Loading...
HomeMy WebLinkAboutResolution - 2021-R0016 - Contract 15578 with Tommy Klein Construction 1.12.21Resolution No. 2021-R0016 Item No. 7.20 January 12, 2021 RESOLUTION 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 and on behalf of the City of Lubbock, Service Contract No. 15578 for LP&L and GIS ice Addition as per RFP 21-15578-KM, by and between the City of Lubbock and Tommy in Construction, Inc., of Lubbock, Texas, and related documents. Said Contract is ched hereto and incorporated in this resolution as if fully set forth herein and shall be uded in the minutes of the City Council. by the City Council on January 12, 2021 DANIEL M. POPE, MAYOR ATTEST: APPROVED AS TO CONTENT: Mark Y arwood, Assista t City Manager APPROVED AS TO FORM: Ke li Leisure, Assistant City Attorney cedocs/RES.Contract 15578 — LP&L & GIS office addition December 16, 2020 PROPOSAL SUBMITTAL FORM LUMP SUM PRICE PROPOSAL CONTRACT DATE 1 n i e m hpr 24 20 �0 PROJECT NUMBER: RFP 21-15578-KM LP&L and CIS Office Addition Proposal of l ,n rn m u k) e i rt l_.OVI -IiY A Ct i o rnc-, (hereinafter called Offeror) ' To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the LP&L and GIS Office Addition 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. ITEM DESCRIPTION LUMP SUM TOTAL Construction of LP&L and GIS Office Addition 1 Base bid consists of the materials and labor for the necessary $ improvements for the above referenced project, as specified J " herein. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS:12 L) (to Final Completion) ( consecutive calendar days to Final Completion). 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 final completion within 180 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $1,000.00 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in cordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled dosing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. A/- IL Offeror's Initials U Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for U Dollars ($ ) or a Proposal Bond in the sum of 5 177 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(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. (Seal if Offeror is a Corporation) ATTES/Fl. acknowledges receipt of the following addenda: Addenda No. Date i 1- a -zoo Addenda No. _ Date L L 13 LOZ o Addenda No. _ Datet I-2 5- zo zo Addenda No. Date MIWBE Firm: 7 Date: I I— a 4 -ao --L b Authorized Signature (Printed or Typed Name) Iounn-iu 1Clei n Con5-17 r(on_Tnc. Company 7- 3 i a Lla.nd AoenLtp. Address I .uhhnck. L�, hhnrl� City, County leuas 4z4 State Zip Code Telephone: 2QU - 4-39-S777 Fax: gOlo - -4-q7-a959 Email: I kleart�.iklef✓irons,com FEDERAL TAX ID or SOCIAL SECURITY No. 75-a7a�9 t 7:3 No Text CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2020-700518 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Tommy Klein Construction, Inc. Lubbock, TX United States Date Filed: 12/18/2020 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbok Date Acknowledged: 12/21/2020 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Contract 15578 LP&L and GIS Office Addition 4 Name of Interested Party City, State, ty, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Klein, Tommy Lubbock, TX United States X Klein, Karen Lubbock, TX United States X 5 Check only if there is NO Interested Party. a 6 UNSWORN DECLARATION My name is and my date of birth is My address is , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) corms proviaea oy i exas I_tnlcs commission www.etnics.state.tx.us Version V1.1.cd34673b CERTIFICATE OFINTERESTED PARTIES FORM 1295 Iofi Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos, i, 2, 3, 5, and 6, if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2020-700518 '1 Name of business entity filing form, and the city, state and country of the business entity's place of business.. Tommy Klein Construction, Inc. Lubbock, TX United States Date Filed: 12/18/2020 2 Nameof govemmen en-ffly7 or state agency that Is a party to the contract for which the form Is being.filed. City'of Lubbok Date Acknowledged: 3 provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, .or: other property to be provided under the contract. Contract 15578 LP&L and GI$, Office Addition q Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling intermediary Klein, Tommy Lubbock, TX United States X Klein; Karen Lubbock, TX United States X 5 Check only.ifthere i&NO Interested Party. 171 6 UNSW6AN DECLAkATi0N 0600— My name Is r;�.�('Pn and my date of birth is -0. ( 22 is n Oct A sC c e_ 01,ee iAy e ( A d=r_X- ...� - -7 9 4-Z4 OA . . (street) (dLY) (state) (zip code) (county) I declare under penalty of perjury that the foregoing is true and correct. Executed In. A ounty, State of jrE! 5 , on the may of 20 Zv. (month) NMI`) V//,) 4 nA,% (4 Jam Signature o authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www_P_thi(_C Stat'A tY tic \/nrCinn \/1 7 n:19Aa7oh BOND CHECK BEST RATING _________ LICENSED IN TEXAS DATE______ BY: _______ CONTRACT AWARD DATE: _______________ CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK SPECIFICATIONS FOR LP&L and GIS Office Addition RFP 21-15578-KM CONTRACT: 15578 PROJECT NUMBER: 92634.8302.30000 Plans & Specifications may be obtained from Bidsync.com January 12, 2020 Page Intentionally Left Blank ADDENDA Page Intentionally Left Blank ADDENDUM 1 Engineer’s Addendum No. 1 RFP 21-15578-KM LP&L and GIS Office Addition DATE ISSUED: November 13, 2020 CLOSE DATE: November 24, 2020 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. UEngineer’s Addendum No. 1 1.Please see Engineer’s Addendum No. 1, attached. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan, Buyer III City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to 30TUKMorgan@mylubbock.usU30T Questions are preferred to be posted on BidS ync: www.bidsync.com THANK YOU, Kiara Morgan CITY OF LUBBOCK Kiara Morgan Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror’s responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 3708 Upland Avenue • Lubbock, Texas 79407 • (806) 748-6190 ADDENDUM No. 1 11/13/2020 PROJECT: City of Lubbock DATE: 11/12/2020 LP&L GIS Office Addition PROJECT NO.: 22004 404 Municipal Drive The following items take precedence over the drawings and project manual for the above named project and in closing a contract shall become a part of the contract documents. Where any item called for in the specifications or indicated on the drawings, is supplemented here, the original requirements remain in effect. Consider all supplemental conditions as added to the specifications and drawings. Where any original item is amended, voided or superseded here, the provisions of such items not specifically amended, voided or superseded remain in effect. ITEM #1: Light Fixture Substitutions – Light fixtures substitutions shall have the appearance approved by the architect. Please submit the substituted light fixtures to the architect via the Purchasing Manager, Kiara Morgan at kmorgan@mail.ci.lubbock.tx.us 5 days before bid opening for approval. The construction and performance of the substituted light fixture shall be equal or better than specified light fixtures and shall not require prior approval. Substituted light fixtures shall be evaluated during the normal submittal process after award of the contract. End of Addendum ADDENDUM 2 Engineer’s Addendum No. 2 RFP 21-15578-KM LP&L and GIS Office Addition DATE ISSUED: November 18, 2020 CLOSE DATE: November 24, 2020 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Engineer’s Addendum No. 2 1.Please see Engineer’s Addendum No.2, attached. