existing or borrow material for each type of soil encountered.
a. Atterberg Limits
b. Linear Shrinkage
C. Optimum moisture/maximum dry density curve
2. Field density test reports of subgrades and compacted fills. Reports shall indicate soil
type or change of soil if any other is used.
1.5 JOB CONDITIONS
A. Site Information
1. A subsurface soils investigation at the site has not been performed. Test borings and
other exploratory operations may be made by the Contractor at no additional cost to the
Owner.
B. Existing Utilities: Locate existing underground utilities in areas of work. If utilities are to
remain in place, provide adequate means of protection during earthwork operations.
1. Should uncharted, or incorrectly charted, piping or other utilities be encountered during
TEI No. 13015 Earthwork 02200 - 1
excavation, consult utility owner immediately for directions. Cooperate with Owner and
utility companies in keeping respective services and facilities in operation. Repair
damaged utilities to satisfaction of utility owner.
2. Do not interrupt existing utilities serving facilities occupied and used by Owner or
others, except when permitted in writing by Engineer and then only after acceptable
temporary utility services have been provided.
C. Use of Explosives: The use of explosives is not permitted.
D. Protection of Persons and Property: Barricade open excavations occurring as part of this work
and post with warning lights.
1. Operate warning lights as recommended by authorities having jurisdiction.
2. Protect structures, utilities, sidewalks, pavements and other facilities from damage
caused by settlement, lateral movement, undermining, washout and other hazards created
by earthwork operations.
PART 2 - PRODUCTS
2.1 SOIL MATERIALS
A. Satisfactory soil materials are defined as those complying with ASTM D2487 soil classification
groups GW, GP, GM, GC, SC, CL, SM, SW and SP.
B. Unsatisfactory soil materials are defined as those complying with ASTM D2487 soil
classification groups CH, ML, MH, OL, OH, and PT.
C. Backfill and Fill Materials: Satisfactory soil on -site materials or imported select fill materials
free of clay, rock or gravel larger than 2" in any dimension, debris, waste, frozen materials,
vegetable and other deleterious matter. Fill materials shall have a liquid limit less than 35 and
the plasticity index shall be from 4 to 15.
PART 3 - EXECUTION
3.1 EXCAVATION
A. Excavation consists of removal and disposal of material encountered when establishing
required finish grade elevations.
B. Earth excavation includes removal and disposal of pavements and other obstructions visible
on ground surface, underground structures and utilities indicated to be demolished and
removed, material of any classification indicated in data on subsurface conditions and other
materials encountered that are not classified as rock excavation or unauthorized excavation.
C. Unauthorized excavation consists ofremoval ofmaterials beyond indicated subgrade elevations
or dimensions without specific direction of Engineer. Unauthorized excavation, as well as
remedial work directed by Engineer, shall be at Contractor's expense.
D. Under footings, fill unauthorized excavation by extending indicated bottom elevation of footing
or base to excavation bottom, without altering required top elevation. Lean concrete fill may
be used to bring elevations to proper position, when acceptable to Engineer.
E. Elsewhere, backfill and compact unauthorized excavations as specified for authorized
excavations of same classification, unless otherwise directed by Engineer.
TEI No. 13015 Earthwork 02200 - 2
F. Additional Excavation: When excavation has reached required subgrade elevations, notify
Engineer who will make an inspection of conditions.
1. If unsuitable bearing materials are encountered at required subgrade elevations, carry
excavations deeper and replace excavated material as directed by Engineer.
2. Removal of unsuitable material and its replacement as directed will be paid on basis of
contract conditions relative to changes in work.
G. Stability of Excavations
1. Slope sides of excavations to comply with local codes and ordinances having
jurisdiction. Shore and brace where sloping is not possible because of space restrictions
or stability of material excavated.
2. Maintain sides and slopes of excavations in safe condition until completion of
backfilling.
H. Shoring and Bracing
1. Provide materials for shoring and bracing, such as sheet piling, uprights, stringers and
cross -braces, in good serviceable condition.
2. Establish requirements for trench shoring and bracing to comply with local codes and
authorities having jurisdiction.
3. Maintain shoring and bracing in excavations regardless of time period excavations will
be open. Carry down shoring and bracing as excavation progresses.
I. Dewatering: Prevent surface water and subsurface or ground water from flowing into
excavations and from flooding project site and surrounding area.
1. Do not allow water to accumulate in excavations. Remove water to prevent softening
of foundation bottoms, undercutting footings and soil changes detrimental to stability
of subgrades and foundations. Provide and maintain pumps, well points, sumps, suction
and discharge lines and other dewatering system components necessary to convey water
away from excavations.
2. Convey water removed from excavations and rain water to collecting or run-off areas.
Establish and maintain temporary drainage ditches and other diversions outside
excavation limits for each structure. Do not use trench excavations as temporary
drainage ditches.
Material Storage: Stockpile satisfactory excavated materials where directed, until required for
backfill or fill. Place, grade and shape stockpiles for proper drainage.
1. Locate and retain soil materials away from edge of excavations.
2. Dispose of excess soil material and waste materials as herein specified.
K. Excavation for Structures
Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10
foot, and extending a sufficient distance from footings and foundations to permit placing
and removal of concrete formwork, installation of services, other construction and for
inspection.
2. hi excavating for footings and foundations, take care not to disturb bottom of
excavation. Excavate by hand to final grade just before concrete reinforcement is
placed. Trim bottoms to required lines and grades to leave solid base to receive other
work.
L. Excavation for Pavements: Cut surface under pavements to comply with cross -sections,
elevations and grades as shown.
TEI No. 13015 Earthwork 02200 - 3
M. Excavation for Trenches
1. Dig trenches to the uniform width required for particular item to be installed,
sufficiently wide to provide ample working room.
2. Excavate trenches to depth indicated or required. Carry depth of trenches for piping to
establish indicated flow lines and invert elevations. Beyond building perimeter, keep
bottoms of trenches sufficiently below finish grade to avoid freeze -ups.
3. Where rock is encountered, carry excavation 6" below required elevation and backfill
with a 6" layer of crushed stone or gravel prior to installation of pipe.
4. Grade bottoms of trenches as indicated, notching under pipe bells to provide solid
bearing for entire body of pipe.
5. Backfill trenches with lean concrete where trench excavations pass within 18" of column
or wall footings and which are carried below bottom of such footings or which pass
under wall footings. Place concrete to level of bottom of adjacent footings.
6. Concrete is specified in Division 3.
7. Do not backfill trenches until tests and inspections have been made and backfilling
authorized by Engineer. Use care in backfilling to avoid damage or displacement ofpipe
systems.
N. Cold Weather Protection: Protect excavation bottoms against freezing when atmospheric
temperature is less than 35 degrees F. (1 degree C.)
3.2 COMPACTION
A. General: Control soil compaction during construction providing minimum percentage of
density specified for each area classification.
B. Percentage of Minimum Density Requirements: Compact soil to not less than the following
percentages of maximum dry density for soils which exhibit a well-defined moisture -density
relationship determined in accordance with ASTM D698 (Standard Proctor) at 2% above to 1 %
below optimum moisture content; and not less than the following percentages of relative
density, determined in accordance with ASTM D2049, for soils which will not exhibit a
well-defined moisture -density relationship.
1. Building Slabs: Compact top 12" of subgrade and each layer of backfill or fill material
at 95% maximum dry density or 90% relative dry density.
2. Walkways and Pavements: Compact top 6" of subgrade and each layer of backfill or fill
material at 95% maximum dry density or 90% relative dry density for cohesive soil
material.
C. Moisture Control: Where subgrade or layer of soil material must be moisture conditioned
before compaction, uniformly apply water to surface of subgrade, or layer of soil material, to
prevent free water appearing on surface during or subsequent to compaction operations.
1. Remove and replace, or scarify and air dry, soil material that is too wet to permit
compaction to specified density.
2. Soil material that has been removed because it is too wet to permit compaction may be
stockpiled or spread and allowed to dry. Assist drying by discing, harrowing or
pulverizing until moisture content is reduced to a satisfactory value.
3.3 BACKFILL AND FILL
A. General: Place acceptable soil material in layers to required subgrade elevations for each area
classification listed below.
1. In excavations, use satisfactory excavated or borrow material.
2. Under walks and pavements, use subbase materials or satisfactory excavated or borrow
TEI No. 13015 Earthwork 02200 - 4
material or combination of both.
Under building slabs, use satisfactory borrow material.
B. Backfill excavations as promptly as work permits but not until completion of the following:
1. Acceptance of construction below finish grade including, where applicable,
dampproofing, waterproofing and perimeter insulation.
2. Inspection, testing, approval and recording locations of underground utilities.
3. Removal of concrete formwork.
4. Removal of trash and debris.
C. Ground Surface Preparation
1. Remove vegetation, debris, unsatisfactory soil materials, obstructions and deleterious
materials from ground surface prior to placement of fills. Plow, strip or break-up so that
fill material will bond with existing surface.
2. When existing ground surface has a density less than that specified under "Compaction"
for particular area classification, breakup ground surface, pulverize, moisture -condition
to optimum moisture content and compact to required depth and percentage ofmaximum
density.
D. Placement and Compaction
1. Place backfill and fill materials in layers not more than 8" in loose depth for material
compacted by heavy compaction equipment and not more than 4" in loose depth for
material compacted by hand -operated tampers.
2. Before compaction, moisten or aerate each layer as necessary to provide optimum
moisture content. Compact each layer to required percentage of maximum dry density
or relative dry density for each area classification. Do not place backfill or fill material
on surfaces that are muddy, frozen or contain frost or ice.
3. Place backfill and fill materials evenly adjacent to structures to required elevations.
Take care to prevent wedging action of backfill against structures by carrying material
uniformly around structure to approximately same elevation in each lift.
3.4 GRADING
A. General: Uniformly grade areas within limits of grading under this section, including adjacent
transition areas. Smooth finished surface within specified tolerances, compact with uniform
levels or slopes between points where elevations are shown or between such points and existing
grades.
B. Grading Outside Building Lines: Grade areas adjacent to building lines to drain away from
structures and to prevent ponding.
C. Finish surfaces free from irregular surface changes and as follows:
1. Lawn or Unpaved Areas: Finish areas to receive topsoil to within not more than 0.10
foot above or below required subgrade elevations.
2. Walks: Shape surface of areas under walks to line, grade and cross-section, with finish
surface not more than 0.10 foot above or below required subgrade elevation.
3. Pavements: Shape surface of areas under pavement to line, grade and cross-section,
with finish surface not more than'/" above or below required subgrade elevation.
D. Grading Surface of Fill Under Building Slabs: Grade smooth and even, free of voids,
compacted as specified and to required elevation. Provide final grades within a tolerance of
!/2" when tested with a 10 foot straightedge.
TEI No. 13015 Earthwork 02200 - 5
E. Compaction: After grading, compact subgrade surfaces to the depth and percentage of
maximum density for each area classification.
3.5 FIELD QUALITY CONTROL
A. Quality Control Testing During Construction
1. Allow testing service to inspect and approve subgrades and fill layers before further
construction work is performed.
2. Perform field density tests in accordance with ASTM D 1556 (Sand Cone Method) or
ASTM D2167 (Rubber Balloon Method), or ASTM D2922, (Nuclear Gage Method) as
applicable.
B. Building Slab Subgrade
1. Make at least one field density test of subgrade for every 2000 sq. ft. of or building slab,
but in no case less than 3 tests. In each compacted fill layer, make one field density test
for every 2000 sq. ft. of overlaying building slab area, but in no case less than 3 tests.
Subsequent layers shall be placed only after the previous compacted layer has been
tested and approved by the testing laboratory Engineer.
C. If, in opinion of Engineer, based on testing service reports and inspection, subgrade or fills
which have been placed are below specified density, provide additional compaction and testing
at no additional expense to the Owner.
3.6 MAINTENANCE
A. Protection of Graded Areas
1. Protect newly graded areas from traffic and erosion. Keep free of trash and debris.
2. Repair and re-establish grades in settled, eroded and rutted areas to specified tolerances.
B. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by
subsequent construction operations or adverse weather, scarify surface, re -shape and compact
to required density prior to further construction.
3.7 DISPOSAL OF EXCESS AND WASTE MATERIALS
A. Removal from Owner's Property
1. Remove waste materials, including unacceptable excavated material, trash and debris
and dispose of it off Owner's property.
END OF SECTION 02200
This Section prepared by Thoma Engineering, Inc.
TEI No. 13015 Earthwork 02200 - 6
SECTION 02230
SITE CLEARING
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, and Division 1 - General
Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Clearing and grubbing.
B. Topsoil stripping.
1.3 RELATED SECTIONS
A. Section 01500 - Temporary Facilities and Controls: Temporary utilities, temporary construction
and support facilities, temporary security and protection facilities, and environmental protection
measures during site operations.
B. Section 02200 — Earthwork: Fill materials, excavating, backfilling, and site grading.
14 DEFINITIONS
A. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt,
and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying
subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 1 inch in
diameter; and free of weeds, roots, and other deleterious materials.
1.5 MATERIALS OWNERSHIP
A. Except for materials indicated to be stockpiled or to remain Owner's property, cleared
materials shall become Contractor's property and shall be removed from the site.
1.6 SUBMITTALS
A. Record drawings according to Section 01700 Execution Requirements
1. Identify and accurately locate capped utilities and other subsurface structural,
electrical, and mechanical conditions.
1.7 PROJECT CONDITIONS
A. Traffic: Minimize interference with adjoining roads, walks, and other adjacent
occupied or used facilities during site -clearing operations.
1. Do not close or obstruct roads, walks, or other adjacent occupied or used facilities without
permission from Owner.
B Notify utility locator service to have utilities located and marked in project area before site
clearing activities begin.
PART 2 - PRODUCTS
Not Used
TEI 13015 SITE CLEARING 02230- 1
06/13
PART 3-EXECUTION
3.1 PREPARATION
A. Protect and maintain benchmarks and survey control points from disturbance during construction.
B. Provide erosion -control measures to prevent soil erosion and discharge of soil -bearing water
runoff or airbome dust to adjacent properties and walkways.
C. Protect existing site improvements to remain from damage during construction.
1 Restore damaged improvements to their original condition, as acceptable to Owner.
D. Verify that existing plant life or items designated to remain are tagged or identified.
32 UTILITIES
A. Existing Utilities: 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/Engineer not less than two days in advance of proposed utility interruptions.
2. Do not proceed with utility interruptions without Architect's/Engineer's written
permission.
3.3 CLEARING AND GRUBBING
A. Remove obstructions, grass, and other vegetation to permit installation of
new construction.
B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material,
unless further excavation or earthwork is indicated.
1 Place fill material in horizontal layers not exceeding 8-inch loose depth, and
compact each layer to a density equal to adjacent undistrubed ground.
3.4 TOPSOIL STRIPPING
A. Remove sod and grass before stripping topsoil.
B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying
subsoil or other waste materials.
L Strip surface soil of unsuitable topsoil, including trash, debris, weeds, roots, and
other waste materials.
C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil.
Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust.
1. Limit height of topsoil stockpiles to 72 inches.
2. Stockpile surplus topsoil and allow for re -spreading deeper topsoil.
3.6 DISPOSAL
A Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished
materials, and waste materials, including trash and debris, and legally dispose of them off Owner's
property.
END OF SECTION
TEI 13015 SITE CLEARING 02230- 2
06/13
SECTION 02514
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and other Division 1 Specification Sections, apply to work of this Section.
1.2 DESCRIPTION OF WORK
A. The extent of concrete, walks and paving is shown on the Drawings.
B. Comply with applicable requirements of Section 03300, Concrete Work, for materials, testing,
mixing, placing and curing, except as herein specified otherwise.
A. Grade Control: Establish and maintain the required lines and grades.
PART2-PRODUCTS
2.1 MATERIALS
A. Forms:
1. Either steel or wood, of size and strength to resist movement during concrete placement
and to retain horizontal and vertical alignment until removal. Use forms that are straight
and free of distortion and defects. Bent, twisted, split or defective form materials are
not permitted.
2. Use flexible spring steel forms or laminated boards to form radius bends as required.
3. Coat forms with a non -staining, clear, paraffin base form oil that will not discolor or
otherwise deface the surface of the concrete.
B. Concrete: Comply with applicable requirement of Section 03300 Concrete Work for concrete
materials. Concrete mix shall not be the same as used for building slabs and foundations.
Exterior concrete shall attain a minimum compressive strength of 3000 psi at 28 days and shall
contain five (5) sacks (470 lbs.) of cement per cubic yard of concrete, 6 percent plus or minus
1 percent of entrained air, coarse aggregate 1" or smaller and shall be poured with a slump of
5" plus or minus 1".
C. Expansion Joints: Pre -molded cane fiber saturated with asphalt. Unless indicated otherwise,
11/2" thickness by depth of slab.
PART 3 - EXECUTION
3.1 SURFACE PREPARATION
A. Remove all loose material from the uniformly compacted subbase surface immediately before
placing concrete.
TEI No. 13015 Concrete Walks and Paving 02514 - 1
3.2 FORM CONSTRUCTION
A. Set forms to the required grades and lines, rigidly braced and secured. Install sufficient lengths
of forms to allow continuous progress of the work and so that forms can remain in place at least
24 hours after concrete placement. Tops of walks and paving shall slope at least'/s" per foot.
B. Check completed formwork for grade and alignment to the following tolerances:
1. Top of form units: Not more than'/s" in 10 feet.
2. Vertical face: Longitudinal axis, not more than'/4" in 10 feet.
C. Clean forms after each use and coat with form oil as often as required to ensure separation from
concrete without damage.
3.3 CONCRETE PLACEMENT
A. General:
1. Comply with the requirements of Section 03300 Concrete Work for mixing and placing
concrete, and as herein specified.
2. Do not place concrete until subgrade and forms have been checked for line and grade.
Moisten subgrade as required to provide a uniform dampened condition at the time
concrete is placed. Do not place concrete around manholes or other structures until they
have been brought to the required grade and alignment.
3. Place concrete using methods which prevent segregation of the mix and with as little re-
handling as possible. Consolidate concrete along the face of forms and adjacent to
transverse joints with an internal vibrator. Keep vibrator away from joint assemblies or
side forms. Use only square -faced shovels for hand -spreading and consolidation.
Consolidate with care to prevent dislocation of reinforcing, dowels and joint devices.
Do not over vibrate.
4. Deposit and spread concrete in a continuous operation between transverse joints, as far
as possible. If interrupted for more than %2 hour, place a construction joint. Sections
less than 15 feet in length between transverse joints will not be permitted. Remove such
sections if directed by the Engineer.
3.4 JOINTS
A. General: Construct expansion, weakened -plane (contraction), and construction joints
true -to -line with face perpendicular to surface of the concrete, unless otherwise shown.
Construct transverse joints to align with previously placed joints, unless otherwise shown.
B. Weakened -Plane (Contraction) Joints: Provide weakened -plane (contraction) joints, sectioning
concrete into areas, as shown on the Drawings. Construct weakened -plane joints for a depth
equal to at least'/4 concrete thickness.
C. Tooled Joints: Form weakened -plane joints in fresh concrete by grooving top portion with a
recommended cutting tool and finishing edges with a jointer.
D. Construction Joints: Place construction joints at the end of all pours and at locations where
placement operations are stopped for a period of more than '/z hour, except where such pour
terminates at expansion joints.
1. Construct joints as shown, or if not shown, use standard metal keyway section forms.
E. Expansion Joints: Provide premolded joint filler for expansion joints abutting concrete curbs,
catch basins, manholes, inlets, structures, walks and other fixed objects.
TEI No. 13015 Concrete Walks and Paving 02514 - 2
1. Expansion joints shall be at 20 feet o.c., unless otherwise shown.
2. Extend joint fillers full -width and depth of joint and not less than'/z" or more than 1"
below finished surface. Furnish j oint fillers in one-piece lengths for the full width being
placed, wherever possible. Where more than one length is required, lace or clip joint
filler sections together. Form top edge of filler to conform to top profile of concrete.
3. Protect the top edge of the joint filler during concrete placement with a metal cap or
other temporary material. Remove protection after both sides of joint are placed.
3.5 CONCRETE FINISHING
A. Finishes: Unless indicated otherwise, items of concrete to be finished as follows:
1. All sidewalks, concrete aprons and porches shall have float finish, brushed as directed
to provide non -slip finish.
2. Curbs, gutters and driveway approaches shall be finished with a stiff -bristled broom to
provide non -slip finish. Provide sample for approval.
B. The following finishing procedures shall be observed:
1. After striking -off and consolidating concrete, smooth the surface by screeding and
floating. Do not use "jitterbugs". Use hand methods only where mechanical floating
is not possible. Adjust the floating to compact the surface and produce a uniform
texture.
2. After floating, test surface for trueness with a 10 foot straightedge. Distribute concrete
as required to remove surface irregularities and refloat repaired areas to provide a
continuous, smooth finish.