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan, Buyer III City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to KMorgan@mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, Kiara Morgan CITY OF LUBBOCK Kiara Morgan Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror’s responsibility to advise the Director of Purchasing and Contract Management if any language, requir ements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) busine ss days prior to the close date. A review of such notifications will be made. 3708 Upland Avenue • Lubbock, Texas 79407 • (806) 748-6190 ADDENDUM No. 2 11/18/2020 PROJECT: City of Lubbock DATE: 11/18/2020 LP&L GIS Office Addition PROJECT NO.: 22004 404 Municipal Drive The following items take precedence over the drawings and project manual for the above named project and in closing a contract shall become a part of the contract documents. Where any item called for in the specifications or indicated on the drawings, is supplemented here, the original requirements remain in effect. Consider all supplemental conditions as added to the specifications and drawings. Where any original item is amended, voided or superseded here, the provisions of such items not specifically amended, voided or superseded remain in effect. ITEM #1: Door Hardware – In the Project Manual, Section 087100, Hardware Set No. 01, revise the Exit Device Trim designation to be N910. This is to be a Newport lever set with the passage function. ITEM #2: Electrical Underground Feeders – In response to the following question, the Engineer has provided the below response. Question: I’m trying to figure the labor necessary for installing the underground feeders for this project. Can we confirm whether or not there is concrete or asphalt to be removed in the lot space between the switchgear housing and the north side of the existing building? Answer: The dashed line around switchgear shown on sheet E3 is a concrete pad. To the South and West of the pad there is a concrete sidewalk. There are also pipe support stands for a conduit that goes from MDP/A to the West that may need to have a temporary support installed during the underground work. ITEM #3: Ceiling Tiles – For clarification, the Armstrong Cirrus acoustical tiles that are scheduled in Section 099999 “Finish and Materials Schedule” are to be square edge tiles, not tegular. End of Addendum ADDENDUM 3 Closing Date Extension and Engineer’s Addendum No. 3 RFP 21-15578-KM LP&L and GIS Office Addition DATE ISSUED: November 23, 2020 NEW CLOSING DATE: December 1, 2020 at 3:00 p.m. The following items take precedence over the proposal dates for the above named Request for Proposal (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. The following date in the Request for Proposals (RFP) has been revised. Closing Date Extension: 1. Please change closing date from Tuesday November 24, 2020, at 3:00PM CST to Tuesday, December 1, 2020, at 3:00PM CST. Engineer’s Addendum No. 3 1. Please see Engineer’s Addendum No. 3, attached. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to kmorgan@mylubbock.us Questions are preferred to be posted on Bidsync: www.Bidsync.com THANK YOU, Kiara Morgan CITY OF LUBBOCK Kiara Morgan Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer’s responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notificatio ns will be made. 3708 Upland Avenue • Lubbock, Texas 79407 • (806) 748-6190 ADDENDUM No. 3 11/23/2020 PROJECT: City of Lubbock DATE: 11/23/2020 LP&L GIS Office Addition PROJECT NO.: 22004 404 Municipal Drive The following items take precedence over the drawings and project manual for the above named project and in closing a contract shall become a part of the contract documents. Where any item called for in the specifications or indicated on the drawings, is supplemented here, the original requirements remain in effect. Consider all supplemental conditions as added to the specifications and drawings. Where any original item is amended, voided or superseded here, the provisions of such items not specifically amended, voided or superseded remain in effect. ITEM #1: Thermostats – To clarify, refer to the specifications, section 23 70 00-12, paragraph 2.10V. Delete this paragraph that describes thermostats. Note that the touchscreen thermostats specified in paragraph 2.11 shall be provided and installed. End of Addendum City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 21-15578-KM LP&L and GIS 0WIce Addition Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The bidder 1VIUST submit his bid on forms furnished by the City, and all blank spaces in 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 well be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX IDnumber 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 CITY OF LUBBOCK REFERENCE FORM. d. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 5. Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS 5. �Z Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 7. ✓ Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. S. Complete and sign the SAFETY RECORD QUESTIONNAIRRE. All "YES" responses must be explained in detail and submitted with Bid. 9. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include frrm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 10. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 11. , Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 12. Complete and submit the LIST OF SUS -CONTRACTORS. DOCUMENTS REOUJ RED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 13. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: ld. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. 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. i (Type or Print Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM – (must be submitted by published due date & time) 4-1. LUMP SUM PROPOSAL SUBMITTAL FORM 4-2. CITY OF LUBBOCK REFERENCE FORM 4-3. CONTRACTOR’S STATEMENT OF QUALIFICATIONS 4-4. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-5. SAFETY RECORD QUESTIONNAIRE 4-6. SUSPENSION AND DEBARMENT CERTIFICATION 4-7. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-8. 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. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 12. GENERAL CONDITIONS OF THE AGREEMENT 13. CITY OF LUBBOCK WAGE DETERMINATIONS 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors RFP 21-15578-KM 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, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, until 3:00 PM on November 24, 2020, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: LP&L and GIS Office Addition 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 3:00 PM on November 24, 2020, and the City of Lubbock City Council will consider the proposals on January 12, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of “A” or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. 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. Copies of plans and specifications may be obtained at bidder’s expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. It shall be each proposer’s sole responsibility to inspect the site of the work and to inform Offeror 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 November 11, 2020, at 10:00AM. The Zoom meeting information is as follows: Website: https://us02web.zoom.us/j/85847949849?pwd=SEl3M0JQMGJJSkFFekk5eDJKNTJpdz09 Meeting ID: 858 4794 9849 Passcode: 1314 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, Marta Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank 1 GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish LP&L and GIS Office Addition per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 PM, November 24, 2020, at the office listed below. Proposals will be opened via teleconference if date/time stamped on or before 3:00 p.m. CST at the office listed below. The Zoom meeting information is as follows: Website: https://us02web.zoom.us/j/84567733443?pwd=NnZMZU8weGZNeDdSMEo2aXZPaXBpUT09 Meeting ID: 845 6773 3443 Passcode: 1314 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 21-15578-KM, LP&L and GIS Office Addition” and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1314 Avenue K, Floor 9 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerors will be considered responsive and evaluated for award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE-PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- mandatory pre-proposal conference will be held at 10:00AM, November 11, 2020, via teleconference. The Zoom meeting information is as follows: Website: https://us02web.zoom.us/j/85847949849?pwd=SEl3M0JQMGJJSkFFekk5eDJKNTJpdz09 Meeting ID: 858 4794 9849 Passcode: 1314 All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer’s responsibility to attend the pre-proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre- proposal meeting to offerors who do not attend the pre-proposal meeting. 2 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 REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for 3 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. 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. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 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. 6.2 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(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 6.4 Pursuant to Section 552.234(c) of the Texas Government Code, the City of Lubbock has designated the following email address for which public information requests may be made by an emailed request: orr@mylubbock.us. Please send this request to this email address for it to be processed. 6.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pages/public-information-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. 4 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 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: Kiara Morgan, Buyer III City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: Kmorgan@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be completed within 180 Consecutive 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. 5 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 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 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 ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 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 party involved in the creation or development of the products 6 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 five 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. 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 C ity 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. 7 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. 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 8 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 b eing done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 9 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 21-15578-KM LP&L and GIS Office Addition" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub-Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 10 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 Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, 5 points for Safety Record Questionnaire, and 5 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60 POINTS - 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 of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 11 32.2 30 POINTS - 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 = Score). 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 5 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based upon the responses you provide in your “Safety Record Questionnaire” and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. 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 EMR. 32.4 5 POINTS - 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 of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $1,006,500.00 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. 12 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. 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 poten tial 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 PROTEST 35.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, 13 proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 36 PREVAILING WAGE RATES 36.1 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 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. Page Intentionally Left Blank TEXAS GOVERNMENT CODE § 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM LUMP SUM PRICE PROPOSAL CONTRACT DATE: Z4 -3 a �o PROJECT NUMBER: RFP 21-15578-KM LP&L and GIS Office Addition Proposal of C v r, m u �_ e Corn str �Cf o rZ Tyr Zc (hereinafter called Offeror) r To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the LP&L and GIS Office Addition 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. ITEM DESCRIPTION LUMP SUM TOTAL Construction of LP&L and GIS Office Addition 1 Base bid consists of the materials and labor for the necessaryr improvements for the above referenced project, as specified herein. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 1 �� (to Final Completion) consecutive calendar -days to Final Completion). 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 final completion within 180 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $1,000.00 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in cordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled losing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5°/❑) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. /,/-' j,Z Offeror's Initials MW Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ( ) or a Proposal Bond in the sum of .5 % Dollars {$ , 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(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 SU$MITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) Offeror acknowledges receipt of the following addenda: Addenda No. Date i L _ ,-V =zozo Addenda No. Date 11 _ 13 Z.Q2�o Addenda No. �_ Date L 1-z 3- za -zQ Addenda No. Date MIWBE Firm: I ✓ I Woman American Date: r i — $ - a0 -- 0 Authorized Signature V,By-e,n V-1e, V-) (Printed or Typed Name) 7ornrn ea n CeYZS-�-n v-1f Oo.L17[. Company 3 I axr d ig ]e-riup- Address 1 zch nck , j,_ihF rrje. County Ciiy, z4- State Zip Code Telephone: 9DL, - 3 2-?, 7 7 7 Fax: goto - Email: 4- kl e n63jK)gj Acq-nsf .-,,r, FEDERAL TAX 1D or SOCIAL SECURITY No. 5 f 7 Black American Asian Pacific American Native .American Other (Snecifv) Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS, That we, Tommy Klein Construction, Inc. as Principal hereinafter called the Principal, and U.S. Specialty Insurance Company a corporation created and existing under the laws of the State of TX whose principal office is in Houston, TX as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars (5% GAB) for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents Whereas, the Principal has submitted a bid for LP&L and GIS Office Addition NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 24th day of November, 2020 Tommy -Klein Construction. Inc. (Principal) By (SEAL) U.S. Specialty Insurance Company (Surety) By (SEAL) L'--1 Jeremy Barnett, Attomey-in-fact TOKIOMARINF ]ACC POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS SODDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a M aryland corporation and LJ.S- Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Johnny Moss, Jay Jordan, Tony Fierro, Jeremy Barnett, Jade Porter, Mistie Beck, Robert G. Kanuth or Jarrett Willson of Rockwall, TX - -- -- - its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty sloes not exceed "'"`Ten Million""" Dollars ( ' S10 00Q 000.00— ). This Power of Attorney shall expire without further action on April 23rd, 2022. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies; Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attomey-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizarices, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shah be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 151 day of June, 2018. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING OMPANY UNITED ST,A�S,,SURET�'N9 OIfJJPANY SriRSECIA�s� RANCE COMPANY �= State of California '? iKCMORula Fg-r_Xi P_=qi i �*-af.sgy FK-='r; 2'^W: sid'rzdil Y as Y a � County of Los Angeles 's ,; � Gz� a� '' "S'',,=By: r Daniel P. Aguilar, Vice President A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document On this 151 day of June, 2018, before me, Sonia O. Carrejo, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct WITNESS my hand and official seal. soar<o. [�aQE o ~Dory ti�ir, - c�ira.,, 1' ._'^ tin Aniein Comr Ccar .lqy,,► Y239 q9 Signature (seal) "V comm. ExPY n AW 73. 702 i I, Kio Lo, Assistant Secretary American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U-S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of directors, set out in the Power of Attorney are in full force and effect - In Witness Whersof, I have iereunto set my hand and affixed the seas of said Companies at Los Angeles, California this day of N OVIOWY Corporate meals rg, . �.� N � "s a`•�. o . o � ,�.� •a pro � r,[�.._...,..,ery,-, a � °-0�a %•, _— Bond No, � � � `°�<� �• ��" p� qb ~-r.`'� �• _�� ems. ,n !..� s�i p`6C � a i Agency No- 17042 K!o Locr , Assi5e Etary visit tmhcc.com/surety for more information ' = HCC,9MANPQA06A18 1 Page Intentionally Left Blank City of Lubbock, TX RFP 21-15578-KM LP&L and GIS Office Addition Reference Form Please list three references of current customers who can verify the duality of service your company provides. The City prefers users of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Government/ Company Name: � ) Address: Contact Person and Title: �� h (' � �� Plcc recl Con+cnI [s(�l7CG�1 vla%Dj Phone: g Do - 7& 5 7 _Fax:_'A b(o - 7 REFERENCE TWO Government/ Company Name: c�A Ltrii a e�c5�4, - S+CAP ti 4a is'oC� Contact Person and Title: _� e. zrt 7) uQ q Q V--,i M ra.n aQ(n � t C-Pcdo` Phone: Y,— QLg - S 3 4- 5 Fax: REFERENCE THREE Government/ Company Name: l e �L ,5 C I t r Contact Person and Title: M11a VIfy- Phone: gD[a - -74Ca - I Q I 4-p 3 a Fax: 8d -7 4� -Co 5dL8 Page Intentionally Left Blank 9 Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non - responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information organization Doing Business As Tommy Mein Construction, Inc. Business Address of Principle office 7312 Upland Avenue Lubbock, Texas 79424 Telephone Numbers Main Number 806438-8777 Fax Number 806-797-2959 Web Site Address WWW.tkleinconst.com Form of Business (Check One) Date of Incorporation x I A Corporation A Partnership An Individual November 1998 State of Incorporation Texas Chief Executive Officer's Name President's Name Karen Klein Vice President's Name(s) Tommy Klein Jonathan Klein Secretary's Name Tommy Klein Treasurer's Name If a Partnership Date of organization Karen Klein State whether partnership is general or limited Nairn Business Address Identit"Y all indh iduals not previoustY na med which exert a significant amount or business control over the. Indicators ororganization Size l rime Average Number of Current Ful8 Average Estimate of Revenue forTill000,00 .00 Employees the Current Year Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Regional Office 7312 Upland Avenue Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806438.8777 Fax Number 806-797-2959 Web Site Address www.weineonst.com List of names that this organization currently, has or anticipates operating under over the history of the organization, inoludin the names of related companies presentlydoing business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Ine. 11-16-1998 To present List of companies, fums or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Comtruction Experience Years experience in projects similar to the proposed project: As a General Contractor 34 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. V Ch-ganiaation Doing Business As Tommy Klein Construction, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers. Superintendents are Eddie Klein„ Julie Fletcher and Jeremy Klein. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Tommy Klein is General Project Manager. Shad Hartman will serve as Project Manager and alternately, Tommy Klein will serve as project manager. Eddie Klein will he our Job Superintendent on this project. Alternately, Julie Fletcher will serve as Project Superintendent. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Shad Hartman Tommy Klein Project Superintendent Eddie Klein Julie Fletcher Project Safety Officer Strad Hartman Tommy Klein Quality Control Manager Eddie Klein Julie Fletcher If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Regional Office 7312 Upland Avenue Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806438.8777 Fax Number 806-797-2959 Web Site Address www.weineonst.com List of names that this organization currently, has or anticipates operating under over the history of the organization, inoludin the names of related companies presentlydoing business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Ine. 11-16-1998 To present List of companies, fums or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Comtruction Experience Years experience in projects similar to the proposed project: As a General Contractor 34 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. V Ch-ganiaation Doing Business As Tommy Klein Construction, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers. Superintendents are Eddie Klein„ Julie Fletcher and Jeremy Klein. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Tommy Klein is General Project Manager. Shad Hartman will serve as Project Manager and alternately, Tommy Klein will serve as project manager. Eddie Klein will he our Job Superintendent on this project. Alternately, Julie Fletcher will serve as Project Superintendent. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Shad Hartman Tommy Klein Project Superintendent Eddie Klein Julie Fletcher Project Safety Officer Strad Hartman Tommy Klein Quality Control Manager Eddie Klein Julie Fletcher If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Name of Individual Tommy Klein Construction, Inc. Shad Hartman Years of Experience as Project Manager 1.4 Years of Experience with this organization 8 Number of similar projects as Project Manager 500+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Project Manager, Estimator — All Projects 50% On -going Reference Contact Information(listing names indicates approval to contactin the names individuals as a reference Name Darren Densfard Name Kevin Cockrell Title/ Position Project Manager Title/ Position Project Coordinator Organization Texas Tech University Organization Lubbock Independent School District Telephone 806-392-3509 Tele hone 806-766-1056 E-mail ddensford m lubbock us E-mail KcockreII lubbeckisd.v rg Project Hulen/Shower/Toilet Renovations Project LISD — Hardening Projects — Coronado, McCool, Mackenzie, Security Pkg 14 Candidate role on Project Manager Pro'ect Name of Individual Candidates role Project on Project Mana er/Su erintendent Tommy Klein Years of Experience as Project Manager 34 Years