3. Work edges of slabs, gutters, back top edge of curb and formed joints with an edging
tool and round to ''/z" radius, unless otherwise shown. Eliminate any tool marks on
concrete surface.
4. After completion of floating and when excess moisture or surface sheen has disappeared,
complete surface finishing as follows:
a. Broom Finish: Broom finish, by drawing a fine broom across concrete surface
perpendicular to line of traffic. Repeat operation if required to provide a fine line
texture acceptable to the Engineer.
b. On inclining slab surfaces, provide a coarse, non -slip finish by scoring surface
with a stiff -bristled broom.
3.6 CURING
A. Protect and cure finished concrete walks, curbs and gutters and paving, complying with the
applicable requirements of Section 03300 Concrete Work. Use moist -curing methods
whenever possible for first 24 hours, then apply curing compound.
3.7 REPAIRS AND PROTECTIONS
A. Repair or replace broken or defective concrete, as directed by Engineer.
B. Drill test cores where directed by Engineer, when necessary to determine magnitude of cracks
or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement
concrete bonded to pavement with polysulphide-epoxy binder or with polysulphide resin grout,
complying with FS MMM-G-650B CANC.
C. Protect concrete from damage until acceptance of work. Exclude traffic from pavement for at
least 14 days after placement. When construction traffic is permitted, maintain pavement as
clean as possible by removing surface stains and spillage of materials as they occur.
TEI No. 13015 Concrete Walks and Paving 02514 - 3
D. Sweep concrete pavement and walks free of stains, discolorations, dirt and other foreign
material just prior to final inspection.
END OF SECTION 02514
This Section prepared by Thoma Engineering, Inc.
TEI No. 13015 Concrete Walks and Paving 02514 - 4
.KGMto 7IIIal Ll] 7�
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and other Division 1 Specification Sections, apply to work of this Section.
1.2 DESCRIPTION OF WORK
A. The extent of concrete work is shown on the Drawings.
1.3 RELATED WORK SPECIFIED ELSEWHERE
A. Concrete Walks and Paving - Section 02514
1.4 QUALITY ASSURANCE
A. Codes and Standards: Comply with the provisions of the following codes, specifications and
standards, except where more stringent requirements are shown or specified:
1.
ACI 301
"Specifications for Structural Concrete for Buildings".
2.
ACI 302
"Guide for Concrete Floor and Slab Construction".
3.
ACI 304
'Recommended Practice for Measuring, Mixing, Transporting and Placing
Concrete".
4.
ACI 305
"Hot Weather Concreting".
5.
ACI 306
"Cold Weather Concreting".
6.
ACI 311
'Recommended Practice for Concrete Inspection".
7.
ACI 318
'Building Code Requirements for Reinforced Concrete".
8.
ACI 347
'Recommended Practice for Concrete Formwork".
9.
ACI 211.1
"Standard Practice for Selecting Proportions for Normal, Heavyweight,
and Mass Concrete".
10.
ACI 212
"Admixtures for Concrete".
11.
ACI 117
"Specifications for Tolerances for Concrete Construction and Materials".
12.
MSP-1-01
Concrete Reinforcing Steel Institute, "Manual of Standard Practice".
B. Workmanship: The Contractor is responsible for correction of concrete work which does not
conform to the specified requirements, including strength, tolerances and finishes. Correct
deficient concrete as directed by the Engineer.
C. Design and Testing:
1. The Contractor shall bear all expenses in connection with securing proper laboratory
designed mixes. Mixes proposed for use in this Project shall be tested by means of
actual cylinder breaks, with all information being reported to the Engineer. A proven,
established mix from an acceptable ready -mix plant may be used. Provide a minimum
of 5 recent (less than 24 months old), different compression test reports for the proposed
mix.
2. All expense for taking and testing concrete cylinders shall be borne by the Owner.
3. Job site cylinders shall be taken when the Engineer so directs. The Contractor shall
notify the testing laboratory when test cylinders are to be taken. The laboratory shall
TEI No. 13015 Concrete Work 03300 - 1
come to the site and take the concrete cylinders and be responsible for their care and
handling including breaking of same at laboratory.
4. The laboratory shall be an independent testing laboratory designated by the Engineer
and the Owner, acceptable to the Contractor.
5. Test results shall be furnished to the Engineer and the Contractor.
6. Any concrete not meeting strength requirements shall be further tested. If further tests
indicate concrete will ultimately never meet strength requirements, the under strength
concrete will be replaced with new, as directed by Engineer.
1.5 SUBMITTALS
A. Shop Drawings: Submit Shop Drawings for fabrication, bending and placement of concrete
reinforcement. Comply with the ACI 315 "Manual of Standard Practice for Detailing
Reinforced Concrete Structures" showing bar schedules, stirrup spacing, diagrams ofbentbars,
arrangement of concrete reinforcement. Include special reinforcement required at openings
through concrete structures.
PART 2-PRODUCTS
2.1 FORM MATERIALS:
A. Forms for Exposed Finish Concrete: Unless otherwise shown or specified, construct all
formwork for exposed concrete surfaces with plywood, metal, metal framed plywood -faced or
other acceptable panel -type materials, to provide continuous, straight, smooth, exposed
surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to
joint system shown on the Drawings. Provide form material with sufficient thickness to
withstand pressure of newly -placed concrete without bow or deflection. Forms used for this
class of concrete shall be new or "good -as -new".
B. Use plywood complying with U.S. Product Standard PS-1 "B-B (Concrete Form) Plywood"
Class I, Exterior Grade or better, mill -oiled and edgesealed, with each piece bearing legible
trademark of an approved inspection agency, unless otherwise acceptable to Engineer.
C. Forms for Unexposed Finish Concrete: Form concrete surfaces which will be unexposed in
finished structure with plywood, lumber, metal or other acceptable material. Provide lumber
dressed on at least 2 edges and one side for tight fit.
D. Earth Trench Forms: Earth trench type forming shall only be used where continuous type or
square spot footings are shown on the Drawings.
2.2 REINFORCING MATERIALS
A. Reinforcing Bars: ASTM A615, Grade 60 (Grade 420), except No. 3 bent ties and stirrups may
be Grade 40 (Grade 300).
B. Welded Wire Fabric: ASTM A1064, welded steel wire fabric in flat sheets.
C. Dowels for load transfer in floors shall be plain steel bars conforming to ASTM A675, Grade
80 or ASTM A499. Dowels shall be sawn, not sheared.
D. Supports for Reinforcement:
1. Provide supports for reinforcement including bolsters, chairs, spacers and other devices
for spacing, supporting and fastening reinforcing bars and welded wire fabric in place.
TEI No. 13015 Concrete Work 03300 - 2
Use wire bar type supports complying with CRSI, unless otherwise specified. Wood,
brick and other devices will not be acceptable.
2. For slabs -on -grade, use supports with sand plates for horizontal runners where wetted
base materials will not support chair legs.
3. For exposed -to -view concrete surfaces where legs of supports are in contact with forms,
provide supports with legs which are hot/dip galvanized plastic protected or stainless
steel protected.
2.3 CONCRETE MATERIALS
A. Portland Cement:
1. ASTM C150, Type I or II, unless otherwise acceptable to Engineer.
2. Use only one brand of cement throughout the project, unless otherwise acceptable to
Engineer.
B. Fine Aggregate:
1. ASTM C33. Clean, sharp, natural sand free from loam, clay, lumps or other deleterious
substances.
2. Dune sand, bank -run sand and manufactured sand are not acceptable.
C. Coarse Aggregate: ASTM C33. Clean, uncoated, processed aggregate containing no clay,
mud, loam or foreign matter as follows:
1. Crushed stone, processed from natural rock or stone.
2. Washed gravel, either natural or crushed. Use of pit or bank -run gravel is not permitted.
3. Provide aggregate from a single source for all exposed concrete.
4. Maximum Aggregate Size:
a. Not larger than one -fifth of the narrowest dimension between sides of forms,
one-third of the depth of slabs nor three -fourths of the minimum clear spacing
between individual reinforcing bars or bundles or bars.
b. These limitations maybe waived if, in the judgment of the Engineer, workability
and methods of consolidation are such that concrete can be placed without
honeycomb or voids.
D. Fly Ash: The Contractor may, at his option, use ASTM C618, Type C or Type F fly ash,
replacing a minium of 15% and a maximum of 20% of the cementitious materials content.
E. Water: Clean, fresh, drinkable.
F. Air -Entraining Admixture: ASTM C260.
G. Evaporation Retardant: Shall be a thin, continuous film which prevents rapid moisture loss
from the concrete surface. Use when concrete operations must be performed in direct sun,
wind, high temperatures or for relative humidity. Evaporation retardant shall be equal to
Eucobar by the Euclid Chemical Company or Confilm by Master Builders.
H. Water -Reducing Admixture: ASTM C494, Type A or D, containing not more than 0.1%
chloride ions.
I. Set -Control Admixtures: ASTM C494, as follows:
1. Type B, Retarding.
2. Type C, Accelerating.
3. Type D, Water -reducing and Retarding.
4. Type E, Water -reducing and Accelerating.
TEI No. 13015 Concrete Work 03300 - 3
Calcium chloride will not be permitted in concrete, unless otherwise authorized in writing by
Engineer.
K. High -Range Water -Reducing Admixture (Super Plasticizer): ASTM C494, Type F or G,
containing not more than 0.1 % chloride ions.
2.4 RELATED MATERIALS
A. Preformed Expansion Joint Fillers: ASTM D944, premolded cane fiber saturated with asphalt.
Unless indicated otherwise, '/2" thickness by depth of slab.
B. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. per sq.
yd., complying with AASHTO M 182, Class 2.
C. Moisture -Retaining Cover: One of the following, complying with ASTM C171.
1. Waterproof paper.
2. Polyethylene film.
3. Polyethylene -coated burlap.
D. Liquid Curing Compound: Use on all interior slabs to receive subsequent floor coverings.
Shall be dissipating resin type, which chemically breaks down after approximately eight (8)
weeks. Membrane forming compound shall meet ASTM C309, Types I and ID, Class B, water
based. Meet federal/state VOC/AIM regulations. (Sodium silicates prohibited.)
E. Curing and Sealing Compound: Use on all permanently exposed interior and exterior
floor/paving surfaces. Conform to ASTM C1315, Type 1, Class A or B. The sealer shall not
after -yellow or change the natural color of the concrete and shall provide a highly
weatherproof, stain -resistant and dust -proof sealer.
A. Prepare design mixes for each type and strength of concrete in accordance with applicable
provisions of ASTM C94. Use an independent testing facility acceptable to the Engineer for
preparing and reporting proposed mix designs. The testing facility shall not be the same as
used for field quality control testing, unless otherwise acceptable to the Engineer.
B. Prepare design mixes by either laboratory trial batch or field experience methods, using
materials to be employed on the project for each class of concrete required, complying with
ACI 211.1, ACI 301, and ACI 318.
1. Laboratory Trial Batches: When laboratory trial batches are used to select concrete
proportions, prepare test specimens in accordance with ASTM C192 and conduct
strength tests in accordance with ASTM C39, specified in ACI 301. Establish a curve
showing relationship between water -cement ratio (or cement content) and compressive
strength, with at least 3 points representing batches which produce strengths above and
below that required. Use not less than 3 specimens tested at 28 days, or an earlier age
when acceptable to the Engineer, to establish each point on the curve.
2. Field Experience Method: When field experience methods are used to select concrete
proportions, establish proportions as specified in ACI 301. Strength data for
establishing standard deviation will be considered suitable if the concrete production
facility has certified records consisting of at least 30 consecutive tests in one group or
the statistical average for 2 groups totaling 30 or more tests, representing similar
materials and project conditions.
TEI No. 13015 Concrete Work 03300 - 4
3. If standard deviation exceeds 600 psi or if no suitable records are available, select
proportions to produce an average strength of at least 1200 psi greater than the required
compressive strength of concrete.
4. After sufficient experience and test data become available from the job, using ACI 214
methods of evaluation, the standard deviation may be reduced when the probable
frequency of an average of 3 consecutive tests below required compressive strength will
not exceed 1 in 100.
C. Submit written reports to the Engineer of each proposed mix for each class of concrete at least
15 days prior to start of work. Do not begin concrete production until mixes have been
reviewed by the Engineer.
D. Design mixes to provide normal weight concrete with the following properties, as indicated on
the Drawings and schedules:
1. 3000 psi 28-day compressive strength; W/CM ratio, 0.68 maximum (non -air -entrained,
0.59 maximum (air -entrained).
2. See Section 02514 for additional requirements for concrete mix design for site work
concrete.
E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor
when characteristics of materials, job conditions, weather, tests results, or other circumstances
warrant; at no additional cost to the Owner and as accepted by the Engineer. Laboratory test
data for revised mix design and strength results must be submitted to and accepted by the
Engineer before using in the work.
2.6 ADMIXTURES
A. Use water -reducing admixture or high range water -reducing admixture (super plasticizer) in
concrete as required for placement and workability.
B. Use non -chloride accelerating admixture in concrete slabs placed at ambient temperatures
below 50 degrees F.
C. Use air -entrained admixture in exterior exposed concrete, unless otherwise indicated. Add
air -entraining admixture at the manufacturer's prescribed rate to result in concrete at the point
of placement having air content within the following limits:
1. 5.5% with 1'/2" maximum aggregate
2. 6.0% with 1" maximum aggregate
3. 6.0% with 3/4" maximum aggregate
4. 7.0% with ''/z" maximum aggregate
D. Use admixtures for water -reducing and set -control in strict compliance with the manufacturer's
directions.
E. Use amounts of admixtures as recommended by the manufacturer for climatic conditions
prevailing at the time of placing. Adjust quantities and types of admixtures as required to
maintain quality control.
2.7 SLUMP LIMITS
A. Proportion and design mixes to result in concrete slump at the point of placement as follows:
1. Reinforced Foundation Systems: Not less than 1" and not more than 3".
2. Concrete containing HRWR admixture (super plasticizer): Not more than 8" after
TEI No. 13015 Concrete Work 03300 - 5
addition of HRWR to verified 2"-3" slump concrete.
3. All Other Concrete: Not more than 4".
4. Slumps greater than those specified above must be approved by the Engineer prior to
any concrete pour.
2.8 CONCRETE MIXING
A. Ready -Mix Concrete: Comply with the requirements of ANSUASTM C94 and as herein
specified.
B. Control of Mixing Water: When concrete arrives at the project with slump below that suitable
for placing, water may be added only if neither the maximum permissible water -cement ratio
nor the maximum permissible slump is exceeded. The drum shall be turned an additional 30
revolutions, or more if necessary, until the added water is uniformly mixed into the concrete.
C. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter
mixing time than specified in ANSUASTM C94 may be required.
D. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and
delivery time from 1'/2 hours to 75 minutes, and when the air temperature is above 90 degrees
F., reduce the mixing and delivery time to 60 minutes.
PART 3 - EXECUTION
3.1 FORMS
A. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that
might be applied until such loads can be supported by the concrete structure. Construct
formwork so concrete members and structures are of correct size, shape, alignment, elevation
and position.
B. Design formwork to be readily removable without impact, shock or damage to cast -in -place
concrete surfaces and adjacent materials.
C. Forms shall not leak cement paste.
D. Fabricate forms for easy removal without hammering or prying against the concrete surfaces.
Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces.
Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom
forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent
swelling and for easy removal.
E. Provide temporary openings where interior area of formwork is inaccessible for clean out, for
inspection before concrete placement, and for placement of concrete. Securely brace temporary
openings and set tightly to form to prevent loss of concrete mortar. Locate temporary openings
on forms at inconspicuous locations.
F. Chamfer exposed corners and edges as shown, using wood, metal, PVC or rubber chamfer
strips fabricated to produce uniform smooth lines and tight edge joints.
G. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties,
designated to prevent form deflection, and to prevent spalling concrete surfaces upon removal.
TEI No. 13015 Concrete Work 03300 - 6
H. Unless otherwise shown, provide form ties so portion remaining within concrete after removal
is at least 11/2" inside concrete. Unless otherwise shown, provide form ties which will not leave
holes larger than 1" diameter in concrete surface.
I. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work
for other trades. Determine size and location of openings, recesses and chases from trades
providing such items. Accurately place and securely support items built into forms.
Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete.
Remove chips, wood, sawdust, dirt or other debris just before concrete is placed. Re -tighten
forms after concrete placement if required to eliminate mortar leaks.
fc� 9W%X41 12C 7 a 10h SIRO-1►M
A. Comply with the specified codes and standards, and Concrete Reinforcing Steel Institute's
recommended practice for "Placing Reinforcing Bars", for details and methods of
reinforcement placement and supports, and as herein specified.
B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce
or destroy bond with concrete.
C. Accurately position, support and secure reinforcement against displacement by formwork,
construction, or concrete placement operations. Locate and support reinforcing by metal
chairs, runners, bolsters, spacers and hangers, as required.
D. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange,
space and securely tie bars and bar supports to hold reinforcement in position during concrete
placement operations. Set wire ties so ends are directed into concrete, not toward exposed
concrete surfaces.
E. Do not place reinforcing bars more than 2" beyond the last leg of continuous bar supports. Do
not use supports as bases for runways for concrete conveying equipment and similar
construction loads.
F. Install welded wire fabric in as long of lengths as practicable. Lap adjoining pieces at least one
full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous
laps in either direction.
A. Construction Joints:
1. Locate and install construction joints, which are not shown on the Drawings, so as not
to impair the strength and appearance of the structure, as acceptable to the .
2. Provide key -ways at least 11/2" deep in all construction j oints in walls, slabs and between
walls and footings; acceptable bulkheads designed for this purpose may be used for
slabs.
3. Place construction joints perpendicular to the main reinforcement. Continue all
reinforcement across construction joints.
B. Control Joints in Slabs -on -Ground:
1. Construct control joints in slabs -on -ground to form panels or patterns as shown or
directed. Use screed type joints equal to those manufactured by Superior Concrete
Accessories, Inc. Screed Key joints are of 24 gage galvanized steel with 11/8" dowel
TEI No. 13015 Concrete Work 03300 - 7
knockouts at 6" on centers. Install with a minimum of five special 16 gage by 1" stakes
per ten feet of length of material. If saw cut control joints are used, they shall be made
with a power saw fitted with an abrasive or diamond blade. Saw cuts must be one-fourth
the slab thickness. Sawing shall begin as soon as the concrete surface is firm enough so
that it will not be torn or damaged by the blade. This will be within 4 to 12 hours after
the concrete finishing operations.
C. Isolation Joints in Slabs -on -Ground: Construct isolation joints in slabs on ground at all points
of contact between slabs on ground and vertical surfaces, such as column pedestals, foundation
walls, grade beams and elsewhere as indicated.
3.4 INSTALLATION OF EMBEDDED ITEMS
A. General: Set and build into the work anchorage devices and other embedded items required
for other work that is attached to, or supported by, cast -in -place concrete. Use setting
drawings, diagrams, instructions and directions provided by suppliers of the items to be
attached thereto.
B. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed
strips for slabs to obtain the required elevations and contours in the finished slab surface.
Provide and secure units sufficiently strong to support the types of screed required. Align the
concrete surface to the elevation of the screed strips by the use of strike -off templates or
accepted compacting type screeds.
3.5 PREPARATION OF FORM SURFACES
A. Coat the contact surfaces of forms with a form -coating compound before reinforcement is
placed. Provide commercial formulation form -coating compounds that will not bond with,
stain nor adversely affect concrete surfaces, and will not impair subsequent treatment of
concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with
water or curing compounds.
B. Thin form -coating compounds only with thinning agent of type, and in amount, and under
conditions of the form -coating compound manufacturer's directions. Do not allow excess
form -coating material to accumulate in the forms or to come into contact with concrete surfaces
against which fresh concrete will be placed. Apply in compliance with manufacturer's
instructions.
3.6 CONCRETE PLACEMENT
A. General:
1. Comply with ACI 304, and as herein specified.
2. Deposit concrete continuously or in layers of such thickness that no concrete will be
placed on concrete which has hardened sufficiently to cause the formation of seams or
planes of weakness within the section. If a section cannot be placed continuously,
provide construction joints as herein specified.
3. Deposit concrete as nearly as practicable to its final location to avoid segregation due
to re -handling or flowing.
B. Pre -Placement Inspection: Before placing concrete, inspect and complete the formwork
installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to
permit the installation of their work; cooperate with other trades in setting such work, as
TEI No. 13015 Concrete Work 03300 - 8
required. Thoroughly wet wood forms immediately before placing concrete, as required where
form coatings are not used.
C. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 18"
and in a manner to avoid inclined construction joints.
1. Consolidate placed concrete by mechanical vibrating equipment supplemented by
hand -spading, rodding or tamping. Use vibrators designed to operate with vibratory
element submerged in concrete, maintaining a speed of not less than 6000 impulses per
minute.
2. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators
vertically at uniformly spaced locations not farther than the visible effectiveness of the
machine. Do not insert vibrators into lower layers of concrete that have begun to set.