of Experience with this organization 34 Number of similar projects as Project Manager 750+ Number of similar projects in other positions Current Project Assignments Estimator Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date General Project Manager— All Projects 50% On -going Name Rodney Unrein Name Gary Moore Title/ Position Project Manager Title/ Position Project Mana er Organization City of Lubbock anization Texas Tech University Telephone 806-392-3509 Telephone 806-834-1532 E-mail runrein m lubbock.us E-mail .moorettu.edu Project Patterson Library Renovations Project TTU ` CHACP 2 Switchgear Replacement Candidate role on Project Project Manager Candidate role on Project Project Manager OM M Mw Proposed Project Superintendent 0Organization Doing Business As Name of Individual Tomany Klein Construction, Inc. Eddie Klein Years of Experience as Project Superintendent 40+ Years of Experience with this organization 4-1/2 years Number of similar projects as Superintendent 750+ Number of similar projects in other positions Current Project Assignments Name of Assignment — LISD Hardening Projects Percent of Time Used for this Project Estimated Project Completion Date Superintendent 100% 11/30/2020 Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name Stephanie Laughlin Name Rodney Unrein Title/ Position Sr. Designer Title/ Position Project Manager Organization Texas Tech University Housing anization Citv of Lubbock Telephone 806-834-1241 Telephone 806-775-2207 E-mail Stephanie.laughlin@ttu.edu E-mail nmrein@mylubbock.us Project TTU Wall Gates Lobby Project City of Lubbock Water & Streets Dept Renovation Candidate role on Project Superintendent Protect Alternate Candidate Name of Individual Candidate role on project Superintendent Protect Julie Fletcher Years of Experience as Project Superintendent 12 Years of Experience with this organization 2 Number- of similar projects as Superintendent 30+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Superintendent Byron Hannabas Name Mark Garcia Name Title/ Position Facilities Project Manager III Title/ Position Facilities Manager Or anization Texas Tech HSC Qr anization City of Midland Telephone 806-743-2952 Telephone 432-685-7371 E-mail Byrm.hannabas@ltLhsc.edu E-mail mgarcia@,midlandtexWs.gov Project TTUHSC Odessa Backfill Project Project Roof/Extenor Repairs Candidate role on Project Project Superintendent Candidate role on Project Project Superintendent Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Regional Office 7312 Upland Avenue Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806438.8777 Fax Number 806-797-2959 Web Site Address www.weineonst.com List of names that this organization currently, has or anticipates operating under over the history of the organization, inoludin the names of related companies presentlydoing business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Ine. 11-16-1998 To present List of companies, fums or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Comtruction Experience Years experience in projects similar to the proposed project: As a General Contractor 34 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. V Ch-ganiaation Doing Business As Tommy Klein Construction, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers. Superintendents are Eddie Klein„ Julie Fletcher and Jeremy Klein. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Tommy Klein is General Project Manager. Shad Hartman will serve as Project Manager and alternately, Tommy Klein will serve as project manager. Eddie Klein will he our Job Superintendent on this project. Alternately, Julie Fletcher will serve as Project Superintendent. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Shad Hartman Tommy Klein Project Superintendent Eddie Klein Julie Fletcher Project Safety Officer Strad Hartman Tommy Klein Quality Control Manager Eddie Klein Julie Fletcher If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Name of Individual Tommy Klein Construction, Inc. Shad Hartman Years of Experience as Project Manager 1.4 Years of Experience with this organization 8 Number of similar projects as Project Manager 500+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Project Manager, Estimator — All Projects 50% On -going Reference Contact Information(listing names indicates approval to contactin the names individuals as a reference Name Darren Densfard Name Kevin Cockrell Title/ Position Project Manager Title/ Position Project Coordinator Organization Texas Tech University Organization Lubbock Independent School District Telephone 806-392-3509 Tele hone 806-766-1056 E-mail ddensford m lubbock us E-mail KcockreII lubbeckisd.v rg Project Hulen/Shower/Toilet Renovations Project LISD — Hardening Projects — Coronado, McCool, Mackenzie, Security Pkg 14 Candidate role on Project Manager Pro'ect Name of Individual Candidates role Project on Project Mana er/Su erintendent Tommy Klein Years of Experience as Project Manager 34 Years of Experience with this organization 34 Number of similar projects as Project Manager 750+ Number of similar projects in other positions Current Project Assignments Estimator Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date General Project Manager— All Projects 50% On -going Name Rodney Unrein Name Gary Moore Title/ Position Project Manager Title/ Position Project Mana er Organization City of Lubbock anization Texas Tech University Telephone 806-392-3509 Telephone 806-834-1532 E-mail runrein m lubbock.us E-mail .moorettu.edu Project Patterson Library Renovations Project TTU ` CHACP 2 Switchgear Replacement Candidate role on Project Project Manager Candidate role on Project Project Manager OM M Mw Proposed Project Superintendent 0Organization Doing Business As Name of Individual Tomany Klein Construction, Inc. Eddie Klein Years of Experience as Project Superintendent 40+ Years of Experience with this organization 4-1/2 years Number of similar projects as Superintendent 750+ Number of similar projects in other positions Current Project Assignments Name of Assignment — LISD Hardening Projects Percent of Time Used for this Project Estimated Project Completion Date Superintendent 100% 11/30/2020 Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name Stephanie Laughlin Name Rodney Unrein Title/ Position Sr. Designer Title/ Position Project Manager Organization Texas Tech University Housing anization Citv of Lubbock Telephone 806-834-1241 Telephone 806-775-2207 E-mail Stephanie.laughlin@ttu.edu E-mail nmrein@mylubbock.us Project TTU Wall Gates Lobby Project City of Lubbock Water & Streets Dept Renovation Candidate role on Project Superintendent Protect Alternate Candidate Name of Individual Candidate role on project Superintendent Protect Julie Fletcher Years of Experience as Project Superintendent 12 Years of Experience with this organization 2 Number- of similar projects as Superintendent 30+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Superintendent Byron Hannabas Name Mark Garcia Name Title/ Position Facilities Project Manager III Title/ Position Facilities Manager Or anization Texas Tech HSC Qr anization City of Midland Telephone 806-743-2952 Telephone 432-685-7371 E-mail Byrm.hannabas@ltLhsc.edu E-mail mgarcia@,midlandtexWs.gov Project TTUHSC Odessa Backfill Project Project Roof/Extenor Repairs Candidate role on Project Project Superintendent Candidate role on Project Project Superintendent Proposed Project Safety Officer Organization Doing Business As Name of Iapdi�iduai Shad Hartman (See Project Manager) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar prof ects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (Iisting names indicates approval to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Tommy