At each insertion, limit the duration of vibration to the time necessary to consolidate the
concrete and complete embedment of reinforcement and other embedded items without
causing segregation of the mix.
D. Placing Concrete Slabs:
1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of
construction joints, until the placing of a panel or section is completed. Consolidate
concrete during placing operations so that concrete is thoroughly worked around
reinforcement and other embedded items and into corners.
2. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats
or darbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle
water on the plastic surface. Do not disturb the slab surfaces prior to beginning
finishing operations.
3. Maintain reinforcing in the proper position during concrete placement operations.
E. Cold Weather Placing:
1. Protect concrete work from physical damage or reduced strength which could be caused
by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as
herein specified.
2. When air temperature has fallen to or is expected to fall below 40 degrees F., uniformly
heat all water and aggregate before mixing as required to obtain a concrete mixture
temperature of not less than 50 degrees F., and not more than 80 degrees F., at point of
placement.
3. Do not use frozen materials or materials containing ice or snow. Do not place concrete
on frozen subgrade or on subgrade containing frozen materials.
4. Do not use calcium chloride, salt and other materials containing antifreeze agents or
chemical accelerators, unless otherwise accepted in mix designs.
F. Hot Weather Placing:
1. When hot weather conditions exist that could seriously impair the quality and strength
of concrete, place concrete in compliance with ACI 305 and as herein specified.
2. Cool ingredients before mixing to maintain concrete temperature at time of placement
below 90 degrees F. Mixing water may be chilled, or chopped ice may be used to
control the concrete temperature provided the water equivalent of the ice is calculated
to the total amount of mixing.
3. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that the steel
temperature will not exceed the ambient air temperature immediately before embedment
in concrete. Wet form thoroughly before placing concrete.
4. Do not use retarding admixtures unless otherwise accepted in mix designs.
TEI No. 13015 Concrete Work 03300 - 9
3.7 FINISH OF FORMED SURFACES
A. Standard Rough Form Finish: For formed concrete surfaces not exposed -to -view in the finish
work or by other construction, unless otherwise shown or specified. This is the concrete
surface having the texture imparted by the form facing material used, with defective areas
repaired and patched as specified, and fins and other proj ections exceeding'/4" in height rubbed
down with wood blocks.
B. Standard Smooth Finish: For formed concrete surfaces exposed -to -view, or that are to be
covered with a coating material applied directly to the concrete or a covering material bonded
to the concrete, such as waterproofing, dampproofing, painting or other similar system. This
is the as -cast concrete surface as obtained with the form facing material, with defective areas
repaired and patched as specified, and fins and other projections on the surface completely
removed and smoothed.
C. Smooth Rubbed Finish: Provide smooth rubbed finish to scheduled concrete surfaces, which
have received smooth form finish treatment, not later than the day after form removal.
1. Moisten concrete surfaces and rub with carborundum brick or other abrasive until a
uniform color and texture is produced. Do not apply cement grout other than that
created by the rubbing process.
3.8 MONOLITHIC SLAB FINISHES
A. Float Finish: Apply float finish to monolithic slab surfaces that are to receive trowel finish and
other finishes as hereinafter specified, and slab surfaces which are to be covered with
membrane or elastic roofing, and as shown on the Drawings or in schedules.
1. After screeding and consolidating concrete slabs, do not work surface until ready for
floating. Immediately after screeding, apply a coat of evaporative reducer with a
constant pressure sprayer. Spray surface lightly and uniformly, covering the slab
surface with a fine mist. Apply to slabs according to manufacturer's directions. Begin
floating when surface water has disappeared or when concrete has stiffened sufficiently
to permit operation of power -driven floats or both. Consolidate surface with
power -driven floats, or by hand floating if area is small or inaccessible to power units.
Check and level surface plane to a tolerance not exceeding 1/4" in 10 feet when tested
with a 10 foot straightedge. Cut down high spots and fill low spots. Uniformly slope
surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth,
granular texture.
B. Trowel Finish:
1. Apply trowel finish to monolithic slab surfaces that are to be exposed -to -view, unless
otherwise shown, and slab surfaces that are to be covered with resilient flooring, paint
or other thinfilm finish coating system.
2. After floating, begin first trowel finish operation using a power -driven trowel. Begin
final troweling when surface produces a ringing sound as trowel is moved over the
surface. Consolidate concrete surface by final hand troweling operation, free of trowel
marks, uniform in texture and appearance, and with a surface plane tolerance not
exceeding 1/8" in 10 feet when tested with a 10 foot straightedge. Grind smooth surface
defects which would telegraph through applied floor covering system.
C. Non -Slip Broom Finish:
1. Apply non -slip broom finish to exterior concrete platforms, steps and ramps, and
elsewhere as shown on the Drawings or in schedules.
TEI No. 13015 Concrete Work 03300 - 10
2. Immediately after trowel finishing, slightly roughen concrete surface by brooming
perpendicular to main traffic route. Coordinate required final finish with the Engineer
before application.
A. General:
1. Protect freshly placed concrete from premature drying and excessive cold or hot
temperature, and maintain without drying at a relatively constant temperature for a
period of time necessary for hydration of cement and proper hardening.
2. Start initial curing application as soon as free water has disappeared from concrete
surface after placing and finishing. Weather permitting, keep continuously moist for not
less than 72 hours.
Begin final curing procedures immediately following initial curing and before concrete
has dried. Continue final curing for at least 168 cumulative hours (not necessarily
consecutive) during which concrete has been exposed to air temperatures above 50
degrees F. Avoid rapid drying at end of final curing period.
B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry,
or windy conditions cause excessive moisture loss.
C. Curing Methods: Perform curing of concrete by moist curing or by moisture retaining cover
curing or by membrane -forming curing compound and by combinations thereof, as herein
specified.
1. Provide moisture curing by following methods:
a. Keep concrete surface continuously wet by covering with water. Continuous
water -fog spray.
b. Covering concrete surface with specified absorptive cover, thoroughly saturating
cover with water and keeping continuously wet. Place absorptive cover to
provide coverage of concrete surfaces and edges, with 4" lap over adjacent
absorptive covers.
2. Provide moisture -cover curing as follows:
a. Cover concrete surfaces with moisture -retaining cover for curing concrete, placed
in widest practicable width with sides and ends lapped at least 3" and sealed by
waterproof tape or adhesive. Immediately repair any holes or tears during curing
period using cover material and waterproof tape.
3. Provide curing compound for slabs as follows:
a. Apply specified curing and sealing compound to concrete slabs as soon as final
finishing operations are complete (within 2 hours).
b. Apply uniformly in continuous operation by power -spray or roller in accordance
with manufacturer's directions. Recoat areas subjected to heavy rainfall within
3 hours after initial application. Maintain continuity of coating and repairing
damage during curing period.
C. Do not apply membrane curing compounds on surfaces which are to be covered
with coating material applied directly to concrete, liquid floor hardener,
waterproofing, dampproofing, membrane roofing, flooring, painting, and other
coatings and finish materials, unless otherwise acceptable to Engineer.
D. Curing Formed Surfaces: Cure formed concrete surfaces, including undersides of beams,
supported slabs and other similar surfaces by moist curing with forms in place for full curing
period or until forms are removed. If forms are removed, continue curing by methods specified
above, as applicable.
TEI No. 13015 Concrete Work 03300 - 11
E. Curing Unformed Surfaces: Initially cure unformed surfaces, such as slabs, floor topping, and
other flat surfaces by moist curing.
1. Final cure unformed surfaces, unless otherwise specified, by methods specified above,
as applicable.
2. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of
moisture -retaining cover, unless otherwise directed.
F. Applying Concrete Sealer: Apply on all concrete slab floors scheduled to be left exposed in
strict compliance with the manufacturer's instructions.
1. Concrete shall have cured for a least 7 days.
2. Concrete shall be clean and dry prior to application with oil stains, grease, etc. removed.
3. Apply by spray, brush, or lamb's wool applicator to approximate coverage of 500 square
feet per gallon.
4. Do not apply if the temperature is less than 40 degrees F.
3.10 REMOVAL OF FORMS
A. Formwork not supporting weight of concrete, such as sides of beams, walls, columns and
similar parts of the work, may be removed after cumulatively curing at not less than 50 degrees
F. for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged
by form removal operations and provided curing and protection operations are maintained.
B. Form facing material may be removed 4 days after placement only if shores and other vertical
supports have been arranged to permit removal of form facing material without loosening or
disturbing shores and supports.
UNHIO7WIRM611"G] "V I
A. Clean and repair surfaces of forms to be re -used in the work. Split, frayed, delaminated or
otherwise damaged form facing material will not be acceptable. Apply new form coating
compound material to concrete contact form surfaces as specified for new formwork.
B. When forms are intended for successive concrete placement, thoroughly clean surfaces, remove
fins and laitance and tighten forms to close j oints. Align and secure j oints to avoid offsets. Do
not use "patched" forms for exposed concrete surfaces, except as acceptable to .
3.12 MISCELLANEOUS CONCRETE ITEMS
A. Filling -In: Fill-in holes and openings left in concrete structures for passage of work by other
trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place
and cure concrete as herein specified to blend with in -place construction. Provide other
miscellaneous concrete filling shown or required to complete work.
3.13 CONCRETE SURFACE REPAIRS
A. Patching Defective Areas:
1. Repair and patch defective areas with cement mortar immediately after removal of
forms, but only when acceptable to Engineer.
2. Cut out honeycomb, rock pockets, voids over in any dimension and holes left by tie
rods and bolts, down to solid concrete, but in no case to a depth of less than 1". Make
edges of cuts perpendicular to the concrete surface. Before placing cement mortar or
proprietary patching compound, thoroughly clean, dampen with water and brush -coat
the area to be patched with neat cement grout or proprietary bonding agent.
TEI No. 13015 Concrete Work 03300 - 12
3. For exposed -to -view surfaces, blend white portland cement and standard portland
cement so that, when dry, patching mortar will match color surrounding. Provide test
areas at inconspicuous location to verify mixture and color match before proceeding
with patching. Compact mortar in place and strike -off slightly higher than surrounding
surface.
B. Repair of Formed Surfaces:
1. Remove and replace concrete having defective surfaces if defects cannot be repaired to
satisfaction of Engineer. Surface defects, as such, include color and texture
irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other
projections on surface and stains and other discolorations that cannot be removed by
cleaning. Flush out form tie holes, fill with dry pack mortar or precast cement cone
plugs secured in place with bonding agent.
2. Repair concealed formed surfaces, where possible, that contain defects that adversely
affect the durability of the concrete. If defects cannot be repaired, remove and replace
the concrete.
C. Repair of Unformed Surfaces:
1. Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface
plane to tolerances specified for each surface and finish. Correct low and high areas as
herein specified. Test unformed surfaces sloped to drain for trueness of slope, in
addition to smoothness, using a template having required slope.
2. Repair finished unformed surfaces that contain defects which adversely affect durability
of concrete. Surface defects, as such, include crazing, cracks in excess of 0.01" wide or
which penetrate to reinforcement or completely through non -reinforced sections
regardless of width, spalling, pop -outs, honeycomb, rock pockets and other
objectionable conditions.
3. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14
days.
4. Correct low areas in unformed surfaces during, or immediately after completion of
surface finishing operations, by cutting out low areas and replacing with fresh concrete.
Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds
may be used when acceptable to Engineer.
5. Repair defective areas, except random cracks and single holes not exceeding 1"
diameter, by cutting out and replacing with fresh concrete. Remove defective areas to
sound concrete with clean, square cuts and expose reinforcing steel with at least 3/4"
clearance all around. Dampen concrete surfaces in contact with patching concrete and
brush with a neat cement grout coating or concrete bonding agent. Mix patching
concrete of same materials to provide concrete of the same type or class as original
concrete. Place, compact and finish to blend with adjacent finished concrete. Cure in
the same manner as adjacent concrete.
6. Repair isolated random cracks and single holes not over 1" in diameter by dry -pack
method. Groove top of cracks and cut-out holes to sound concrete and clean of dust, dirt
and loose particles. Dampen cleaned concrete surfaces and brush with neat cement
grout coating or concrete bonding agent. Mix dry -pack, consisting of one part portland
cement to 2'/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water
as required for handling and placing. Compact dry -pack mixture in place and finish to
match adjacent concrete. Keep patched area continuously moist for not less than 72
hours.
D. Use epoxy -based mortar for structural repairs, where directed by Engineer .
E. Repair methods not specified above may be used, subject to acceptance of.
TEI No. 13015 Concrete Work 03300 - 13
3.14 QUALITY CONTROL TESTING DURING CONSTRUCTION
A. The Owner will employ a testing laboratory to perform all other tests and to submit test reports.
B. Sampling and testing for quality control during the placement of concrete may include the
following, as directed by the Engineer.
1. Sampling Fresh Concrete: ASTM C172, except modified for slump to comply with
ASTM C94.
2. Slump: One test for each set of compressive strength test specimens taken at point of
discharge.
3. Air Content: ASTM C231 pressure for normal weight concrete; one for each set of
compressive strength test specimens.
4. Concrete Temperature: Test hourly when air temperature is 40 degrees F. and below,
and when 80 degrees F. and above and each time a set of compression test specimens
made.
Compression Test Specimen: ASTM C31; one set of or 5 standard cylinders for each
compressive strength test, unless otherwise directed. Mold and store cylinders for
laboratory cured test specimens except when field -cure test specimens are required.
Compressive Strength Tests: ASTM C39; one set for each 100 cubic yards or fraction
thereof, of each concrete class placed in any one day or for each 5000 square feet of
surface area placed, 1 specimen tested at 7 days for information only, (2) - 6" x 12" [or
(3) - 4" x 8"] specimens tested at 28 days, and 1 specimen retained in reserve for later
testing, if required. The acceptance test results shall be the average of the strengths of
the specimens tested at 28 days.
a. When the frequency of testing will provide less than 5 strength tests for a given
class of concrete, conduct testing from at least 5 randomly selected batches or
from each batch if fewer than 5 are used.
b. When the total quantity of a given class of concrete is less than 50 cubic yards,
the strength test may be waived by the Engineer if, in his judgment, adequate
evidence of satisfactory strength is provided.
C. When the strength of field -cured cylinders is less than 85% of companion
laboratory -cured cylinders, evaluate current operations and provide corrective
procedures for protecting and curing the in -place concrete.
C. Test results will be reported in writing to the Engineer and the Contractor on the same day that
tests are made. Reports of compressive strength tests shall contain the project identification
name and number, date of concrete placement, name of concrete testing service, concrete type
and class, location of concrete batch in the structure, design compressive strength at 28 days,
concrete mix proportions and materials, compressive breaking strength and type of break for
both 7-day tests and 28-day tests.
D. Additional Tests: The testing service will make additional tests of in -place concrete when test
results indicate the specified concrete strengths and other characteristics have not been attained
in the structure, as directed by the Engineer. The testing service may conduct tests to determine
adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as
directed. Contractor shall pay for such tests conducted and any other additional testing as may
be required, when unacceptable concrete is verified.
END OF SECTION 03300
This Section prepared by Thoma Engineering, Inc.
TEI No. 13015 Concrete Work 03300 - 14
f.��[�]►[17.7.YII1]
METAL FABRICATIONS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and other Division 1 specification sections, apply to work of this section.
1.2 DESCRIPTION OF WORK
A. The extent of miscellaneous metal work is shown on the Drawings and includes items
fabricated from metal shapes, plates, angles, lintels, tubes, and pipe which are not a part of
structural steel or other metal systems in other sections of these specifications.
1.3 RELATED WORK SPECIFIED ELSEWHERE
A. Concrete Work - Section 03300
B. Metal Building Systems - Section 13122
1.4 QUALITY ASSURANCE
A. Field Measurements: Take field measurements prior to preparation of shop drawings and
fabrication, where possible. Do not delay j ob progress; allow for trimming and fitting wherever
taking field measurements before fabrication might delay work.
B. Inserts and Anchorages: Furnish inserts and anchoring devices which must be set in concrete
for installation of miscellaneous metal work. Provide setting drawings, templates, instructions
and directions for installation of anchorage devices. Coordinate delivery with other work to
avoid delay.
1. See Section 03300, Concrete Work, for installation of inserts and anchorage devices.
C. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field
splicing and assembly. Disassemble units only as necessary for shipping and handling
limitations. Clearly mark units for reassembly and coordinated installation.
1.5 SUBMITTALS
A. Manufacturer's Data, Miscellaneous Metal: For information only, submit manufacturer's
specifications, anchor details and installation instructions for products to be used in the
fabrication of miscellaneous metalwork. Including paint products. Indicate by transmittal that
copy of instructions has been distributed to Installer.
B. Shop Drawings, Miscellaneous Metal: Submit shop drawings for fabrication and erection of
miscellaneous metal assemblies. Include plans, elevations, details, sections and connections.
Show anchorages and accessory items.
TEI No. 13015 Metal Fabrications 05500 - 1
PART 2-PRODUCTS
2.1 MATERIALS
A. Metal Surfaces, General: For fabrication of miscellaneous metal work which will be exposed
to view, use only materials which are smooth and free of surface blemishes including pitting,
seam marks, roller marks, rolled trade names and roughness.
B. Structural Steel Plates, Shapes and Bars: ASTM A36.
C. Steel Tubing: Hot -formed, welded or seamless, ASTM A501.
D. All galvanizing shall be hot dipped galvanizing, ASTM A123 or ASTM A386.
E. Steel Pipe: ASTM A53; type as selected; Grade A; black finish unless galvanizing is required;
standard weight (Schedule 40), unless otherwise shown or specified.
F. Toggle Bolts: Tumble -wing type, complying with FS FF-B-588, type, class and style as
required.
G. Shop Primer for Ferrous Metal: Manufacturer's or Fabricator's standard, fast -curing, lead-free,
"Universal" primer; selected for good resistance to normal atmospheric corrosion, for
compatibility with finish paint systems indicated and for capability to provide a sound
foundation for field -applied topcoats despite prolonged exposure; equal to Tnemec 10-99 (Red)
or UE705 Fleet Line Red Oxide Metal Primer by Adams Paint Company.
2.2 FABRICATION, GENERAL
A. Workmanship: Use materials of size and thickness shown, or if not shown, of required size and
thickness to produce strength and durability in finished product. Work to dimensions shown
or accepted on shop drawings, using proven details of fabrication and support. Use type of
materials shown or specified for various components of work.
B. Form exposed work true to line and level with accurate angles and surfaces and straight sharp
edges. Ease exposed edges to a radius of approximately 1/32" unless otherwise shown. Form
bent -metal corners to smallest radius possible without causing grain separation or otherwise
impairing work.
C. Weld corners and seams continuously, complying with AWS Code. Grind exposed welds
smooth and flush, to match and blend with adjoining surfaces.
D. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners
wherever possible. Use exposed fasteners of type shown, or if not shown, phillips flat -head
(countersunk) screws or bolts.
E. Provide for anchorage of type shown, coordinated with supporting structure. Fabricate and
space anchoring devices as shown and as required to provide adequate support for intended use.
F. Cut, reinforce, drill and tap miscellaneous metal work as required to receive finish hardware
and similar items.
TEI No. 13015 Metal Fabrications 05500 - 2
G. Shop Painting:
1. Shop paint miscellaneous metal work, except members or portions of members to be
embedded in concrete, surfaces and edges to be field welded, and galvanized surfaces,
unless otherwise specified.
2. Remove oil, grease and similar contaminants in accordance with SSPC-SP 1 "Solvent
Cleaning".
3. Remove scale, rust and other deleterious materials before applying shop coat. Clean off
heavy rust and loose mill scale in accordance with SSPC-SP 2 "Hand Tool Cleaning"
or SSPC-SP 3 "Power Tool Cleaning", or SSPC-SP 7 "Brush -Off Blast Cleaning".
4. Immediately after surface preparation, brush or spray on primer in accordance with
manufacturer's instructions, and at rate to provide uniform dry film thickness of 2.0 mils
for each coat. Use painting methods which will result in full coverage of j oints, corners,
edges and exposed surfaces.
5. Apply one shop coat to fabricated metal items, except apply 2 coats of paint to surfaces
inaccessible after assembly or erection.
2.3 MISCELLANEOUS METAL ITEMS
A. Furnish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels and other
miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for
anchoring or securing woodwork to concrete or other structures. Straight bolts and other stock
rough hardware are required under other sections.
B. Manufacture or fabricate items of sizes, shapes and dimensions required. Furnish malleable
iron washers for heads and nuts which bear on wood structural connections; elsewhere, furnish
steel washers.
C. Miscellaneous Framing and Supports:
1. Provide miscellaneous steel framing and supports which are not a part of structural steel
framework, as required to complete work.
2. Fabricate miscellaneous units to sizes, shapes and profiles shown or, if not shown, of
required dimensions to receive adjacent other work to be retained by framing. Except
as otherwise shown, fabricate from structural steel shapes and plates and steel bars, of
welded construction using mitered corners, welded brackets and splice plates and
minimum joints for field connection. Cut, drill, and tap units to receive hardware and
similar items.
D. Floor Edging: At the termination of floor slab under Overhead Type Doors, furnish angles as
noted to provide a weatherseal.
E. Miscellaneous Bracing: Furnish all bolts, screws, anchors, wire and fasteners to fit every
requirement. Where moisture conditions prevail, furnish galvanized rust -proof materials.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Anchorages: Furnish setting drawings, diagrams, templates, instructions, and directions for
installation of anchorages, such as concrete inserts, anchor bolts and miscellaneous items
having integral anchors, which are to be embedded in concrete construction. Coordinate
delivery of such items to project site.
TEI No. 13015 Metal Fabrications 05500 - 3
B. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary
for securing miscellaneous metal items to in -place constructions; including threaded fasteners
for concrete inserts, toggle bolts, through -bolts, lag bolts, wood screws and other connectors
as required.
C. Cutting, Fitting and Placement: Perform cutting, drilling and fitting required for installation
of miscellaneous metal items. Set work accurately in location alignment and elevation, plumb,
level, true and free of rack, measured from established lines and levels. Provide temporary
bracing of anchors in formwork for items which are to be built into concrete or similar
construction.
D. Fit exposed connections accurately together to form tight hairline joints. Weld connections
which are not to be left as exposed joints, but cannot be shop welded because of shipping size
limitations. Grind joints smooth and touch-up shop paint coat. Do not weld, cut or abrade the
surfaces of exterior units which have been hot -dip galvanized after fabrication, and are intended
for bolted or screwed field connections.
E. Field Welding: Comply with AWS Code for procedures of manual shielded metal arc welding,
appearance and quality of welds made, and methods used in correcting welding work.
F. Touch -Up Painting: Immediately after erection, clean field welds, bolted connections, and
abraded areas of shop paint, and paint exposed areas with same material as used for shop
painting. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils.
This section prepared by Thoma Engineering, Inc.
TEI No. 13015 Metal Fabrications 05500 - 4
SECTION 06150
PLYWOOD PANELING
PART 1 GENERAL
1.1 SUMMARY
A. Section includes softwood lumber and plywood wall paneling.
B. Related Sections:
1. Section 13121- Pre -Engineered Building: Bearing support.
1.2 REFERENCES
A. American Lumber Standards Committee:
1. ALSC - Softwood Lumber Standards.
B. APA/Engineered Wood Association:
1. APA - Rated Sheathing.
1.3 SUBMITTALS
A. Section 01330 - Submittal Procedures: Submittal procedures.
B. Product Data: Submit technical data on plywood paneling.
1.4 QUALITY ASSURANCE
A. Perform Work in accordance with the following:
1. Lumber Grading Agency: Certified by ALSC.
2. Plywood Grading Agency: Certified by APA/EWA.
B. Perform Work in accordance with ANSI A190.1.
C. hi lieu of grade stamping exposed to view lumber and plywood, submit manufacturer's
certificate certifying [plywood paneling meets or exceeds specified requirements.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Section 01600 - Product Requirements: Product storage and handling requirements.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Acceptable Manufacturers
1. Plywood
a. Georgia Pacific Corp.
b. Louisiana-Pacific Corp.
c. Weyerhaeuser Engineered Strand Products
2. Substitutions: Section 01600 -Product Requirements.
2.2 MATERIALS
A. Lumber Grading Rules: WCLIB or WWPA.
TEI NO 13015 Wood Decking 06150 - 1
06/13
B. Plywood: APA/EWA Rated Sheathing, Structural I, Span Rating 32; Exposure Durability
1; C plugged interior veneer appearance grade; sanded.
2.3 ACCESSORIES
A. Fasteners and Anchors:
1. Fasteners: Electro galvanized or stainless steel.
2. Decking Screws: Bugle head torx drive, hardened steel, power driven type, length
three times thickness of sheathing.
B. Adhesive: APA/EWA AFG-01, waterproof, air cure type, cartridge dispensed.
PART 3 EXECUTION
3.1 EXAMINATION
A. Section 01300 - Administrative Requirements: Coordination and project conditions.
B. Verify support framing is ready to receive decking.
3.2 PREPARATION
A. Coordinate placement of support items.
3.3 INSTALLATION - PLYWOOD DECKING
A. Install sheathing perpendicular to framing members.
B. Allow expansion space at edges and ends.
C. Set bottom of paneling 1/4 inch above finished floor.
3.4 INSTALLATION - LUMBER
A. Install lumber trim at top of plywood sheathing to cover exposed edge.
B. Style and size of trim as selected by Architect.
3.5 SCHEDULES
A. Plywood Sheathing: Interior side of exterior walls where indicated on drawings.
END OF SECTION
TEI NO 13015 Wood Decking 06150 - 2
06/13
SECTION 07900
JOINT SEALERS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to the Work of this Section.
1.2 SECTION INCLUDES
A. Preparing sealant substrate surfaces.
B. Sealant and backing.
1.3 RELATED SECTIONS
A. Section 08410 - Aluminum Store Fronts: Sealants used in conjunction with framing and glazing
methods.
B. Section 08800 - Glazing: Sealants used in conjunction with glazing methods.
C. Section 09300 - Tile: Sealants used in conjunction with tile.
D. Section 09900 - Painting: Sealants used in conjunction with finishes.
1.4 REFERENCES
A. AAMA 803.3 - Voluntary Specification for Narrow Joint Seam Sealer.
B. AAMA 808.3 - Voluntary Specification for Exterior Perimeter Sealing Compound.
C. ASTM C570 - Oil and Resin - Base Caulking Compound for Building Construction.
D. ASTM C719 - Adhesion and Cohesion of Elastomeric Joint Sealers under Cyclic
Movement.
E. ASTM C792 - Effects of Heat Aging on Weight Loss, Cracking, and chalking of
Elastomeric
Sealants.
F. ASTM C920 - Elastomeric Joint Sealants.
G. ASTM C1085 - Butyl Rubber - Based Solvent - Release Sealants.
H. ASTM C1193 - Use of Joint Sealants.
I. ASTM D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber.
J. ASTM D1565 - Flexible Cellular Materials - Vinyl Chloride Polymers and
Copolymers
(Open -Cell Foam).
1.5 SUBMITTALS
A. Product Data
1. Submit product data indicating sealant chemical characteristics, performance criteria,
limitations and color availability.
2. Submit manufacturer's standard printed installation instructions.
B. Samples
1. Submit one sample kit in form of manufacturer's standard bead samples, consisting of
strips of actual products showing full range of colors available, for each product
exposed to view.
TEI NO. 13015 JOINT SEALERS 07900- 1
06/ 13
C Certificates
1. Submit manufacturer's certificate that products meet or exceed specified
requirements and are suitable for use indicated.
2. Joint sealant manufacturer's certification that sealants, primers, and cleaners required for
sealant installation comply with local regulations controlling use of volatile organic
compounds.
6 QUALITY ASSURANCE
A Manufacturer: Company specializing in manufacturing the products specified in this Section
with minimum ten years documented experience.
B Applicator: Company specializing in applying the work of this Section with minimum five
years documented experience.
C. Conform to ASTM C1193 requirements for materials and installation.
1. Obtain joint sealant materials from a single manufacturer for each different product
required.
2. Provide joint sealants, joint fillers, and other related materials that are compatible
with one another and with joint substrates under conditions of service and
application, as demonstrated by sealant manufacturer based on testing and field
experience.
E Compatibility: Provide joint sealants, joint fillers, and other related materials that are
compatible with one another and with joint substrates under conditions of service and
application, as demonstrated by sealant manufacturer based on testing and field
experience.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to Project site in original unopened containers or bundles with
labels indicating manufacturer, product name and designation, color, expiration period for
use, pot life, curing time, and mixing instructions for multi -component materials.
B. Store and handle materials in compliance with manufacturer's recommendations to prevent
their deterioration or damage due to moisture, high or low temperatures, contaminants, or
other causes.
1.8 PROJECT CONDITIONS
A. Environmental Requirements
1. Do not install solvent curing sealants in enclosed building spaces.
2. Do not install sealants when joint substrates are wet.
3. Maintain temperature and humidity recommended by the sealant manufacturer
during and after installation.
1.9 SEQUENCING AND SCHEDULING
A. Coordinate the work of this Section with all Sections referencing this Section.
1.10 WARRANTY
A. Provide five year warranty.
B . Warranty: Include coverage of installed sealants and accessories which fail to achieve air
tight and watertight seal, exhibit loss of adhesion or cohesion, or do not cure.
TEI NO. 13015 JOINT SEALERS 07900- 2
06/ 13
PART 2 - PRODUCTS
2 MATERIALS
A. Elastomeric Sealants
I General: Manufacturer's standard chemically curing, urethane, polyurethane, or
polysulfide polymer based elastomeric sealant complying with ASTM C 920.
2 Types
a. S-1: Type M, Grade P, Class 25.
b. S-2: Type S, Grade P, Class 25.
C. S-3: Type M, Grade NS, Class 25.
d. S-4: Type S, Grade NS, Class 25.
3 Color: As selected by Architect from manufacturer's full range of standard colors.
4 Use Locations: As indicated in Schedule at end of this Section.
B. Type S-8; Butyl Sealant
1. General: Manufacturer's standard one -part, nonsag, nonstaining, paintable,
solvent -release -curing, polymerized butyl sealant formulated with
minimum of 75 percent solids and tack -free time of 24 hours or less,
complying with ASTM C 1085.
2. Color: As selected by Architect from manufacturer's full range of standard
colors.
3. Use Locations: As indicated in Schedule at end of this Section.
C Type S-9; Pigmented Narrow Joint Sealant
1. General: Manufacturer's standard, solvent release -curing, pigmented synthetic rubber
sealant formulated for sealing joints 3/16 inch or smaller in width, complying with
AAMA 803.3.
2. Color: As selected by Architect from manufacturer's full range of standard
colors.
3. Use Locations: As indicated in Schedule at end of this Section.
D Accessories
Primer: Non -staining type, recommended by sealant manufacturer to suit application.
2. Joint Cleaner: Non -corrosive and non -staining type, recommended by
sealant manufacturer; compatible with joint forming materials.
3. Joint Backing. ANSHASTM D1056; D1565; round, closed cell polyethylene foam
rod; oversized 30 to 50 percent larger than joint width.
4. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to
suit application.
5. Masking Tape: Non -staining, non -absorbing ultra -violet resistant type as
recommended by sealant manufacturer.
PART 3 - EXECUTION
3.1 EXAMINATION
A Verify that joint openings are ready to receive work and field measurements are as shown
on Drawings and recommended by the manufacturer.
B. Beginning of installation means installer accepts existing conditions and substrate.
TEI NO. 13015 JOINT SEALERS 07900- 3
06/ 13
3.2 PREPARATION
A. Clean and prime joints in accordance with manufacturer's instructions.
B. Remove loose materials and foreign matter which might impair adhesion of sealant.
C. Verify that joint backing and release tapes are compatible with sealant.
D. Perform preparation in accordance with ASTM C1.93.
E. Install masking tape where required to protect adjacent finished surfaces.
3.3 INSTALLATION
A. Perform installation in accordance with ASTM C 1193 and manufacturer's written
instructions.
B. Measure joint dimensions and size materials to achieve required width/depth ratios.
C. Install joint backing to achieve a neck dimension no greater than 1/3 the joint width.
D. Install bond breaker where joint backing is not used.
E. Remove and replace joint backing which has become wet, dirty, or exposed to weather for
extended period of time.
F. Apply sealant within recommended application temperature ranges. Consult manufacturer when
sealant cannot be applied within these temperature ranges.
G. Install sealant free of air pockets, foreign embedded matter, ridges, and sags.
H. Tool joints concave in accordance with ASTM C1193 and manufacturer's written
instructions.
3.4 CLEANING AND REPAIRING
A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by
methods and with cleaning materials approved by manufacturers of joint sealants and of
products in which joints occur.
B. Repair or replace defaced or disfigured finishes caused by work of this Section.
C. Cut out and remove damaged or deteriorated joint sealants and repair so that repaired areas are
indistinguishable from original work.
3.5 PROTECTION OF FINISHED WORK
A. Protect joint sealants during and after curing period from contact with contaminating substances
or from damage resulting from construction operations or other causes so that they are without
deterioration or damage at time of Substantial Completion.
3.6 SCHEDULE
A. Exterior Joints
1. Horizontal traffic joints not exposed to fuel or gas spillage: Sealant types S-1 or
S-2.
2. Horizontal traffic joints exposed to fuel or gas spillage: Sealant types S-1 or S-
2.
3. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-
2, S-3 or S-4.
4. Vertical or inclined joints such as panel, coping and control: Sealant types S-3 or S-
4.
5. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations:
Sealant types S-3 or S-4.
TEI NO. 13015 JOINT SEALERS 07900- 4
06/ 13
6. Threshold Bedding: Sealant type: S-5.
7. Joints in Sheet Metal Flashing: Sealant Type S-6.
B. Interior Joints
1. Horizontal traffic joints not exposed to fuel or gas spillage: Sealant types S-1, or S-
2.
2. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-
2, S-3, or S-4.
3. Vertical or inclined joints such as panel, coping and control: Sealant types S-3, S-
4.
4. Vertical or inclined joints such as perimeters of doors and wall penetrations: Sealant
types S-3, S-4 or S-6.
5. Non-structural hollow metal doors and borrowed lites. Sealant types S-3, S-4 S-5, S-6
or S-7.
END OF SECTION
TEI NO. 13015 JOINT SEALERS 07900- 5
06/ 13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 08110
HOLLOW METAL DOORS AND FRAMES
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Standard non -rated hollow metal doors and frames.
1.3 RELATED SECTIONS
A. Section 08700 - Hardware.
B. Section 09900 - Painting
C. Section 13121 — Pre -Engineered Buildings
1.4 REFERENCES
A. Architectural and Transportation Barriers Compliance Board - 36 CFR Part 1191, Accessibility
Guidelines for Buildings and Facilities.
B. ANSI A250.3 - Test Procedure and Acceptance Criteria for Factory Applied Finish Painted
Steel Surfaces for Steel Doors and Frames.
C. ANSI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for Steel
Doors, Frames, Frame Anchors and Hardware Reinforcings.
D. ANSI- A250.6 — Recommended Practice for Hardware Reinforcing on Standard Steel Doors
and Frames.
E. ANSI A250.8/SDI-100 - Recommended Specifications for Standard Steel Doors & Frames.
F. ANSI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for
Steel Doors and Frames.
G. ANSI/BHMA A156.115 - Hardware Preparation in Steel Doors and Steel Frames
J. ANSI/UL 1784 - Air Leakage Test of Door Assemblies
K. SDI-113 — Standard Practice for Determining the Steady State Thermal Transmittance of Steel
Door and Frame Assemblies.
L. SDI-117 — Manufacturing Tolerances Standard Steel Doors and Frames.
1.5 SUBMITTALS
A. Shop Drawings and Product Data
I. Indicate each type door and frame elevation, reinforcements, hardware locations, metal
types and gauges, fire rating, and finish. Use same numbering system as indicated on
drawings.
2. Indicate frame configuration, anchor types and spacings.
3. Indicate door core construction and door head and door sill closure method.
4. Manufacturer's standard printed installation instructions.
TEI NO 13015 HOLLOW METAL DOORS AND FRAMES 08110- 1
06/13
B. Certificates
1 Manufacturer's Certificate certifying that Products and fabrications meet or exceed
specified requirements.
1.6 QUALITY ASSURANCE
A Manufacturer
1 Company specializing in manufacturing the Products specified with minimum three
years documented experience.
1.7 DELIVERY, STORAGE, AND PROTECTION
A. Provide frames with manufacturer's standard sill spreader bar for all welded units.
B. Protect doors and frames with manufacturer's standard resilient packaging.
C. Break seal on -site to permit ventilation.
1.8 WARRANTY
A. Provide manufacturer's five year warranty.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Interior Doors and Frames
1. Stretcher level steel conforming to ASTM A568 and ASTM A1008 or A1011.
B. Protective Coatings
1. Primer. Manufacturer's standard oven dried, gray alkyd enamel primer, complying with
requirements of ANSI A250.10.
C Accessories
1. Jamb Anchors
a Metal Building Framing. Z type, same gage and material as frame.
2. Silencers: As specified in Section 08700 - Hardware.
2.2 FABRICATION
A General
1. Fabricate doors and frames to sizes and profiles indicated and in conformance with,
except as otherwise specified, ANSI A250.4, ANSI A250.8, SDI-113, and SDI-116.
2. Fabricate doors and frames with hardware reinforcements in accordance with Table 4 of
ANSI A250.8. Weld all hardware reinforcement plates in place.
3. Provide face welded frames with temporary steel spreader bars.
4. Grind all welds smooth, fill all voids with body putty and seam filler and sand smooth
Welds and joints shall not be visible.
C. Frames
1. Exterior Frames: Level 2, 14 gage.
2. Fabricate and assemble as complete welded unit.
3. Weld Z anchors to frame.
4. Provide minimum 14 gage steel floor angle clips welded to each jamb.
5.
TEI NO 13015 HOLLOW METAL DOORS AND FRAMES 08110- 2
06/13
23 FINISH
A. Finish: As Specified in SECTION - 09900.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General
1. Install frames in accordance with ANSI A250.1 and manufacturer's written
instructions.
2. Coordinate with metal building framing for anchor placement.
3.3 TOLERANCES
A Maximum Diagonal Distortion: 1/16 inch measured with straight edge, corner to corner.
3.4 ADJUSTING AND CLEANING
A. Remove temporary spreader bars and welds. Grind and repair frame as required to provide a
smooth paint finish.
B. Adjust for smooth and balanced door movement.
END OF SECTION
TEI NO 13015 HOLLOW METAL DOORS AND FRAMES 08110- 3
06/13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 08360
SECTIONAL OVERHEAD DOORS
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Insulated Sectional Overhead Doors.
B. Operating Hardware, tracks, and support.
1.2 RELATED SECTIONS
A. Section 05500 - Metal Fabrications: Steel frame and supports.
B. Section 08710 - Door Hardware: Cylinder locks.
1.3 REFERENCES
A. ANSI/DASMA 102 - American National Standard Specifications for Sectional Overhead Type
Doors.
1.4 DESIGN / PERFORMANCE REQUIREMENTS
A. Wind Loads: Design and size components to withstand loads caused by pressure and
suction of wind acting normal to plane of wall as calculated in accordance with ASCE 7 —
2010 based on 90 mph wind with 3 second gust factor.
B. Single -Source Responsibility: Provide doors, tracks and accessories from one manufacturer
for each type of door. Provide secondary components from source acceptable to
manufacturer of primary components.
1.5 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Product Data: Manufacturer's data sheets on each product to be used, including:
1. Preparation instructions and recommendations.
2. Storage and handling requirements and recommendations.
3. Installation methods.
C. Shop Drawings: Indicate plans and elevations including opening dimensions and required
tolerances, connection details, anchorage spacing, hardware locations, and installation
details.
D. Manufacturer's Certificates: Certify products meet or exceed specified requirements.
E. Operation and Maintenance Data.
1.6 QUALITY ASSURANCE
A. Perform Work in accordance with DASMA 102, Application Type Commercial.
B. Manufacturer Qualifications: Company specializing in manufacturing products specified in
this section with minimum five years documented experience.
C. Installer Qualifications: Authorized representative of the manufacturer with minimum five
years documented experience.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Store products in manufacturer's unopened labeled packaging until ready for installation.
B. Protect materials from exposure to moisture until ready for installation.
C. Store materials in a dry, ventilated weathertight location.
TEI 13015 SECTIONAL OVERHEAD DOORS 08360 - 1
06/13
1.8 WARRANTY
A. Warranty: Manufacturer's limited door and operators System warranty for 10 year against
delamination of polyurethane foam from steel face and all other components for 3 years or
20,000 cycles, whichever comes first.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Acceptable Manufacturers
1. Clopay Building Products C
2. Overhead Door Corp., Lewisville, TX 75067.
3. Raynor Garage Door
B. Substitutions: In accordance with provisions of Section 01600.
2.2 INSULATED SECTIONAL OVERHEAD DOORS
A. Insulated
Steel Sectional Overhead Doors
1.
Door Assembly: Metal/foam/metal sandwich panel construction, with PVC thermal
break and weather -tight ship -lap design meeting joints.
a. Panel Thickness: 2 inches
b. Exterior Surface: Flush, textured.
C. Exterior Steel: 20 gauge, galvanized.
d. End Stiles: 16 gauge with thermal break.
e. Spring Counterbalance: Sized to weight of the door, with a helically wound, oil
tempered torsion spring mounted on a steel shaft; cable drum of diecast
aluminum with high strength galvanized aircraft cable. Sized with a minimum 7
to 1 safety factor.
1) High cycle spring: 25,000 cycles.
f. Insulation: CFC-free and HCFC-free polyurethane, fully encapsulated.
g. Thermal Values: R-value of 17.40; U-value of 0.057.
h. Air Infiltration: 0.08 cfm at 25 mph.
i. Sound Transmission: Class 26.