Klein (See Alternate Project Mana) Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project W" Proposed Project Quality Control Manager Organization Doing Business As 11'rimai�-. Candidate Name of Individual Tommy Klein Construction, Inc. Eddie Klein (see Project Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project_ Estimated Project Completion Date Reference Contact Information (listing names indicates valto contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Pro'ect Project Candidate role on Pro'ect Name of Individual Candidate role on Project Julie Fletcher (see Alternate Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization ar anization Telephone Tel hone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Regional Office 7312 Upland Avenue Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806438.8777 Fax Number 806-797-2959 Web Site Address www.weineonst.com List of names that this organization currently, has or anticipates operating under over the history of the organization, inoludin the names of related companies presentlydoing business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Ine. 11-16-1998 To present List of companies, fums or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Comtruction Experience Years experience in projects similar to the proposed project: As a General Contractor 34 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. V Ch-ganiaation Doing Business As Tommy Klein Construction, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers. Superintendents are Eddie Klein„ Julie Fletcher and Jeremy Klein. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Tommy Klein is General Project Manager. Shad Hartman will serve as Project Manager and alternately, Tommy Klein will serve as project manager. Eddie Klein will he our Job Superintendent on this project. Alternately, Julie Fletcher will serve as Project Superintendent. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Shad Hartman Tommy Klein Project Superintendent Eddie Klein Julie Fletcher Project Safety Officer Strad Hartman Tommy Klein Quality Control Manager Eddie Klein Julie Fletcher If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Name of Individual Tommy Klein Construction, Inc. Shad Hartman Years of Experience as Project Manager 1.4 Years of Experience with this organization 8 Number of similar projects as Project Manager 500+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Project Manager, Estimator — All Projects 50% On -going Reference Contact Information(listing names indicates approval to contactin the names individuals as a reference Name Darren Densfard Name Kevin Cockrell Title/ Position Project Manager Title/ Position Project Coordinator Organization Texas Tech University Organization Lubbock Independent School District Telephone 806-392-3509 Tele hone 806-766-1056 E-mail ddensford m lubbock us E-mail KcockreII lubbeckisd.v rg Project Hulen/Shower/Toilet Renovations Project LISD — Hardening Projects — Coronado, McCool, Mackenzie, Security Pkg 14 Candidate role on Project Manager Pro'ect Name of Individual Candidates role Project on Project Mana er/Su erintendent Tommy Klein Years of Experience as Project Manager 34 Years of Experience with this organization 34 Number of similar projects as Project Manager 750+ Number of similar projects in other positions Current Project Assignments Estimator Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date General Project Manager— All Projects 50% On -going Name Rodney Unrein Name Gary Moore Title/ Position Project Manager Title/ Position Project Mana er Organization City of Lubbock anization Texas Tech University Telephone 806-392-3509 Telephone 806-834-1532 E-mail runrein m lubbock.us E-mail .moorettu.edu Project Patterson Library Renovations Project TTU ` CHACP 2 Switchgear Replacement Candidate role on Project Project Manager Candidate role on Project Project Manager OM M Mw Proposed Project Superintendent 0Organization Doing Business As Name of Individual Tomany Klein Construction, Inc. Eddie Klein Years of Experience as Project Superintendent 40+ Years of Experience with this organization 4-1/2 years Number of similar projects as Superintendent 750+ Number of similar projects in other positions Current Project Assignments Name of Assignment — LISD Hardening Projects Percent of Time Used for this Project Estimated Project Completion Date Superintendent 100% 11/30/2020 Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name Stephanie Laughlin Name Rodney Unrein Title/ Position Sr. Designer Title/ Position Project Manager Organization Texas Tech University Housing anization Citv of Lubbock Telephone 806-834-1241 Telephone 806-775-2207 E-mail Stephanie.laughlin@ttu.edu E-mail nmrein@mylubbock.us Project TTU Wall Gates Lobby Project City of Lubbock Water & Streets Dept Renovation Candidate role on Project Superintendent Protect Alternate Candidate Name of Individual Candidate role on project Superintendent Protect Julie Fletcher Years of Experience as Project Superintendent 12 Years of Experience with this organization 2 Number- of similar projects as Superintendent 30+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Superintendent Byron Hannabas Name Mark Garcia Name Title/ Position Facilities Project Manager III Title/ Position Facilities Manager Or anization Texas Tech HSC Qr anization City of Midland Telephone 806-743-2952 Telephone 432-685-7371 E-mail Byrm.hannabas@ltLhsc.edu E-mail mgarcia@,midlandtexWs.gov Project TTUHSC Odessa Backfill Project Project Roof/Extenor Repairs Candidate role on Project Project Superintendent Candidate role on Project Project Superintendent Proposed Project Safety Officer Organization Doing Business As Name of Iapdi�iduai Shad Hartman (See Project Manager) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar prof ects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (Iisting names indicates approval to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Tommy Klein (See Alternate Project Mana) Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project W" Proposed Project Quality Control Manager Organization Doing Business As 11'rimai�-. Candidate Name of Individual Tommy Klein Construction, Inc. Eddie Klein (see Project Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project_ Estimated Project Completion Date Reference Contact Information (listing names indicates valto contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Pro'ect Project Candidate role on Pro'ect Name of Individual Candidate role on Project Julie Fletcher (see Alternate Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization ar anization Telephone Tel hone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As Tommy Klein Construction, inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 1 Management of subcontractor and suppliers 3. Time management 4. Cost control 5, Quality management 5. Project site safety 7, Managing changes to the project 8. Managing equipment 9. Meeting HUB 1 MWBE Participation Goal Provide a list of major a ui went proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease Forklift Unload Steel X Divi.si.on-of Work. between- Orgmization and Subcontractor What work will the organization cam lete using its own resources? Project Management, Project Supervision, Millwork What work does the organization propose to subcontract on this ro'ect? Demolition, Concrete, Drywall, Framing & Ceilings, Masonry, Steel Erection, GIass & Glazing, Tile, Flooring, Painting, Roofing, Mechanical, Electrical & Plumbing Contractor's Subcontractors and Vendors Organization Doing Business As Tommy 10ein Construction, Inc. Provide a list of subcontractors that will provide more than 10 