2.
Finish and Color:
a. Two coat baked -on polyester:
1) Interior color, white.
2) Exterior color, white.
3.
Windload Design: Provide to meet the Design/Performance requirements specified.
4.
Hardware: Galvanized steel hinges and fixtures. Ball bearing rollers with hardened
steel races.
5.
Lock:
a. Interior mounted slide lock.
b. Locking mechanism designed to maintain security for exterior while permitting
break out when impacted from the inside.
6. Weatherstripping:
a. EPDM bulb -type strip at bottom section.
b. Flexible Jamb seals.
C. Flexible Header seal.
7. Track: Provide track as recommended by manufacturer to suit loading required and
clearances available.
a. Type:
1) Standard lift.
8. Manual Operation: Chain hoist.
TEI 13015 SECTIONAL OVERHEAD DOORS 08360 - 2
06/13
PART 3 EXECUTION
3.1 EXAMINATION
A. Do not begin installation until openings have been properly prepared.
B. Verify wall openings are ready to receive work and opening dimensions and tolerances are
within specified limits.
C. If preparation is the responsibility of another installer, notify Architect of unsatisfactory
preparation before proceeding.
3.2 PREPARATION
A. Clean surfaces thoroughly prior to installation.
B. Prepare surfaces using the methods recommended by the manufacturer for achieving the
best result for the substrate under the project conditions.
3.3 INSTALLATION
A. Install overhead doors and track in accordance with approved shop drawings and the
manufacturer's printed instructions.
B. Coordinate installation with adjacent work to ensure proper clearances and allow for
maintenance.
C. Anchor assembly to wall construction and building framing without distortion or stress.
D. Securely brace door tracks suspended from structure. Secure tracks to structural members
only.
E. Fit and align door assembly including hardware.
F. Coordinate installation of electrical service. Complete power and control wiring from
disconnect to unit components.
3.4 CLEANING AND ADJUSTING
A. Adjust door assembly to smooth operation and in full contact with weatherstripping.
B. Clean doors, frames and glass.
C. Remove temporary labels and visible markings.
3.5 PROTECTION
A. Do not permit construction traffic through overhead door openings after adjustment and
cleaning.
B. Protect installed products until completion of project.
C. Touch-up, damaged coatings and finishes and repair minor damage before Substantial
Completion.
END OF SECTION
TEI 13015 SECTIONAL OVERHEAD DOORS 08360 - 3
06/13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 08700
HARDWARE
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. All finish hardware necessary for completion of project.
1.3 RELATED SECTIONS
A. Section 08110 - Hollow Metal Door and Frame.
B. Section 08360 — Sectional Overhead Doors.
1.4 QUALITY ASSURANCE
A Manufacturers Qualifications
1 Companies specializing in manufacturing door hardware with minimum three years
experience-
15 REFERENCES
A. American National Standards Institute (ANSI)
1.
ANSI A156.1
Butts and Hinges.
2
ANSI A156.2
Bored and Preassembled Locks and batches.
3.
ANSI A156.4
Door Controls - Closers.
4.
ANSI A156.5
Auxiliary Locks & Associated Products.
5.
ANSI A156.6
Architectural Door Trim.
6.
ANSI A156.7
Template Hinge Dimensions.
7.
ANSI A156.16
Auxiliary Hardware.
8.
ANSI A156.18
Materials and Finishes.
9.
ANSI A156.21
Thresholds.
19.
ANSI A156.22
Door Gasketing System
20.
ANSI A156.36
Auxiliary Locks.
B. Builders Hardware Manufacturers Association (BHMA)
1. BHMA Directory of Certified Locks & Latches.
2. BHMA Directory of Certified Door Closers.
C Code of Federal Regulations (CFR)
1 36CFR Part 1191 - Americans With Disabilities Act (ADA).
D Door and Hardware Institute (DHI)
1. DHI-02 Installation Guide for Doors and Hardware.
2. DHI-03 Keying Systems and Nomenclature.
TEI 13015 HARDWARE 08700-1
06/13
3. DHI-05 Recommended Locations for Builders' Hardware for Standard Steel Doors
and Frames.
E. Steel Door Institute (SDI)
1 SDI-107 Hardware on Steel Doors (Reinforcement and Application).
F. Texas Civil Statutes, Article 9102, Architectural Barriers Act, Texas Accessibility Standards
(TAS)
1. TAS 404.2.5 Door Thresholds.
2. TAS 404.2.7 Door Hardware.
3. TAS 404.2.8 and TAS 404.2.9 Door Closers.
1.6 SUBMITTALS
A. Product Data
1. Provide product data on specified hardware.
2. Submit manufacturer's parts lists, templates, and installation instructions.
B Hardware Schedule
1. Include for each item: Quantities, manufac�s name and catalog numbers, sizes; detail
information or catalog cuts; finishes; door and frame size and materials; location and
hardware set identification using same opening numbers as indicated on the drawings;
lock trim material thicknesses; lock trim material evaluation test results; corresponding
ANSI/ BHMA standard type number or function number from manufacturer's catalog if
not covered by ANSI/ BH Lk, and list of abbreviations.
2. Indicate locations and mounting heights of each type of hardware.
3. Indicate lock side of single cylinder doors.
D. Certificates of Compliance
L Submit certificates of compliance attesting that hardware items conform to the CFR and
ANSI/ BHMA standards specified. In lieu of certificates, submit statement that proposed
hardware items appear in current BHMA directories of certified products.
E Closeout Submittals
1. Submit in accordance with Section 01700.
2. Provide list of actual locations of installed cylinders and their master key code.
3. Submit data on operating hardware, lubrication requirements adjustment methods and
inspection procedures related to preventative maintenance.
4. Furnish spare parts data, including a complete list of parts and supplies and source of
supply, for locksets, exit devices, closers, electronic locking devices and electromagnetic
closer holder release devices.
5. Submit special tools required for hardware adjustment or control.
6. Maintenance Instructions: Furnish 2 complete copies of maintenance instructions listing
routine maintenance procedures, possible breakdowns and repairs, and trouble shooting
guides.
1.7 DELIVERY, STORAGE AND HANDLING
A. Deliver, store and handle hardware to site in accordance with provisions of Section 01600.
B. Individually package each article of hardware in manufacturer's standard commercial carton or
container, and properly mark or label to be readily identifiable with approved hardware
schedule.
C. Tag or otherwise identify each change key with door for which its cylinder is intended.
TEI 13015 HARDWARE 08700-2
06/13
1.8 COORDINATION
A. Coordinate requirements for hardware to be mounted on metal doors or metal frames between
hardware manufacturer and door or flame manufacturer to establish location, reinforcement
required, size of holes, and similar details.
1.9 WARRANTY
A. Provide five year warranty for door closers.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Hinges
1. Bommer Industries; Landrum, SC
2. Hager Companies; St. Louis, MO
3. McKinney Products Company; Scranton, PA
4. Stanley Hardware Division, Stanley Works; New Britain, CT
B. Lock and Latches
1. Adams Rite Manufacturing Co.; Phoenix, AZ
2. Sargent Division, ESSEX Industries, Inc.; New Haven, CT
F. Closers
1.
Corbin/Russwin Architectural Hardware; Berlin, CT
2.
LCN Closers Division, Schlage Lock Co.; Princeton, IL
3.
Norton Door Controls; Charlotte, NC
Gasketing/Threshholds
1.
Hager Companies; St. Louis, MO
2.
Pemko Manufacturing Co.; Memphis, TN
3.
Reese Enterprises, Inc.; Rosemount, MO
4.
Zero International, Inc.; Bronx, NY
K. Door Stops/Bumpers
1.
Glynn -Johnson; Indianapolis, IN
2.
Hager Companies; St. Louis, MO
3.
Ives; 2720 Tobey Dr. Indianapolis, IN
4.
Triangle Brass Manufacturing Co.; Los Angeles, CA
M. Substitutions: Under provisions of Section 01600.
2.2 COMPONENTS
A General
1. Provide hardware components as indicated in paragraph Hardware Schedule at the end
of this section.
2. Components of other manufacturers will be acceptable provided they comply with the
ANSI/BHMA standards for Grade 1 products and are listed in the latest edition of the
BHMA Directories of certification.
B. Locksets
1. Furnish locksets compatible with specified cylinders.
TEI 13015 HARDWARE 08700-3
06/13
2. Furnish standard strikes with extended lips to protect trim from being marred by latch
bolt. Match cutouts provided in metal frames.
a. Bored Locksets: ANSI A156.2, Series 1000, Grade 1 unless otherwise
indicated.
C. Closers
1. Closers for outswinging exterior doors: Size one size larger than manufacturer's
published recommendations, but not less than size 5.
2. Size requirements for other closers: Conform to manufacturer's published
recommendations, except as specified otherwise.
3. Operating Pressure: Provide closers with maximum operating pressure as follows:
a. Interior Doors: Set closing force on doors accessible to the physically
handicapped for a push-pull of 5 pounds applied at knob or handle.
b. Exterior Doors: Maximum 8.5 pounds.
D. Protection Plates
1 Conformance: ANSI A156.6.
2 Fabrication
a Metal Plates
1) Fabricate from 0.050 inch thick stainless steel.
2) Bevel all edges.
3) Countersink screw holes for flat head screws.
3. Size
a. Width: 2 inches less in width than door width for single doors and 1 inch less for
pairs of doors.
b. Height
1) Kick Plates: 10 inches except where bottom rail is less than 10 inches,
extend plate extend to within 1/2-inch of panel mold or glass bead.
E Miscellaneous
1 Metal Thresholds
a. Conformance: ANSI A156.21.
b. Where required, modify thresholds to receive projecting bolts of flush bolts and
exit devices.
c. Thresholds for doors accessible to handicapped: Raised thresholds, corrugated,
beveled with slopes not exceeding 1:2, and with height not exceeding 1/2-inch.
Bevel not required where height is less than 1/2-inch.
F. Accessories
I Special Tools: Provide special tools such as spanner and socket wrenches and dogging
keys, required to adjust hardware items.
G. Fastenings
1. Provide proper type, size, quantity, and fmish with each article of hardware.
2. Fastenings exposed to weather and in finished work: Stainless steel.
H. Finishes
I Plated or Exposed Metal for Wood and Steel Doors and Frame: Conform to ANSI A156.18
as follows:
a. Exterior Hinges: BHMA 630.
b. Lock and Door Trim: BHMA 626 or 630.
C. Door Closers: BHMA 630 or BHMA 697 painted.
d. Miscellaneous Hardware: Finish appearance to match door hardware.
e . Aluminum Housed Weatherstripping. Finish appearance to match door hardware.
f. Thresholds: Finish appearance to match door hardware.
TEI 13015 HARDWARE 08700-4
06/13
2 Door Protection Plates
a Metal Plates: BHMA 605.
PART 3 - EXECUTION
3.1 INSPECTION
A. Verify that doors and frames are ready to receive work and dimensions are as indicated on shop
drawings.
B. Beginning of installation means acceptance of existing conditions.
3.2 INSTALLATION
A
General
1.
Locate in accordance with DHI 04 and DHI 05 recommended Locations for Builders'
Hardware for Standard Steel Doors and Frames and DM Recommended Locations for
Builders' Hardware for Custom Steel Doors and Frames.
2.
Install in accordance with DHI-02.
3.
When approved, slight variations in locations or dimensions will be permitted.
4.
Attach door control devices for exterior doors such as closers and holders to doors with
thru bolts such as sex bolts and nuts.
5.
Conform to 36CFR Part 1191 for positioning requirements for handicapped.
B.
Locks and Latches
1
Adjust for latching without binding.
C
Door -Closing Device
I.
Install and adjust in accordance with templates and printed instructions supplied by
manufacturer.
2.
Install on solid doors with thru bolts and grommet nuts.
3.
Insofar as practicable, mount closers as follows:
a. Exterior Doors: Mount closer on interior side of all exterior doors. Provide
parallel arms or top jam mount closers.
D. Kick Plates
1.
Kick Plates: Where scheduled, install on push side of single -acting doors and on both
sides of double-acting doors.
E
Thresholds
1.
Install in a bed of sealant with stainless steel screws and expansion shields.
2.
Provide proper clearance and an effective seal with specified weather stripping.
3.
Minimum screw size: #10, length dependent on job conditions.
G
Weatherseals
1.
Locate as indicated, snug to door face and fastened in place with color matched metal
screws after door and frames have been finish painted.
2.
Install to exclude light and air flow when door is in closed position.
3.
Screw spacing: as recommended by manufacturer.
H
Gasketing
1.
Install at inside edge of hinge, head and latch side of door frame.
TEI 13015 HARDWARE 08700-5
06/13
3.3 HARDWARE SCHEDULE
Hardware Set 1.00
Door: 1
Door to have:
11/2 PR
HINGES 4 1 /2 X 4 1 /2
1 EA.
LOCKSET
from latch
when locked.
1 EA.
CLOSER
1 EA
FLOORSTOP
1 EA
KICKPLATE
1 SET
HEAD & JAMBS WEATHERSRIP
1 EA
SILL SWEEP
1 EA.
HEAD RAINDRIP
Hardware Set 2.00
Doors: 2
Door to have:
1EA. PADLOCK
BB1168
ND92PD designed to disengage outside spindle
4030
FS13
2893DV
215AV
810S
END OF SECTION
TEI 13015 HARDWARE 08700-6
06/13
SECTION 09900
PART 1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this Section.
1.2 WORK INCLUDED
A. Surface preparation.
B. Surface finish schedule.
13 SECTION INCLUDES
A. This Section includes surface preparation, painting, and finishing of exposed interior and exterior items and
surfaces.
1. Surface preparation, priming, and finish coats specified in this section are in addition to
shop priming and surface treatment specified under other sections.
B. Paint exposed surfaces whether or not colors are designated in "schedules," except where a surface or
material is specifically indicated not to be painted or is to remain natural. Where an item or surface is not
specifically mentioned, paint the same as similar adjacent materials or surfaces. If color or finish is not
designated, the Architect will select from standard colors or finishes available.
C. Painting is not required on prefinished items, finished metal surfaces, concealed surfaces, operating parts,
and labels.
1.4 RELATED SECTIONS
A. Section 05500- Metal Fbrications: Miscellaneous metal
B. Section 08110 — Hollow Metal Door and FrameWater
1.5 REFERENCES
A. ANSIJASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products.
B. SSPC - SP1 - Solvent Cleaning.
C. SSPC - SP2 - Hand Tool Cleaning.
1.6 DEFINITIONS
A. Conform to ANSJJASTM D 16 for interpretation of terms used in this Section.
7 QUALITY ASSURANCE
A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products
with five years experience.
B. Applicator: Company specializing in commercial painting and finishing with five years
documented experience.
D. Single -Source Responsibility: Provide primers and undercoat paint produced by the same
Manufacturer as the finish coats.
E Coordination of Work: Review other sections in which primers are provided to ensure
compatibility of the total systems for various substrates. On request, furnish information on characteristics of
finish materials to ensure use of compatible primers.
1 Notify the Architect of problems anticipated using the materials specified.
TEI 13015 PAINTING 09900-1
06/13
F. Field Samples: On exterior and interior components, duplicate finishes of prepared samples.
G. Final acceptance of colors will be from job -applied samples.
H. Material Quality: Provide the manufacturer's best quality trade paint material of the various
coating types specified. Paint material containers not displaying manufacturer's product
identification will not be acceptable.
1. Proprietary names used to designate colors or materials are not intended to imply that
products named are required or to exclude equal products of other manufacturers.
1.8 SUBMITTALS
A. Product Data
1. Provide product data on all finishing products.
2. Submit manufacturer's standard printed application instructions.
B. Certificates
1. Submit paint manufacturer's certificate(s) stating the following:
a. Paints for interior use contain no mercurial mildewcide.
b. Paints for interior use contain no insecticide.
C. Paints for interior use contain no more than 0.06 percent lead.
1.9 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect and handle products to site under provisions of Section 01600.
B. Deliver products to site in sealed and labeled containers; inspect to verify acceptance.
C. Container labeling to include manufacturer's name, type of paint, brand name, brand code, coverage,
surface preparation, drying time, cleanup, color designation, and instructions for mixing and reducing.
D. Store paint materials at minimum ambient temperature of 45 degrees F. and a maximum of 90 degrees F., in
well ventilated area, unless required otherwise by manufacturer's instructions.
E. Take precautionary measures to prevent fire hazards and spontaneous combustion.
1.10 ENVIRONMENTAL REQUIREMENTS
A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures
above 45 degrees F. for 24 hours before, during, and 48 hours after application of finishes, unless required
otherwise by manufacturer's instructions.
B. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent,
unless required otherwise by manufacturer's instructions.
C. Minimum Application Temperatures for Latex Paints: 45 degrees F. for interiors; 50 degrees F. for exterior;
unless required otherwise by manufacturer's instructions.
D. Minimum Application. Temperature for Varnish and Synthetic Finishes: 65 degrees F. for interior or exterior,
unless required otherwise by manufacturer's instructions.
E. Provide lighting level of 80 ft candles measured mid -height at substrate surface.
PART 2-PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Glidden Coatings and Resins Co., Cleveland, OH.
B. Kelly -Moore Paint Co., Inc., San Carlos, CA.
C. PPG Industries, Inc., Pittsburgh, PA.
D. Substitutions: In accordance with Section 01600.
TEI 13015 PAINTING 09900-2
06/13
2.2 MATERIALS
A. Coatings
1. Ready mixed. Process pigments to a soft paste consistency, capable ofbeing readily and
uniformly dispersed to a homogeneous coating.
2. Good flow and brushing properties; capable of drying or curing free of streaks or sags.
3. Compatible with existing coatings in renovation areas.
B. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not
specifically indicated but required to achieve finishes specified, of commercial quality.
2.3 FINISHES
A. Refer to schedule at end of Section for surface finish schedule.
B. The schedule is based on the products of the Glidden and Kelly -Moore as follows:
No.
Product Name
Type
1. B50 series
Kern Kromik Metal Primer
Alkyd
2. Y24W20
A-100 Exterior Alkyd Primer
Alkyd
3. B54 series
Industrial Enamel
Alkyd -Gloss
4. 1334W200
Promar 200 Alkyd Semi -Gloss
Alkyd
5. B49W2
Preprite Wall and Wood Primer
Alkyd
6. B31 W72
Incredicoat
Acrylic Enamel
7. Seal Hard
Seal Hard — L&M Construction Chemicals
Concrete Sealer
C. Dry mill film thickness (DMF'T) indicated is minimum acceptable.
PART 3 - EXECUTION
3.1 INSPECTION
A Verify that surfaces are ready to receive work as instructed by product manufacturer.
B. Examine surfaces scheduled to be finished prior to commencement of work. Report any
condition that May potentially affect proper application.
D. Beginning of installation means acceptance of existing surfaces.
3.2 PREPARATION
A. Remove electrical plates, hardware, light fixture trim, and fittings prior to preparing surfaces or
finishing.
B. Correct minor defects and clean surfaces which affect work of this Section.
C. Impervious Surfaces: Remove mildew by scrubbing with solution of tri-sodium phosphate and bleach.
Rinse with clean water and allow surface to dry.
D. Galvanized Surfaces: Remove surface contamination and oils and wash with solvent. Apply coat of
etching primer.
E. Uncoated Steel and Iron Surfaces: Remove grease, scale, dirt, and rust. Where heavy coatings of scale
are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply a
treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot
prime paint after repairs.
F. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make
touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces.
3.3 PROTECTION
A. Protect elements surrounding the work of this Section from damage or disfiguration.
TEI 13015 PAINTING 09900-3
06/13
B. Repair damage to other surfaces caused by work of this Section.
C. Furnish drop cloths, shields, and protective methods to prevent spray or droppings from
disfiguring other surfaces.
D. Remove empty paint containers from site.
3.4 APPLICATION
A. Paint, Stain and Varnish
1. Apply products in accordance with manufacturer's instructions.
2. Do not apply finishes to surfaces that are not dry.
3. Apply each coat to uniform finish.
4. Apply each coat of paint slightly darker than preceding coat unless otherwise approved.
5. Sand lightly between coats to achieve required finish.
6. Allow applied coat to dry before next coat is applied.
3.5 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT
A. Paint shop primed equipment.
D. Do not paint exposed conduit in interior of Storage Building
3.6 CLEANING
A. As Work proceeds, promptly remove paint where spilled, splashed, or spattered.
B. During progress of Work maintain premises free of unnecessary accumulation of tools,
equipment, surplus materials, and debris.
C. Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal
containers and remove daily from site.