percent of the work aced on contract amounts Est. Percent HUBJMWBE Name Work to be Provided of Contract Firm I � Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above usma the Pro'ect Information Forms. loom Provide a list of ma or a ui meet proposed for use on this project. Attach Additional Information if necessary Furnish Furnish HUBIM Vendor Name Equipment 1 Material Provided and WBE Only Install Firm Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Regional Office 7312 Upland Avenue Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806438.8777 Fax Number 806-797-2959 Web Site Address www.weineonst.com List of names that this organization currently, has or anticipates operating under over the history of the organization, inoludin the names of related companies presentlydoing business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Ine. 11-16-1998 To present List of companies, fums or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Comtruction Experience Years experience in projects similar to the proposed project: As a General Contractor 34 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. V Ch-ganiaation Doing Business As Tommy Klein Construction, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers. Superintendents are Eddie Klein„ Julie Fletcher and Jeremy Klein. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Tommy Klein is General Project Manager. Shad Hartman will serve as Project Manager and alternately, Tommy Klein will serve as project manager. Eddie Klein will he our Job Superintendent on this project. Alternately, Julie Fletcher will serve as Project Superintendent. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Shad Hartman Tommy Klein Project Superintendent Eddie Klein Julie Fletcher Project Safety Officer Strad Hartman Tommy Klein Quality Control Manager Eddie Klein Julie Fletcher If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Name of Individual Tommy Klein Construction, Inc. Shad Hartman Years of Experience as Project Manager 1.4 Years of Experience with this organization 8 Number of similar projects as Project Manager 500+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Project Manager, Estimator — All Projects 50% On -going Reference Contact Information(listing names indicates approval to contactin the names individuals as a reference Name Darren Densfard Name Kevin Cockrell Title/ Position Project Manager Title/ Position Project Coordinator Organization Texas Tech University Organization Lubbock Independent School District Telephone 806-392-3509 Tele hone 806-766-1056 E-mail ddensford m lubbock us E-mail KcockreII lubbeckisd.v rg Project Hulen/Shower/Toilet Renovations Project LISD — Hardening Projects — Coronado, McCool, Mackenzie, Security Pkg 14 Candidate role on Project Manager Pro'ect Name of Individual Candidates role Project on Project Mana er/Su erintendent Tommy Klein Years of Experience as Project Manager 34 Years of Experience with this organization 34 Number of similar projects as Project Manager 750+ Number of similar projects in other positions Current Project Assignments Estimator Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date General Project Manager— All Projects 50% On -going Name Rodney Unrein Name Gary Moore Title/ Position Project Manager Title/ Position Project Mana er Organization City of Lubbock anization Texas Tech University Telephone 806-392-3509 Telephone 806-834-1532 E-mail runrein m lubbock.us E-mail .moorettu.edu Project Patterson Library Renovations Project TTU ` CHACP 2 Switchgear Replacement Candidate role on Project Project Manager Candidate role on Project Project Manager OM M Mw Proposed Project Superintendent 0Organization Doing Business As Name of Individual Tomany Klein Construction, Inc. Eddie Klein Years of Experience as Project Superintendent 40+ Years of Experience with this organization 4-1/2 years Number of similar projects as Superintendent 750+ Number of similar projects in other positions Current Project Assignments Name of Assignment — LISD Hardening Projects Percent of Time Used for this Project Estimated Project Completion Date Superintendent 100% 11/30/2020 Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name Stephanie Laughlin Name Rodney Unrein Title/ Position Sr. Designer Title/ Position Project Manager Organization Texas Tech University Housing anization Citv of Lubbock Telephone 806-834-1241 Telephone 806-775-2207 E-mail Stephanie.laughlin@ttu.edu E-mail nmrein@mylubbock.us Project TTU Wall Gates Lobby Project City of Lubbock Water & Streets Dept Renovation Candidate role on Project Superintendent Protect Alternate Candidate Name of Individual Candidate role on project Superintendent Protect Julie Fletcher Years of Experience as Project Superintendent 12 Years of Experience with this organization 2 Number- of similar projects as Superintendent 30+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Superintendent Byron Hannabas Name Mark Garcia Name Title/ Position Facilities Project Manager III Title/ Position Facilities Manager Or anization Texas Tech HSC Qr anization City of Midland Telephone 806-743-2952 Telephone 432-685-7371 E-mail Byrm.hannabas@ltLhsc.edu E-mail mgarcia@,midlandtexWs.gov Project TTUHSC Odessa Backfill Project Project Roof/Extenor Repairs Candidate role on Project Project Superintendent Candidate role on Project Project Superintendent Proposed Project Safety Officer Organization Doing Business As Name of Iapdi�iduai Shad Hartman (See Project Manager) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar prof ects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (Iisting names indicates approval to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Tommy Klein (See Alternate Project Mana) Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project W" Proposed Project Quality Control Manager Organization Doing Business As 11'rimai�-. Candidate Name of Individual Tommy Klein Construction, Inc. Eddie Klein (see Project Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project_ Estimated Project Completion Date Reference Contact Information (listing names indicates valto contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Pro'ect Project Candidate role on Pro'ect Name of Individual Candidate role on Project Julie Fletcher (see Alternate Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization ar anization Telephone Tel hone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As Tommy Klein Construction, inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 1 Management of subcontractor and suppliers 3. Time management 4. Cost control 5, Quality management 5. Project site safety 7, Managing changes to the project 8. Managing equipment 9. Meeting HUB 1 MWBE Participation Goal Provide a list of major a ui went proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease Forklift Unload Steel X Divi.si.on-of Work. between- Orgmization and Subcontractor What work will the organization cam lete using its own resources? Project Management, Project Supervision, Millwork What work does the organization propose to subcontract on this ro'ect? Demolition, Concrete, Drywall, Framing & Ceilings, Masonry, Steel Erection, GIass & Glazing, Tile, Flooring, Painting, Roofing, Mechanical, Electrical & Plumbing Contractor's Subcontractors and Vendors Organization Doing Business As Tommy 10ein Construction, Inc. Provide a list of subcontractors that will provide more than 10 percent of the work aced on contract amounts Est. Percent HUBJMWBE Name Work to be Provided of Contract Firm I � Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above usma the Pro'ect Information Forms. loom Provide a list of ma or a ui meet proposed for use on this project. Attach Additional