3.7 SCHEDULE
A. Exterior Surfaces
Surface 1 st Coat (DMFT) 2nd Coat (DMFT) 3rd Coat (DMF)
Ferrous Metals B50 series (2.5)B54 series (2.0) B54 series (2.0)
Misc. Metal
Equipment
Handrails
Galvanized Metals B50W3 (3.0) B54 series (2.0) B54 series (2.0)
B. Interior Surfaces
Surface 1st Coat (DMFT) 2nd Coat (DMFT) 3rd Coat
DMF
Doors and Frames B50 series (2.5)
Exposed Metal Items
Concrete Floor Seal Hard
C. Colors
1. Colors shall be selected by Architect.
END OF SECTION
TEI 13015 PAINTING 09900-4
06/13
SECTION 13121
PRE-ENGINEERED BUILDING
PART 1 GENERAL
1.1 SUMMARY
A. Section includes pre-engineered, structural steel building frame; metal wall and sloped
roof system including insulation, trim and accessories.
B. Related Sections:
1. Section 01200 —Price and Payment: Alternates
2. Section 03300 - Concrete Forms and Accessories: Execution requirements for
placement of anchor bolts specified in this section.
3. Section 07900 - Joint Sealers.
4. Section 08110 — Hollow Metal Door and Frame.
5. Section 08360 — Sectional Overhead Doors.
6. Section 09900 - Paints and Coatings: Finish painting of exterior primed steel
surfaces.
7. Division 16 Sections: Electrical.
1.2 REFERENCES
A. American Architectural Manufacturer's Association (AAMA)
1. AAMA 621 - Voluntary Specifications for High Performance Organic Coatings
on Coil Coated Architectural Hot Dipped Galvanized (HDG) & Zinc -Aluminum
Coated Steel Substrates.
2. AAMA 809.2 - Voluntary Specification Non -Drying Sealants.
B. American Institute of Steel Construction:
1. AISC S335 - Specification for Structural Steel Buildings Allowable Stress
Design, and Plastic Design.
2. AISC S342L - Load and Resistance Factor Design Specification for Structural
Steel Buildings.
C. American Society of Civil Engineers (ASCE)
1. ASCE 7 - Minimum Design Loads for Buildings and Other Structures.
D. ASTM International:
1. ASTM A36/A36M - Standard Specification for Carbon Structural Steel.
2. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized)
Coatings on Iron and Steel Products.
3. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on
Iron and Steel Hardware.
4. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000
PSI Tensile Strength.
5. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated,
120/105 ksi Minimum Tensile Strength.
6. ASTM A500 - Standard Specification for Cold -Formed Welded and Seamless
Carbon Steel Structural Tubing in Rounds and Shapes.
TEI No. 013015 Pre -Engineered Buildings 13121 -1
06/13
7. ASTM A501 - Standard Specification for Hot -Formed Welded and Seamless
Carbon Steel Structural Tubing.
8. ASTM A529/A529M - Standard Specification for High -Strength Carbon -
Manganese Steel of Structural Quality.
9. ASTM A572/A572M - Standard Specification for High -Strength Low -Alloy
Columbium -Vanadium Structural Steel.
10. ASTM A792/A792M - Standard Specification for Steel Sheet, 55% Aluminum -
Zinc Alloy -Coated by the Hot -Dip Process.
i t . ASTM C665 - Standard Specification for Mineral -Fiber Blanket Thermal
Insulation for Light Frame Construction and Manufactured Housing.
12. ASTM C991 - Standard Specification for Flexible Glass Fiber Insulation for Pre -
Engineered Metal Buildings.
13. ASTM C 1107 - Standard Specification for Packaged Dry, Hydraulic -Cement
Grout (Nonshrink).
14. ASTM E 1592 - Standard Test Method for Structural Performance of Sheet Metal
Roof and Siding Systems by Uniform Static Air Pressure Difference.
15. ASTM E 1646 - Standard Test Method for Water Penetration of Exterior Metal
Roof Panel Systems by Uniform Static Air Pressure Difference.
16. ASTM E 1680 - Standard Test Method for Rate of Air Leakage Through Exterior
Metal Roof Panel Systems.
17. ASTM D 2244 - Test Method for Calculation of Color Differences from
Instrumentally Measured Color Coordinates.
18. ASTM D 4214 - Test Methods for Evaluating Degree of Chalking of Exterior
Paint Films.
E. American Welding Society:
1. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive
Examination.
2. AWS D1.1 - Structural Welding Code - Steel.
F. Metal Building Manufacturers Association:
1. MBMA - Low Rise Building Systems Manual.
G. SSPC: The Society for Protective Coatings:
1. SSPC - Steel Structures Painting Manual.
2. SSPC Paint 20 - Zinc -Rich Primers (Type I - Inorganic and Type II - Organic).
H. Underwriters Laboratories Inc.:
1. UL - Building Materials Directory.
2. UL 580 - Tests for Uplift Resistance of Roof Assemblies
1.3 SYSTEM DESCRIPTION
A. Single span rigid frame. Tapered columns and beams.
B. Bay Spacing: As indicated on the drawings.
C. Primary Framing: Rigid frame of rafter beams and columns, end wall columns, and wind
bracing.
D. Secondary Framing: Purlins, girts, eave struts, main frame flange bracing, clips, and other
items detailed.
E. Wall System: Preformed metal panels of vertical profile, insulation and accessory
components.
TEI No. 013015 Pre -Engineered Buildings 13121 - 2
06/13
F. Roof System: Preformed metal panels of parallel to eave standing rib profile, insulation
and accessory components.
G. Roof Slope: 1 inch in 12 inches.
1.4 DESIGN REQUIREMENTS
A. Thermal resistance of Installed Wall System: R-Value of 13.
B. Thermal Resistance of Installed Roof System: R-Value of 19 with R5 thermal blocks.
C. Design members to withstand dead load, applicable snow load, vertical and horizontal
seismic loads, and design loads due to pressure and suction of wind calculated in
accordance with design loads scheduled on the drawings.
D. Design members to withstand UL 580 - Uplift Resistance, Uplift Class 90.
E. Design members to support electrical equipment and fixtures indicated.
F. Maximum allowable deflection: 1/180 of span with imposed loads for exterior wall and
roof system.
G. Provide drainage to exterior for water entering or condensation occurring within wall or
roof system.
H. Permit movement of components without buckling, failure of joint seals, undue stress on
fasteners or other detrimental effects, when subject to temperature range of 150 degrees
F.
I. Size and fabricate wall and roof systems free of distortion or defects detrimental to
appearance or performance.
1.5 SUBMITTALS
A. Section 01330 - Submittal Procedures: Submittal procedures.
B. Shop Drawings: Indicate assembly dimensions, locations of structural members,
connections, attachments, openings and loads; wall and roof system dimensions, panel
layout, general construction details, anchorages and method of anchorage, method or
installation; framing anchor bolt settings, sizes, and locations from datum, and foundation
loads; indicate welded connections with AWS A2.4 welding symbols; indicate net weld
lengths.
C. Structural Calculations: Provide calculations with professional seal and signature.
D. Product Data: Submit data on profiles, component dimensions, fasteners and performance
characteristics.
E. Samples: Submit three samples of precoated metal panels for each color selected, 2 x 3
inch minimum in size illustrating color and texture of finish.
F. Manufacturer's Instructions: Submit preparation requirements and anchor bolt placement.
G. Erection Drawings: Indicate members by label, assembly sequence, and temporary
erection bracing.
1.6 CLOSEOUT SUBMITTALS
A. Section 01700 - Execution Requirements: Closeout procedures.
B. Project Record Documents: Record actual locations of concealed components and
utilities.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Protect products of metal panel system during shipping, handling, and storage to prevent
staining, denting, deterioration of components or other damage. Protect panels and trim
bundles during shipping.
TEI No. 013015 Pre -Engineered Buildings 13121 - 3
06/13
1. Deliver, unload, store, and erect metal panel system and accessory items without
misshaping panels or exposing panels to surface damage from weather or
construction operations.
2. Store in accordance with Manufacturer's written instructions. Provide wood
collars for stacking and handling in the field.
1.8 QUALITY ASSURANCE
A. Perform Work in accordance with AISC 5335, AISC S342L, and MBMA Low Rise
Building Systems Manual.
1. Structural Performance: Provide metal panel assemblies capable of withstanding
the effects of indicated loads and stresses within limits and under conditions
indicated:
a. Wind Loads: Determine loads based on uniform pressure, importance
factor, exposure category, and basic wind speed indicated on drawings.
b. Wind Uplift Testing: Certify capacity of metal panels by actual testing
of proposed assembly per ASTM E 1592.
C. Snow Loads: As indicated on drawings.
d. Deflection Limits: Withstand inward and outward wind -load design
pressures in accordance with applicable building code with maximum
deflection of l/180 of the span with no evidence of failure.
e. Seismic Performance: As indicated on drawings.
£ Wind Uplift Resistance: Comply with UL 580 for wind -uplift class UL-
90.
g. Air Infiltration, ASTM E 1680:
1) R-Panels (Base Bid): Maximum 0.006 cfm/sq. ft. at
6.24 lbf/sq. ft. static -air -pressure difference.
2) Standing Seam Panels (Alternate): Maximum 0.25 cfm/sq. ft. at
static -air -pressure difference of 6.24 lbf/sq. ft.
h. Water Penetration Static Pressure, ASTM E 1646:
1) R-Panels (Base Bid): No uncontrolled water penetration at a
static pressure of 20 lbf/sq. ft. (958 Pa).
2) Standing Seam Panels (Alternate): No uncontrolled water
penetration at a static pressure of 12 lbf/sq. ft.
i. Thermal Movements: Allow for thermal movements from variations in
both ambient and internal temperatures. Accommodate movement of
support structure caused by thermal expansion and contraction. Allow
for deflection and design for thermal stresses caused by temperature
differences from one side of the panel to the other.
1.9 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing products specified in this section
with minimum three years documented experience.
B. Erector: Company specializing in performing Work of this section with minimum 3 years
documented experience and approved by manufacturer.
C. Design structural components, develop shop drawings, and perform shop and site work
under direct supervision of Professional Engineer experienced in design of this Work and
licensed in State of Texas.
TEI No. 013015 Pre -Engineered Buildings 13121 - 4
06/13
1.10 PRE -INSTALLATION MEETINGS
A. Section 01300 - Administrative Requirements: Pre -installation meeting.
B. Convene minimum one week prior to commencing work of this section.
01 Ili :w,"I2Wl
A. Section 01700 - Execution Requirements: Product warranties and product bonds.
B. Furnish five year manufacturer warranty for pre-engineered building systems and
components.
C. Metal Roofing
1. Base Bid
a. Manufacturer's Warranty: On manufacturer's standard form, in which
manufacturer agrees to repair or replace metal panel assemblies that fail
in materials and workmanship within one year from date of Substantial
Completion.
2. Alternate
a. Weathertightness Warranty: On manufacturer's standard form, in which
manufacturer agrees to repair or replace metal panel assemblies that fail
to remain weathertight, including leaks, without monetary limitation
within 20 years from date of Substantial Completion.
b. Panel Finish Warranty: On Manufacturer's standard form, in which
Manufacturer agrees to repair or replace metal panels that evidence
deterioration of factory -applied finish within 25 years from date of
Substantial Completion, including:
1) Fluoropolymer Two- Coat System:
a) Color fading in excess of 5 Hunter units per
ASTM D 2244.
b) Chalking in excess of No. 8 rating per ASTM D 4214.
c) Failure of adhesion, peeling, checking, or cracking.
PART 2 PRODUCTS
2.1 PRE-ENGINEERED BUILDINGS
A. Acceptable Manufacturers:
1. Butler Manufacturing Co.
2. Lester Building Systems
3. Trachte Building Systems, Inc.
4. Varco-Pruden Buildings
5. Substitutions: Section 01600 -Product Requirements.
2.2 COMPONENTS — FRAMING
A. Structural Steel Members: ASTM A36/A36M.
B. Structural Tubing: ASTM A500, Grade B.
C. Plate or Bar Stock: ASTM A529/A529M.
D. Anchor Bolts: ASTM A307, unprimed.
E. Bolts, Nuts, and Washers: ASTM A325.
F. Welding Materials: AWS D1.1; type required for materials being welded.
G. Primer: SSPC Paint 20, Red Oxide.
TEI No. 013015 Pre -Engineered Buildings 13121 - 5
06/13
H. Grout: ASTM C 1107, Non -shrink type, premixed compound consisting of non-metallic
aggregate, cement, water reducing and plasticizing agents, capable of developing
minimum compressive strength of 2400 psi in two days and 7000 psi in 28 days.
2.3 COMPONENTS - WALL AND ROOF SYSTEM
A. Sheet Steel Stock: ASTM A792/A792M aluminum -zinc alloy Coating Designation
AZ50.
B. Insulation: Semi -rigid Roll glass fiber type, faced with reinforced white vinyl, UL flame
spread classification of 25 or less where exposed, thickness required to provide R value
specified.
C. Panel Fasteners: Self -tapping screws and other acceptable fasteners recommended by
roof panel manufacturer. Where exposed fasteners cannot be avoided, supply long life
fasteners with EPDM or neoprene gaskets, with heads matching color of metal panels by
means of factory -applied coating.
D. Panel Clips: Provide panel clip of type specified, at spacing indicated on approved shop
drawings.
1. Two-piece Floating: ASTM C 645, with ASTM A 653/A 653M, G90 (Z180)
hot -dip galvanized zinc coating, configured for concealment in panel joints, and
identical to clips utilized in tests demonstrating compliance with performance
requirements.
E. Fasteners: Manufacturer's standard type, high performance organic coating, finish to
match adjacent surfaces when exterior exposed.
F. Joint Sealers: Manufacturer's standard or recommended liquid and preformed sealers and
tapes, and as follows:
1. Factory -Applied Seam Sealant: Manufacturer's standard hot -melt type.
2. Tape Sealers: Manufacturer's standard non -curing butyl tape, AAMA 809.2.
3. Concealed Joint Sealant: Non -curing butyl, AAMA 809.2.
G. Gaskets: Manufacturer's standard foam gasket, where required, formed to match panel
profile.
H. Thermal Blocks: Manufacturer's standard.
I. Trim, Closure Pieces, Caps, Flashings, Facias, Infills, and Ridge: Same material,
thickness and finish as exterior sheets; brake formed to required profiles.
2.4 COMPONENTS - METAL DOORS AND FRAMES
A. Hollow Metal Door and Frame: Specified in Section 08111.
2.5 COMPONENTS - OVERHEAD DOORS
A. Overhead Doors: Specified in Section 08360.
B. Overhead Door Frame: Structural steel sections braced to building frame specified in
Section 05500.
2.6 FABRICATION — FRAMING
A. Fabricate members in accordance with AISC Specification for plate, bar, tube, or rolled
structural shapes.
B. Anchor Bolts: Formed with bent shank, assembled with template for casting into
concrete.
C. Provide framing for door and overhead door openings.
TEI No. 013015 Pre -Engineered Buildings 13121 - 6
06/13
2.7 FABRICATION - WALL AND ROOF SYSTEMS
A. General: Provide factory fabricated and finished metal panels and accessories meeting
performance requirements, indicated profiles, and structural requirements.
B. Fabricate metal panel joints configured to accept factory -applied sealant providing
weathertight seal and preventing metal -to -metal contact and minimizing noise resulting
from thermal movement.
C. Form panels in continuous lengths for full length of detailed runs, except where otherwise
indicated on approved shop drawings.
D. Sheet Metal Flashing and Trim: Fabricate flashing and trim to comply with
manufacturer's written instructions, approved shop drawings, and project drawings. Form
from materials matching metal panel substrate and finish.
E. Base Bid (Roof and Wall Panels)
1. Large Tapered -Rib -Profile, Exposed Fastener Metal Roof Panels: Structural
metal roof panel consisting of formed metal sheet with trapezoidal major ribs
with intermediate stiffening ribs symmetrically placed between major ribs,
installed by lapping edges of adjacent panels.
2. Basis of Design: MBCI, PBR Panel,
3. Coverage Width: 36 inches.
4. Major Rib Spacing: 12 inches on center.
5. Rib Height: 1-1 /4 inch.
6. Nominal Coated Thickness: 0.028 inch/24 gage.
7. Panel Surface: Smooth.
8. Exterior Finish: Fluoropolymer two -coat system.
9. Color: Dark bronze to match existing structures
F. Alternate (Roof Panels)
1. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, structural
quality, Grade 50, Coating Class AZ50 (Grade 340, Coating Class AZM150),
prepainted by the coil -coating process per ASTM A 755/A 755M.
2. Nominal Coated Thickness: 0.028 inch/24 gage.
3. Panel Surface: Smooth with striations in pan
4. Exterior Finish: Fluoropolymer two -coat system
5. Panel Width: 16 inches.
6. Panel Seam Height: 2 inch.
7. Joint Type: Mechanically seamed.
8. Color: Dark bronze to match existing structures.
G. Girts/Purlins: Rolled formed structural shape to receive siding and roofing sheet.
H. Internal and External Corners: Same material thickness and finish as adjacent material,
profile, brake formed, to required angles. Back brace mitered internal corners with 16
gage thick sheet.
1. Flashings, Closure Pieces, Fascia, Infills, Caps, and Ridge: Same material and finish as
adjacent material, profile to suit system.
J. Fasteners: To maintain load requirements and weather tight installation, same finish as
cladding, non -corrosive type.
2.8 FACTORY FINISHING
A. Framing Members: Clean, prepare, and shop prime to SSPC Manual requirements.
B. Galvanizing for Nuts, Bolts and Washers: ASTM Al53/A153M.
C. Interior Surfaces of Wall and Roof Components and Accessories: Interior Finish: 0.5 mil
total dry film thickness consisting of primer coat and wash coat of manufacturer's
standard light-colored acrylic or polyester backer finish.
TEI No. 013015 Pre -Engineered Buildings 13121 - 7
06/13
D. Exterior Surfaces of Wall and Roof Components and Accessories: Fluoropolymer Two -
Coat System: 0.2 — 0.3 mil primer with 0.7 - 0.8 mil 70 percent PVDF fluoropolymer
color coat, AAMA 621.
PART 3 EXECUTION
3.1 EXAMINATION
A. Section 01300 - Administrative Requirements: Coordination and project conditions.
B. Verify foundation, floor slab, mechanical and electrical utilities, and placed anchors are
in correct position.
3.2 ERECTION — FRAMING
A. Erect framing in accordance with AISC Specification.
B. Provide for erection and wind loads. Provide temporary bracing to maintain structure
plumb and in alignment until completion of erection and installation of permanent
bracing. Locate braced bays as indicated on Drawings.
C. Set column base plates with non -shrink grout to achieve full plate bearing.
D. Do not field cut or alter structural members without approval of Engineer.
E. After erection, prime welds, abrasions, and surfaces not shop primed.
3.3 ERECTION - WALL AND ROOFING SYSTEMS
A. Exercise care when cutting prefinished material to ensure cuttings do not remain on finish
surface.
B. Fasten cladding system to structural supports, aligned level and plumb.
C. Locate end laps over supports. End laps minimum 4 inches. Place side laps over bearing.
D. Install insulation and vapor retarder in conformance with insulation manufacturer's
written instructions.
E. Install weathertight metal panel system in accordance with manufacturer's written
instructions, approved shop drawings, and project drawings. Install metal roof panels in
orientation, sizes, and locations indicated, free of waves, warps, buckles, fastening
stresses, and distortions. Anchor panels and other components securely in place. Provide
for thermal and structural movement.
F. Panel Sealants: Install manufacturer's recommended tape sealant at panel sidelaps and
endlaps.
G. Dissimilar Materials: Where elements of metal panel system will come into contact with
dissimilar materials, treat faces and edges in contact with dissimilar materials as
recommended by manufacturer.
H. Panel Fastening
1. Exposed Fastened Panels
a. Attach panels to supports using screws, fasteners, and sealants
recommended by manufacturer and indicated on approved shop
drawings.
b. Fasten metal panels to supports at each location indicated on approved
shop drawings, with spacing and fasteners recommended by
manufacturer.
2. Mechanically -Seamed, Standing Seam Metal Roof Panels
a. Attach panels to supports using clips, screws, fasteners, and sealants
recommended by manufacturer and indicated on approved shop
drawings.
TEI No. 013015 Pre -Engineered Buildings 13121 - 8
06/13
b. Fasten metal panels to supports with concealed clips at each location
indicated on approved shop drawings, with spacing and fasteners
recommended by manufacturer.
C. Seamed Joint: Crimp standing seams with manufacturer -approved,
motorized seamer tool so clip, metal roof panel, and factory -applied
sealant are completely engaged.
I. ACCESSORY INSTALLATION
1. General: Install metal panel trim, flashing, and accessories using recommended
fasteners and joint sealers, with positive anchorage to building, and with weather
tight mounting. Coordinate installation with flashings and other components.
a. Install components required for a complete metal panel assembly,
including trim, copings, flashings, sealants, closure strips, and similar
items.
b. Comply with details of assemblies utilized to establish compliance with
performance requirements and manufacturer's written installation
instructions.
C. Set units true to line and level as indicated. Install work with laps, joints,
and seams that will be permanently weather resistant.
2. Joint Sealers: Install joint sealers where indicated and where required for
weathertight performance of metal panel assemblies, in accordance with
manufacturer's written instructions.
a. Prepare joints and apply sealants per requirements of Division 07 Section
"Joint Sealants."
3.4 ERECTION - ACCESSORIES
A. Install door frame and door.
B. Seal wall and roof accessories watertight and weather tight with sealant in accordance
with Section 07900.
3.5 ERECTION TOLERANCES
A. Section 01400 - Quality Requirements: Tolerances.
B. Framing Members: 1/4 inch from level; 1/8 inch from plumb.
C. Siding and Roofing: 1/8 inch from indicated position.
3.6 FIELD ADJUSTING
A. Touch up all scratches in pre -finished metal panels with panel manufacturer's
recommended touch-up paint.
END OF SECTION
TEI No. 013015 Pre -Engineered Buildings 13121 - 9
06/13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 16000
BASIC ELECTRICAL METHODS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work in this section.
1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS
A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the
applicable provisions of the following:
1. International Fire Code (IFC)
2. National Electrical Code (NEC)
3. National Electrical Safety Code (NESC)
B. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction
pertaining to the work required.
C. Provide all temperature control wiring and associated conduit and boxes under other sections of
the specifications.
D. Provide all power and control wiring, not identified under Division 15, under Division 16.
E. Provide all power and control wiring and conduit to support mechanical equipment,
controls, dampers, etc. as a part of the Division 16 work.
F. The work covered by Division 16 of the Specifications includes the f mashing of all materials,
labor, transportation, tools, permits, and fees for the complete installation of all electrical work
required in the Contract Documents.
G. The Contractor is responsible for providing all material and equipment which are usually
furnished with such construction in order to complete the installation, whether indicated
or not
H. Obtain and pay for all peruts, fees, and licenses required for the project Include all cost
of such permits or fees in the bid.
L Install all equipment and material in accordance with the applicable manufacturer's
recommendations and standards.
J. Install sleeves as required for the installation of the electrical work. All such work is
subject to the approval of the Architect
13 SUBMITTALS
A. The intent of this section is to give general submittal information, refer to specific submittal
information in the subsequent mechanical sections.
B. Unless identified as a sole source item, the listing of product manufacturers, catalog
numbers, etc., on the drawings is intended to establish a standard of quality of the product
It is the responsibility of the contractor to review all items he intends to submit If equipment
other than that indicated on drawings is proposed by the contractor, the infommation will be
reviewed at the time of the submission of the submittal.
C. Requirements for each submittal:
4. Bear a dated stamp or specific written indication that the Contractor has reviewed and
approved all submittal prior to submission to Engineer.
TEI 13015 BASIC ELECTRICAL METHODS 16000-1
06/13
5. Have all information deleted by Contractor that pertains to the means and methods of
construction or to fabrication, assembly, installation, or erection (approval by
Engineer shall not extend to these areas unless specifically noted by Engineer).
6. Be clearly and SPECIFICALLY marked as to which specific piece of equipment is being
submitted, by use of a permanent marker, stamp, etc., so as to distinguish it from other
pieces of equipment that may occur on the same page.
7. Be clearly marked as to which available options are being submitted that are
associated with a piece of equipment.
8. Be complete with respect to quantities, dimensions, specific performance, materials,
and similar data to enable the Engineer to review the proposed equipment
9. Omission by Contractor of any of the above requirements or submittals will subject
submittal to automatic rejection without review.
10. Any submittals received by Engineer that were not requested shall be returned
without review of any kind.
PART 2 - PRODUCTS
2.1 EQUIPMENT REQUIREMENTS
A. Not Used
2.2 MATERIALS
A. Provide all similar materials and equipment of the same manufacturer unless
specified otherwise.
B Materials and equipment shall be the standard products of manufacturers regularly engaged in
the production of such material and shall be the manufacturer's current and standard design.
D Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape
manufactured for marking and identifying underground utilities, minimum 6" wide and 4 mils
thick, continuously inscribed with a description of utility, with metallic core encased in a
protective jacket for corrosion protection, detectable by metal detector when tape is buried up
to 30" deep; colored as follows:
1. Red: Electric.
E Backfill Material
1. Material 4" below and 12" above pipes and conduit shall be natural or
manufactured sand complying to ASTM C 33.
2. Material more than 12" above pipes and conduits shall be sand indicated above or
native fill free of rock or gravel larger than 3/8" in any dimension, debris, waste,
frozen materials, vegetation, and other deleterious matter.
PART 3 -EXECUTION
3.1 GENERAL
A. Fabricate, erect and install of the complete electrical system in accordance with accepted
good practice by qualified personnel experienced in such work and shall proceed in an
orderly manner so as not to impede the progress of the project
TEI 13015 BASIC ELECTRICAL METHODS 16000-2
06/13
B. Check all areas and surfaces where electrical equipment material is to be installed, removed or
relocated and report any unsatisfactory conditions before starting work. Commencement of work
signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of
the finished installation, no allowance will be made for lack of skill on the part of workmen.
Surfaces requiring coatings will be completed prior to installation of any electrical work on
these surfaces.
C. The electrical drawings are diagrammatic. Carefully coordinate installation requirements
with structural, architectural and mechanical conditions and shall be adjusted to avoid
conflict.
D. The locations of electrical equipment are approximate and are not intended to convey the exact
details and mounting of location of outlets, equipment and other items. Exact locations are to be
field determined by actual measurements.
E. Obtain Architect approval for location, height and projection of fixtures illuminating signs
or special features prior to installation.
F. Coordinate the location of all exterior fixtures with Architectural drawings and
specifications.
G. Excavation for Pipe and Conduit
1 Excavate trenches to indicated gradients, lines, depths, and elevations.
2 Excavate trenches to uniform widths to provide a working clearance on each side of pipe
or conduit Excavate trench walls vertically from trench bottom to 12" higher than top of
pipe or conduit, unless otherwise indicated.
3 Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and
support of pipes and conduit Shape subgrade to provide continuous support for bells, joints,
and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting
stones and sharp objects along trench subgrade.
a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed,
multiple duct conduit units, hand excavate trench bottoms and support pipe and conduit
on an undisturbed subgrade.
b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to
support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand
backfill.
c. Excavate trenches 4" deeper than elevation required in rock or other unyielding
bearing material to allow for bedding course.
4 Place backfill and fill materials in layers not more than 8" in loose depth for material
compacted by heavy compaction equipment; and not more than 4" in loose depth for
material compacted by hand -operated tampers.
5 Compact soil to not less than the following percentages of maximum dry unit weight
according to ASTM D 698:
a. Under structures, building slabs, steps, and pavements, scarify and recompact top
12" of existing subgrade and each layer of backfill or fill material at 95 percent
b. Under walkways, scarify and recompact top 6" below subgrade and compact each
layer of backfill or fill material at 92 percent.
c. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and
compact each layer of backfill or fill material at 85 percent.
6. Install detectable warning tape above conduits and pipe, 12" below finished grade,
except 6" below subgrade under pavements and slabs.
7. Protection
a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and
erosion. Keep free of trash and debris.
TEI 13015 BASIC ELECTRICAL METHODS 16000-3
06/13
b. Repair and reestablish grades to specified tolerances where completed or partially
completed surfaces become eroded, rutted, settled, or where they lose compaction due
to subsequent construction operations or weather conditions.
1) Scarify or remove and replace soil material to depth as directed by
Architect; reshape and recompact.
c Where settling occurs before Project correction period elapses, remove finished
surfacing, backfill with additional soil material, compact, and reconstruct surfacing.
Restore appearance, quality, and condition of finished surfacing to match
adjacent work, and eliminate evidence of restoration to the greatest extent possible.
8 Disposal of Surplus and Waste Materials
a Disposal: Remove surplus satisfactory soil and waste material, including
unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's
property unless otherwise directed by Owner.
b Repair: Any damage to shrubs, grass or structures shall be repaired to previous
condition by Contractor at no additional expense to Owner.
3.2 PERFORMANCE TESTS
A. Test all control circuits, fixtures, services and all circuits for proper operating condition
and freedom from grounds and short circuits before acceptance is requested. Operate all
devices under load conditions.
B. After the interior wiring system installation is complete conduct operating tests for
approval. When requested, test all the wire, cable, devices and equipment after installation,
to assure that all material continues to possess all the original characteristics as required by
governing codes and standards listed in these specifications.
C. Perform such other tests as required by other sections of these specifications or as requested
to prove acceptability.
D. Furnish all instruments and labor for testing.
E. All material installed: Inspected, and approved by a nationally accepted testing
laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where
available.
END OF SECTION
TEI 13015 BASIC ELECTRICAL METHODS 16000-4
06/13
SECTION 16060
GROUNDING AND BONDING
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
1. Rod electrodes.
2. Wire.
3. Mechanical connectors.
1.2 REFERENCES
A. Institute of Electrical and Electronics Engineers:
1. IEEE 142 - Recommended Practice for Grounding of Industrial and Commercial
Power Systems.
B. International Electrical Testing Association:
1. NETA ATS - Acceptance Testing Specifications for Electrical Power
Distribution Equipment and Systems.
C. National Fire Protection Association:
1. NFPA 70 - National Electrical Code.
1.3 SYSTEM DESCRIPTION
A. Grounding systems use the following elements as grounding electrodes:
1. Metal building frame.
2. Rod electrode.
1.4 DESIGN REQUIREMENTS
A. Construct and test grounding systems for access flooring systems on conductive floors
accordance with IEEE 1100. Refer to Section 10270 [ ].
1.5 PERFORMANCE REQUIREMENTS
A. Grounding System Resistance: 10 ohms maximum.
1.6 SUBMITTALS
A. Section 01330 - Submittal Procedures: Requirements for submittals.
B. Product Data: Submit data on grounding electrodes and connections.
C. Test Reports: Indicate overall resistance to ground [and resistance of each electrode].
D. Manufacturer's Installation Instructions: Submit for active electrodes.
1.7 CLOSEOUT SUBMITTALS
A. Section 01700 - Execution Requirements: Requirements for submittals.
TEI 13015 GROUNDING AND BONDING 16060 - 1
06/13
B. Project Record Documents: Record actual locations of components and grounding
electrodes.
1.8 QUALITY ASSURANCE
A. Provide grounding materials conforming to requirements of NEC, IEEE 142, and UL
labeled.
1.9 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing Products specified in this section
with minimum three years experience.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Section 01600 - Product Requirements: Requirements for transporting, handling, storing,
and protecting products.
B. Accept materials on site in original factory packaging, labeled with manufacturer's
identification.
C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical
damage, by storing in original packaging.
D. Do not deliver items to project before time of installation. Limit shipment of bulk and
multiple -use materials to quantities needed for immediate installation.
1.11 COORDINATION
A. Section 01300 - Administrative Requirements: Requirements for coordination.
B. Complete grounding and bonding of building reinforcing steel prior concrete placement.
PART 2 PRODUCTS
2.1 ROD ELECTRODES AND MECHANICAL CONNECTORS
A. Acceptable Manufacturers:
1.
Apache Grounding/Erico Inc.
2.
Copperweld, Inc.
3.
Erico, Inc.
4.
O-Z Gedney Co.
5.
Thomas & Betts, Electrical
6.
Substitutions: Section 01600 -Product Requirements
B. Product Description:
1. Material: Copper -clad steel.
2. Diameter: 1/2 inch.
3. Length: 10 feet.
C. Connector: U-bolt clamp.
2.2 WIRE
A. Material: Stranded copper.
TEI 13015 GROUNDING AND BONDING 16060 - 2
06/13
B. Grounding Electrode Conductor: Copper conductor, insulated.
C. Bonding Conductor: Copper conductor, insulated.
2.3 MECHANICAL CONNECTORS
A. Description: Bronze connectors, suitable for grounding and bonding applications, in
configurations required for particular installation.
PART 3 EXECUTION
3.1 EXAMINATION
A. Section 01300 - Administrative Requirements: Verification of existing conditions before
starting work.
B. Verify final backfill and compaction has been completed before driving rod electrodes.
3.2 PREPARATION
A. Remove paint, mill oils and surface contaminants at connection points.
3.3 INSTALLATION
A. Install in accordance with IEEE 142.
B. Install rod electrode(s) adjacent to exterior wall of building in direct proximity to electric
panelboard. Install additional rod electrodes to achieve specified resistance to ground.
C. Install grounding and bonding conductors concealed from view.
D. Install 4 AWG bare copper wire in foundation footing in direct proximity to rod
electrode(s).
E. Bond together metal siding not attached to grounded structure; bond to ground.
F. Equipment Grounding Conductor: Install separate, insulated conductor within each feeder
and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing.
G. Install continuous grounding using building steel as grounding electrode. Install artificial
station ground by means of driven rods and buried electrodes.
H. Permanently ground entire light and power system in accordance with NEC, including
service equipment, distribution panels, grounding type receptacles, and other exposed
non -current carrying metal parts of electrical equipment.
I. Accomplish grounding of electrical system by using insulated grounding conductor
installed with feeders and branch circuit conductors in conduits. Size grounding
conductors in accordance with NEC. Install from grounding bus of serving panel to
ground bus of served panel, grounding screw of receptacles, lighting fixture housing,
light switch outlet boxes or metal enclosures of service equipment. Ground conduits by
means of grounding bushings on terminations at panelboard with installed number 12
conductor to grounding bus.
J. Grounding electrical system using continuous metal raceway system enclosing circuit
conductors in accordance with NEC.
K. Permanently attach equipment and grounding conductors prior to energizing equipment.
3.4 FIELD QUALITY CONTROL
A. Section 01700 - Execution Requirements: Field inspecting, testing, adjusting, and
balancing.
TEI 13015 GROUNDING AND BONDING 16060 - 3
06/13
B. Inspect and test in accordance with NETA ATS, except Section 4.
C. Grounding and Bonding: Perform inspections and tests listed in NETA ATS, Section
7.13.
D. Perform ground resistance testing in accordance with IEEE 142.
E. Perform continuity testing in accordance with IEEE 142.
F. When improper grounding is found on receptacles, check receptacles in entire project and
correct. Perform retest.
END OF SECTION
TEI 13015 GROUNDING AND BONDING 16060 - 4
06/13
SECTION 16111
CONDUIT
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this section.
1.2 SECTION INCLUDES
A. Metal conduit.
B. Electrical metallic tubing.
C. Non-metallic conduit and fittings
D. Fittings and conduit bodies.
1.3 RELATED SECTIONS
A. Section 16130 - Boxes.
B. Section 16170 - Grounding and Bonding.
C. Section 16190 - Supporting Devices.
D. Section 16195 - Electrical Identification.
1.4 REFERENCES
A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated.
B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated.
C. ANSI/NEMA FB 1- Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable
Assemblies.
D. ANSI/NFPA 70 - National Electrical Code.
E. NECA "Standard of Installation."
F. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing.
1.5 DESIGN REQUIREMENTS
A. Conduit Size: ANSI/NFPA 70.
1.6 SUBMITTALS
A. Submit under provisions of Section 01330.
B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal
conduit, nonmetallic conduit, fittings and conduit bodies.
1.7 PROJECT RECORD DOCUMENTS
A. Submit under provisions of Section 01700.
B. Accurately record actual routing of conduits.
1.8 REGULATORY REQUIREMENTS
A. Conform to requirements of ANSI/NFPA 70.
TEI 13015 CONDUIT 16111-1
06/13
B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose
specified and shown.
1.9 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, protect, and handle Products to site under provisions of Section 01600.
B. Accept conduit on site. Inspect for damage.
C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide
appropriate covenng.
D. Protect PVC conduit from sunlight.
1.10 PROJECT CONDITIONS
A. Verify that field measurements are as shown on Drawings.
B. Verify routing and termination locations of conduit prior to rough -in.
C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as
required to complete wiring system.
PART 2-PRODUCTS
2.1 CONDUIT REQUIREMENTS
A. Minimum Size: 1 /2 inch for power, unless otherwise specified.
B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit.
C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations.
D. Below Slab: Non metallic PVC conduit is acceptable within limitations specified.
E. Below Grade: Use only PVC coated rigid galvanized steel, wrapped rigid steel, or non metallic
PVC conduit within limitations specified.
F. MC Cable: Shall not be utilized on this project.
2.2 METAL CONDUIT
A Manufacturers:
1. Allied.
2. Wheatland.
3. Substitutions: Under provisions of Section 01600.
B. Rigid Steel Conduit: ANSI C80.1.
C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings.
2.3 FLEXIBLE METAL CONDUIT
A Flexible metal conduit shall not be used on this project.
2.5 ELECTRICAL METALLIC TUBING (EMT)
A Manufacturers:
1. Allied.
2. Substitutions: Under provisions of Section 01600.
B. Description: ANSI C80.3; galvanized tubing.
TEI 13015 CONDUIT 16111-2
06/13
C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel, compression.
D Applications: Do not use below grade or in exterior locations. Use only in interior locations.
2.6 PVC COATED METAL CONDUIT
A Manufacturers:
1. Levy.
2. Robroy Industries.
3. Substitutions: Under provisions of Section 01600.
B Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20 mil thick.
C General: Protective layer may be factory applied or galvanized rigid steel conduit may be
applied with two layers of corrosion resistant tape.
D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel fittings with external PVC coatings to
match conduit.
2.7 NON-METALLIC PVC CONDUIT
A Manufacturers:
1. Carton.
2. Allied.
3. Substitutions: Under provisions of Section 01600.
B Description: NEMA TC2; Schedule 40 PVC. Flame retardant type resistant to bending and
cracking.
C. Fittings and conduit bodies: NEMA TC3.
D Vertical risers and ells installed below grade shall be rigid steel with wrapping.
E Do not use above grade.
F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning.
PART 3 - EXECUTION
3.1 INSTALT.ATION
A. Install conduit in accordance with NECA "Standard of Installation."
B. Install nonmetallic conduit in accordance with manufacturer's instructions.
C. Arrange supports to prevent misalignment during wiring installation.
D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis
hangers, and split hangers.
E. Group related conduits; support using conduit rack. Construct rack using steel channel.
F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190.
G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary
supports.
H. Arrange conduit to maintain headroom and present neat appearance.
I. Route exposed conduit parallel and perpendicular to meatal building framing and all other
building construction.
J. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding
104 degrees F.
K. Cut conduit square using saw or pipe cutter; de -burr cut ends.
0. Bring conduit to shoulder of fittings; fasten securely.
P. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet
locations and to cast boxes.
TEI 13015 CONDUIT 16111-3
06/13
Q. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to
make sharp changes in direction, as around beams. Use factory elbows for bends in metal
conduit larger than 2 inch size.
R Avoid moisture traps; provide junction box with drain fitting at low points in conduit system.
S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses,
control and expansion joints.
T. Provide suitable pull string in each empty conduit except sleeves and nipples.
U. Use suitable caps or compressible rubber grommets to protect installed conduit against
entrance of dirt and moisture.
V. Ground and bond conduit under provisions of Section 16170.
W. Identify conduit under provisions of Section 16195.
Y. All conduits passing vertically through slabs on grade shall be PVC -coated, rigid steel. Rigid
steel conduits shall be applied with protective coatings as indicated herein. All transitions from
PVC to rigid steel shall occur below the slab.
Z. Underground branch circuit extensions to site lighting fixtures and other branch circuits may be
direct buried PVC conduit. Service entrance and primary PVC conduits shall be concrete
encased in accordance with the drawings unless otherwise approved by the Engineer.
AA Minimum cover for underground conduits shall be 30 inches unless otherwise noted.
Minimum cover for primary electrical conduits shall be a minimum of 48 inches of cover or as
directed by the utility provider.
END OF SECTION
TEI 13015 CONDUIT 16111-4
06/13
SECTION 16123
BUILDING WIRE AND CABLE
PART I - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this section.
1.2 SECTION INCLUDES
A. Building wire and cable.
B. Wiring connectors and connections.
1.3 RELATED SECTIONS
A. Section 16195 - Electrical Identification.
1.4 REFERENCES
A. Section 01400 - Quality Requirements:
B. Section 01420 - Requirements for references and standards.
C. NECA Standard of Installation (National Electrical Contractors Association).
D. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment
and Systems (International Electrical Testing Association).
E. NFPA 70 - National Electrical Code.
1.5 SUBMITTALS FOR REVIEW
A. Section 01330 — Submittal Procedures: Procedures for submittals.
B. Product Data: Provide for each cable assembly type.
1.6 SUBMITTALS FOR INFORMATION
A. Section 01330 — Submittal Procedures: Procedures for submittals.
B. Test Reports: Indicate procedures and values obtained.
C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use
stipulated by product testing agency specified under Regulatory Requirements.
1.7 SUBMITTALS AT PROJECT CLOSEOUT
A. Section 01700 — Execution Requirements: Procedures for submittals.
B. Project Record Documents: Record actual locations of components and circuits.
18 QUALIFICATIONS
A Manufacturer: Company specializing in manufacturing products specified in this Section with
minimum three years documented experience.
TEI 13015 BUILDING WIRE AND CABLE 16123 -1
06/ 13
1.9 REGULATORY REQUIREMENTS
A. Conform to NFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the
purpose specified and indicated.
1.10 FIELD SAMPLES
A. Provide under provisions of Section 01400.
1.11 PROJECT CONDITIONS
A. Section 01300 — Administrative Requirements.
B. Verify that field measurements are as indicated.
C. Conductor sizes are based on copper.
D. Wire and cable routing indicated is approximate unless dimensioned.
1.12 COORDINATION
A. Coordinate Work under provisions of Section 01300.
B. Where wire and cable destination is indicated and routing is not shown, detennine exact routing
and lengths required.
PART 2 - PRODUCTS
2.1 BUILDING WIRE
A Manufacturers:
1. Southwire.
2. American Cable.
3. Houston Wire and Cable.
4. Substitutions: Refer to Section 01600 — Product Requirements.
B. Description: Single conductor insulated wire.
C. Conductor: Copper.
D. Insulation Voltage Rating: 600 volts.
E. Insulation: NFPA 70, Type indicated herein.
F MC Cable: Shall not be utilized on this project.
2.2 WIRING CONNECTORS
A. Split Bolt Connectors:
1. Esco.
2. Buchanan.
3. Burndy.
4. Substitutions: Refer to Section 01600 — Product Requirements.
B. Solderless Pressure Connectors:
1. Ilsco.
2. Buchanan.
3. Burndy.
TEI 13015 BUILDING W RE AND CABLE 16123 - 2
06/ 13
4 . Substitutions: Refer to Section 01600 — Product Requirements.
C. Spring Wire Connectors:
1. Ideal.
2. Substitutions: Refer to Section 01600 — Product Requirements.
D. Compression Connectors:
1. Ilsco.
2. Buchanan.
3. Burndy.
4. Substitutions: Refer to Section 01600 — Product Requirements.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Section 01300 — Administrative Requirements: Verification of existing conditions before
starting work,
B. Verify that interior of building has been protected from weather.
C. Verify that mechanical work likely to damage wire and cable has been completed.
D. Verify that raceway installation is complete and supported.
3.2 PREPARATION
A. Completely and thoroughly swab raceway before installing wire.
3.3 WIRING METHODS
A. All Locations: Use only building wire, Type THW or THHN/THWN insulation, in raceway.
B. Use wiring methods indicated.
3.4 INSTALLATION
A. Section 01400 - Quality Requirements: Manufacturer's instructions.
B. Route wire and cable as required to meet Project Conditions.
C. Install cable in accordance with the NECA "Standard of Installation."
D. Use solid conductor for feeders and branch circuits 10 AWG and smaller.
E. Use stranded conductors for control circuits.
F. Use conductor not smaller than 12 AWG for power and lighting circuits.
G. Use conductor not smaller than 14 AWG for control circuits.
H. Use 10 AWG conductors for 20 ampere,120 volt branch circuits longer than 100 feet and as
indicated on the drawings.
I. Install all conductors in conduit
J. Pull all conductors into raceway at same time.
K. Use suitable wire pulling lubricant for building wire 4 AWG and larger.
L. Protect exposed cable from damage.
M. All cables shall be neatly supported.
N. Use suitable cable fittings and connectors.
0. Neatly train and lace wiring inside boxes, equipment, and panelboards.
P. Clean conductor surfaces before installing lugs and connectors.
TEI 13015 BUILDING W[RE AND CABLE 16123 - 3
06/ 13
Q. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible
temperature rise.
R. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape
uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of
conductor.
S. Use solderless pressure connectors with insulating covers for copper conductor splices and
taps, 8 AWG and smaller.
T. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps,10
AWG and smaller.
U. Identify and color code wire and cable under provisions of Section 16195. Identify each
conductor with its circuit number or other designation indicated.
V. The number of conductors in each conduit run shall be limited to the requirements as
indicated on the drawings and indicated in Article 310 of the 2005 National Electrical
Code.
3.5 FIELD QUALITY CONTROL
A. Section 01400 - Quality Requirements: Field inspection, testing and adjusting.
B. Inspect and test in accordance with NETA ATS, except Section 4.
C. Perform inspections and tests listed in NETA ATS, Section 7.3.1.
END OF SECTION
TEI 13015 BUILDING WIRE AND CABLE 16123 - 4
06/13
SECTION 16130
BOXES
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division I - General Requirements apply to work of this section.
1.2 SECTION INCLUDES
A. Wall and ceiling outlet boxes.
B. Pull and junction boxes.
1.3 RELATED SECTIONS
A. Section 16140 - Wiring Devices: Wall plates in finished areas.
1.4 REFERENCES
A. NECA - Standard of Installation.
B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies.
C. NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports.
D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum).
E. NFPA 70 - National Electrical Code.
1.5 SUBMITTALS FOR CLOSEOUT
A. Section 01700 — Execution Requirements: Submittals for Project closeout.
B. Record actual locations and mounting heights of outlet, pull, and junction boxes on project
record documents.
1.6 REGULATORY REQUIREMENTS
A. Conform to requirements of NFPA 70.
B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the
purpose specified and indicated.
PART 2 — PRODUCTS
21 OUTLET BOXES
A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel.
B. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported;
include half -inch male fixture studs where required.
C. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer.
D. Wall Plates for Finished Areas: As specified in Section 16140.
TEI 13015 BOXES 16130 - 1
06/13
2.2 PULL AND JUNCTION BOXES
A. Sheet Metal Boxes: NEMA OS 1, galvanized steel.
PART 3 — EXECUTION
3.1 EXAMINATION
A. Verify locations of outlets in all locations areas prior to rough -in.
3.2 INSTALLATION
A. Install boxes in accordance with NECA "Standard of Installation."
B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling,
equipment connections and compliance with regulatory requirements.
C. Set wall mounted boxes at elevations to accommodate mounting heights specified in section
for outlet device.
D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned
Adjust box location up to 10 feet if required to accommodate intended purpose.
E. Orient boxes to accommodate wiring devices oriented as specified in Section
16140.
F. Maintain headroom and present neat mechanical appearance.
J. Locate outlet boxes to allow luminaires positioned as shown on drawings.
K. Align adjacent wall mounted outlet boxes for switches.
L. Use flush mounting outlet box in finished walls.
P. Secure flush mounting box to metal building framing or provide supplemental metal stud
framing as required to facilitate locating outlets where shown on drawings.
Q. Install flush mounting box without damaging wall insulation or reducing its
effectiveness.
R. Use adjustable steel channel fasteners for hung ceiling outlet box.
S. Support boxes independently of conduit.
T. Use gang box where more than one device is mounted together. Do not use sectional
box.
U. Use gang box with plaster ring for single device outlets.
V. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast
metal box in other locations.
3.4 ADJUSTING
A. Section 01700 — Execution Requirements: Adjusting installed work.
B. Adjust flush -mounting outlets to make front flush with finished wall material.
C. Install knockout closures in unused box openings.
3.5 CLEANING
A. Section 01700 — Execution Requirements: Cleaning installed work.
B. Clean interior of boxes to remove dust, debris, and other material.
C. Clean exposed surfaces and restore finish.
TEI 13015 BOXES 16130 - 2
06/13
3.6 REPAIR
A. Repair any areas or surfaces damaged during conduit installation.
B. Paint (resurface) to original condition.
END OF SECTION
TEI 13015 BOXES 16130 - 3
06/13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 16140
WIRING DEVICES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work of this section.
1.2 SECTION INCLUDES
A. Wall switches.
B. Receptacles.
C. Device plates and decorative box covers.
1.3 RELATED SECTIONS
A. Section 16130 - Boxes.
1.4 REFERENCES
A. NECA - Standard of Installation.
B. NEMA WD 1 - General Requirements for Wiring Devices.
C. NEMA WD 6 - Wiring Device -- Dimensional Requirements.
D. NFPA 70 - National Electrical Code.
1.5 SUBMITTALS FOR REVIEW
A. Section 01330 — Submittal Procedures: Procedures for submittals.
B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and
configurations.
C. Manufacturers with similar catalog numbers will not be considered as a basis for an equivalent
product.
16 QUALIFICATIONS
A Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum three years documented experience.
1.7 REGULATORY REQUIREMENTS
A. Conform to requirements of NFPA 70.
B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the
purpose specified and indicated.
PART 2 - PRODUCTS
2.1 WALL SWITCHES
A Manufacturers:
1. Hubbell HBL1221-I.
TEI 13015 WIRING DEVICES 16140 - 1
06/13
2. Substitutions: Refer to Section 01600.
B Description: NEMA WD 1, 20 amp, Heavy -Duty, AC only general -use snap switch.
C. Body and Handle: nylon ivory handle.
D Utilize equivalent series of manufacturer's numbers above for threeway, four-way and two -pole
double throw applications.
2.3 RECEPTACLES
A Manufacturers:
1. Hubbell HBL 5352-I.
2. Substitutions: Refer to Section 01600. Equivalent.
B Description: NEMA WD 1, Heavy-duty general use receptacle, with triple wipe contacts and
grounding contacts integral with backstrap (no rivets).
C Device Body: Ivory plastic.
D Configuration: NEMA WD 6, type as specified and indicated.
E Convenience Receptacle: Type 5-20.
F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet
regulatory requirements. Hubbell GF5352-I or equivalent
2.4 WALL PLATES
A. Decorative Cover Plate: Stainless steel.
B. Weatherproof Cover Plate: Gasketed cast metal with gasketed device cover on exterior
devices.
C. Surface Mounted Box Plates: Galvanized steel plates.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Section 01300 — Administrative Requirements: Verification of existing conditions prior to
beginning work.
B. Verify that outlet boxes are installed at proper height.
C. Verify that wall openings are neatly cut and will be completely covered by wall plates.
D. Verify that branch circuit wiring installation is completed, tested, and ready for connection to
wiring devices.
E. Verify installation location of all boxes to be installed in millwork with Architect.
3.2 PREPARATION
A. Provide extension rings to bring outlet boxes flush with finished surface.
B. Clean debris from outlet boxes.
TEI 13015 WIRING DEVICES 16140 - 2
06/13
3.3 INSTALLATION
A. Install in accordance with NECA "Standard of Installation."
B. Install devices plumb and level.
C. Install switches with OFF position down.
D. Install receptacles with grounding pole on top.
E. Connect wiring device grounding terminal to branch circuit equipment grounding conductor.
F. Install decorative plates on switch, receptacle, and blank outlets in finished wall
surfaces.
G. Connect wiring devices by wrapping conductor around screw terminal.
H. Use jumbo size plates for outlets installed in masonry walls.
S. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas and on
surface mounted outlets.
K. Install blank cover plate to match other wall plates on all unused boxes.
3.4 INTERFACE WITH OTHER PRODUCTS
A. Coordinate locations of outlet boxes provided under Section 16130 to obtain mounting heights
specified and indicated on drawings.
B. Install all wall switches at 48 inches above finished floor.
C. Install convenience receptacle 18 inches above finished floor.
3.5 FIELD QUALITY CONTROL
A. Section 01400 - Quality Requirements: Field inspection, testing, adjusting, and balancing.
B. Inspect each wiring device for defects.
C. Operate each wall switch with circuit energized and verify proper operation.
D. Verify that each receptacle device is energized.
E. Test each receptacle device for proper polarity.
3.6 ADJUSTING
A. Section 01700 Execution Requirements: Adjusting installed work.
B. Adjust devices and wall plates to be flush and level.
3.7 CLEANING
A. Section 01700 Execution Requirements: Cleaning installed work.
B. Clean exposed surfaces to remove splatters and restore finish.
END OF SECTION
TEI 13015 WIRING DEVICES 16140 - 3
06/13
THIS PAGE INTENTIONALLY LEFT BLANK.
SECTION 16190
SUPPORTING DEVICES
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work in this section.
1.2 SECTION INCLUDES
A. Conduit and equipment supports.
B. Anchors and fasteners.
13 REFERENCES
A. NECA - National Electrical Contractors Association.
B. ANSI/NFPA 70 - National Electrical Code.
1.4 REGULATORY REQUIREMENTS
A. Conform to requirements of ANSI/NFPA 70.
B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose
specified and shown.
PART2-PRODUCTS
2.1 PRODUCT REQUIREMENTS
A. Materials and Finishes: Provide adequate corrosion resistance.
B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of
equipment and conduit. Consider weight of wire in conduit when selecting products.
C. Anchors and Fasteners:
1. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners.
2. Sheet Metal: Use sheet metal screws.
3. Wood Elements: Use wood screws.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install products in accordance with manufacturer's instructions.
B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation".
C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit.
D. Obtain permission from Engineer before drilling or cutting structural members.
E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use
hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock
washers under all nuts.
TEI 13015 SUPPORTING DEVICES 16190 - 1
06/13
F. Install surface -mounted cabinets and panelboards with minimum of four anchors.
G. In wet and damp locations use steel channel supports to stand cabinets and panelboards one
inch off wall.
H. Install conduit supports a maximum spacing specified in the NEC.
END OF SECTION
TEI 13015 SUPPORTING DEVICES 16190 - 2
06/13
SECTION 16195
ELECTRICAL IDENTIFICATION
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions
(if any) and Division 1 - General Requirements apply to Work in this section.
1.2 SECTION INCLUDES
A. Labels.
B. Wire and cable markers.
1.3 REFERENCES
A. ANSI/NFPA 70 - National Electrical Code.
PART 2 - PRODUCTS
2.1 WIRE/CONDUIT/BOX MARKERS
A. Description: Brady B-321 Heat -Shrink Polyolefin markers for conductors. Typed label to
identify each termination end point of the conductor. DC conductors shall identify polarity.
B. Locations: Each conductor at wireway, pull boxes, junction boxes, and each load connection.
C. All conduit penetrations identifying the location of each end.
D. Legend:
1 Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings or
if not indicated, circuit number in existing panel.
E. Boxes:
1. Label each junction box in accessible locations to indicate the type of system
(i.e.; security; power circuit - 1, 3, 5; etc.).
2. Mark panel and circuit number on face plate of all j-boxes installed in non -
exposed spaces.
3. Mark panel and circuit number with indelible marker on inside cover of all switch and
receptacle cover plates.
PART 3 - EXECUTION
3.1 PREPARATION
A Degrease and clean surfaces to receive labels and indelible markings.
3.2 APPLICATION
A. Install label parallel to equipment lines.
TEI 13015 ELECTRICAL IDENTIFICATION 16195- 1
06/13
B. Identify underground conduits using underground warning tape. Install one tape per trench at
12 inches below finished grade. Identify all conduit at exposed locations into all boxes,
cabinets, etc. (see specification Section 16000).
C. Identify all conductors at every termination indicating endpoints of termination and tag
identification as required.
D. Color coding for phase identification:
120/208 volts Phase
Black A
Red B
White Neutral
GMM Ground
1. Conductor phase and voltage identification shall be made by color -coded insulation for
A conductors smaller than No. 6 AWG.
2. For conductors No. 6 AWG and larger, identification shall be made by color -coded
insulation, or conductors with black insulation may be furnished and identified by colored
electrical tape.
3. Conductor identification shall be provided within each enclosure where a tap, splice, or
termination is made.
END OF SECTION
TEI 13015 ELECTRICAL IDENTIFICATION 16195- 2
06/13
SECTION 16510
INTERIOR LUMINAIRES
PART 1 GENERAL
1.1 SUMMARY
A. Section includes interior luminaires, lamps, ballasts, and accessories.
1.2 REFERENCES
A. American National Standards Institute:
1. ANSI C82.1 - American National Standard for Lamp Ballast -Line Frequency
Fluorescent Lamp Ballast.
1.3 SUBMITTALS
A. Section 01330 - Submittal Procedures: Submittal procedures.
B. Product Data
1. Submit dimensions, ratings, and performance data.
2. Indicate dimensions and components for each luminaire not standard product of
manufacturer.
1.4 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing products specified in this section
with minimum three years experience.
PART 2 PRODUCTS
2.1 INTERIOR LUMINAIRES
A. Product Description: Complete interior luminaire assemblies, with features, options, and
accessories as scheduled.
B. Refer to Section 01600 - Product Requirements for product options.
2.2 FLUORESCENT BALLASTS
A. Manufacturers:
1. Cooper Industries Inc.
2. Duro-Test Corp.] Model
3. General Electric Co.
4. Hubbell Lighting
5. Magnetek Inc.
6. Pass & Seymour
7. Philips Electronic North America
8. Thomas Industries, Inc.] Model
9. Substitutions: Section 01600 - Product Requirements
TEI 13015 INTERIOR LUMINAIRES 16510 - 1
06/ 13
B. Product Description: Cold weather (-20 deg F) Electronic ballast, instant start, less than
10 percent THD, suitable for lamps specified, with voltage to match luminaire voltage.
2.3 FLUORESCENT LAMPS
A. Manufacturers:
1. Duro-Test Corp.
2. General Electric Co.
3. Hubbell Inc.
4. Lithonia Lighting
5. Philips Electronics
6. Siemens Corp.
7. Substitutions: Section 01600 - Product Requirements
PART 3 EXECUTION
3.1 INSTALLATION
A. Install surface mounted luminaires plumb and adjust to align with building lines and with
each other. Secure to prevent movement.
B. Connect luminaires to branch circuit outlets provided under Section 16130 [using flexible
conduit] [as indicated on Drawings].
C. Make wiring connections to branch circuit using building wire with insulation suitable for
temperature conditions within luminaire.
D. Install specified lamps in each luminaire.
E. Ground and bond interior luminaires in accordance with Section 16060.
3.2 FIELD QUALITY CONTROL
A. Section [01400 - Quality Requirements: Testing and inspection services] [01700 -
Starting and Adjusting: Testing, adjusting, and balancing].
B. Operate each luminaire after installation and connection. Inspect for proper connection
and operation.
3.3 CLEANING
A. Section 01700 - Execution Requirements: Final cleaning.
B. Remove dirt and debris from housings and lamps.
C. Clean finishes and touch up damage.
3.4 PROTECTION OF FINISHED WORK
A. Section 01700 - Execution Requirements: Protecting finished work.
B. Relamp luminaires having failed lamps at Substantial Completion.
END OF SECTION
TEI 13015 INTERIOR LUMINAIRES 16510 - 2
06/ 13
SECTION 16520
EXTERIOR LUMINAIRES
PART 1 GENERAL
1.1 SUMMARY
A. Section includes exterior luminaries, poles, and accessories.
1.2 REFERENCES
A. American National Standards Institute:
1. ANSI C82.4 - American National Standard for Ballasts -for High -Intensity -
Discharge and Low -Pressure Sodium Lamps (Multiple -Supply Type).
1.3 SUBMITTALS
A. Section 01330 - Submittal Procedures: Submittal procedures.
B. Product Data: Submit dimensions, ratings, and performance data.
1.4 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing products specified in this section
with minimum three years experience.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Section 01600 - Product Requirements: Product storage and handling requirements.
B. Store and handle solid wood poles in accordance with ANSI 05.1.
1.6 COORDINATION
A. Section 01300 - Administrative Requirements: Coordination and project conditions.
B. Furnish bolt templates and pole mounting accessories to installer of pole foundations.
PART 2 PRODUCTS
2.1 LUMINARIES
A. Product Description: Complete exterior luminaire assemblies, with features, options, and
accessories as scheduled.
B. Refer to Section 01600 - Product Requirements for product options.
2.2 HIGH INTENSITY DISCHARGE (HID) BALLASTS AND LAMPS
A. Manufacturers:
1. Duro-Test Corp.
2. General Electric Co.
3. Philips Electronics North America
4. Radiant Lamp Co.
TEI 13015 EXTERIOR LUMINAIRES 16520 - 1
06/13
5. Siemens Corp.
6. Venture Lighting International Inc.
7. Substitutions: Section 01600 -Product Requirements.
B. Product Description: ANSI C82.4, metal halide lamp ballast, suitable for lamp and
environmental conditions specified, with voltage to match luminaire voltage.
PART 3 EXECUTION
3.1 EXAMINATION
A. Section 01300 - Administrative Requirements: Coordination and Project conditions.
B. Verify foundations are ready to receive fixtures.
3.2 INSTALLATION
A. Install luminares to metal wall panels. Seal all fastener and conduit penetrations
watertight.
B. Install lamps in each luminaire.
C. Bond and ground luminaries in accordance with Section 16060.
3.3 FIELD QUALITY CONTROL
A. Section 01700 - Execution Requirements: Testing, adjusting, and balancing.
B. Operate each luminaire after installation and connection. Inspect for improper
connections and operation.
3.4 CLEANING
A. Section 01700 - Execution Requirements: Final cleaning.
B. Clean photometric control surfaces as recommended by manufacturer.
C. Clean finishes and touch up damage.
3.5 PROTECTION OF FINISHED WORK
A. Section 01700 - Execution Requirements: Protecting finished work.
B. Relamp luminaries having failed lamps at Substantial Completion.
END OF SECTION
TEI 13015 EXTERIOR LUMINAIRES 16520 - 2
06/13
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.