Information if necessary Furnish Furnish HUBIM Vendor Name Equipment 1 Material Provided and WBE Only Install Firm Attachment A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University Health Science Center Project Name Renovation of Dean's Suite General Description of Project: Renovation Project Cost S 110,943.00 Date Project Completed 10-28-2019 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Julie Fletcher Shad Hartman Julie Fletcher Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner TT[THSC Designer Construction Manager Byron Hannabas Facilities Project Manager HI Physical Plant Lbk 806-743-2952 Byron.Hannabas(kttuhsc.edu Project Owner I Texas Tech University Health Science Center Project Name Odessa Backfill General Description of Project: Renovation Project Cost $ 968,002.00 Date Project Completed 09-24/2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Julie Fletcher Shad Hartman Julie Fletcher Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner TTUHSC Designer Construction Manager Byron Hannabas Facilities Project Manager III Physical Plant Lbk 806-743-2952 Byron.Hannabas@ttuhsc.edu Project Owner Texas Tech University Health Science Center Project Name Odessa VAV General Description of Project: Renovation Project Cost 5 404,988.00 Date Project Completed 09/24/2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Julie Fletcher Shad Hartman Julie Fletcher Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner TTUHSC Designer Construction Manager Byron Hannabas Facilities Project Mana er H)< Physical Plant Lbk 806-743-2952 Byrun.Hannabas(uttu.edu Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University System Project Name TTU Clement Hall Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost $ 1,350,144 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Jonathan Klein Shad Hartman Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Oxgar ization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Currently with the City of Lubbock 806-392-3509 ddensford@mylubbock.us Project Owner City of Lubbock Project Name =Cityof Lubbock Patterson Library Renovations General Description of Project: Office Remodel, New Restrooms Project Cost 340,447.00 Date Project Completed 07/07/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Project Owner Lubbock Independent School District Project Name I Toilet Renovations — Bayless Elementary General Description of Project: Project Cost $ 264,969.00 Date Project Completed 08/14/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manger Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Lubbock ISD Designer Construction Manager Kevin Cockrell Project Manager Construction 806-766-1457 kcockrell@lubbockisd.org Attachment A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University System Project Name I Hulen Hall Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost $1,114,787.00 Date Project Completed 08/19/2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Corey McElwee Shad Hartman Corey McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Currently with the City of Lubbock 806-392-3509 ddensford@mylubbock us Project Owner City of Lubbock Project Name I City of Lubbock Patterson Library Renovations General Description of Project: Office Remodel, New Restrooms Project Cost 340,447.00 1 Date Project Completed 07/07/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Tide/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager George Lisenbe Project Manager City of Lubbock 806-775-2220 gbsenbea*mail.cLlubbocic.tx.us Project Owner I Lubbock Independent School District Project Name I Toilet Renovations — Bayless Elementary General Description of Project: Project Cost S 264,969.00 Date Project Completed 08/14/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Lubbock ISD Designer Construction Manager I Kevin Cockrell Project Manager Construction 806-766-1457 kcockrell@lubbockisd.org Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University System Project Name T Wiggins Hall University Student Housing Office Remodel General Description of Project: Renovations Project Cost S 1,354,551 Date Project Completed 08/01/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Stephanie Laughlin Sr. Interior Designer TTU Student Housing 806-834-1241 Stephanie,laughlin@ttu.edu Construction Manager David Bradshaw retired Engineer TTU Operations Division 806-834-2071 David.bradshawAttu.edu Project Owner I Texas Tech University Project Name I TTU Chitwood Learning Center General Description of Project: Renovations Project Cost S 796,793.00 Date Project Completed 08/11/2016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager .Leff Sutherland Project Manager Operations Division 806-834-3359 Jeif.sutherland@ttu.edu Project Owner I Texas Tech University Project Name TTU Wall Gates Lobby General Description of Project: Renovations Project Cost s 218,871.00 Date Project Completed 08/14/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Stephanie Laughlin Sr. Designer Texas Tech University Housing 806-834-1241 Stephanie.laughlin@ttu.edu Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University System Project Name TTU Murdough ShowerlToilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost 1,593,160.00 Date Project Completed 08108/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer QualityControl Marra er Manager M Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Currently with the City of Lubbock 806-392-3509 ddensford@mylubboek.us Project Owner City of Lubbock Project Name City of Lubbock Water & Streets Administration & Streets Dept. General Description of Project: Office Remodel, New Restrooms Project Cost 795,144.00 Date Project Completed 08/05/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manner Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 ruareiu@mylubbock.us Project Owner City of Lubbock Project Name I Mae Simmons Senior Center General Description of Project: Project Cost 257,498.00 Date Project Completed 031/1412016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Maria er Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein(a mylubbock us Attachment B Project Information Project Owner Texas Tech University Project Name Chick-Fil-A General Description of Project Renovations Budget History Schedule Performance Amount o/Axno f Bid Date Days Bid 993,998.00 Notice to Proceed 02-07-2018 Change Orders 141,378.00 14% Contract Substantial Completion Date at Notice to Proceed 06-07-2018 Owner Enhancements Contract Final Completion Date at Notice to Proceed 06-14-20IS Unforeseen Conditions Change Order Authorized Substantial Completion Date 08/21/2019 Design Issues Change Order Authorized Final Completion Date 08/28/2019 Total Actual / Estimated Substantial Completion Date 08-20-2018 Final Cost 1,135,376.00 • Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 08-20-2018 Quality Control Manager Name Jonathan Klein Eddie Klein Jonathan Klein Eddie Klein Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Eddie Klein Jonathan Klein Eddie Klein Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail owner Texas Tech University Designer Construction Manager Jets Sutherland Project Manager Operations Division 806-834-3359 Jeti.sutherland®ttu.edu Sure Number of Issues Total Amount involved in Resolved N/A Resolved Issues N/A Number of Issues Total Amount involved in Pendi N/A Resolved Issues N/A Attachment B Pro iect Information Project Owner I Texas Tech University Project Name Patterson Library Renovations General Description of Project Renovations Budget History Schedule Performance Amount % of Sid Date Days Amount Bid 307,587 Notice to Proceed 05-19-2017 Change Orders Contract Substantial Completion Date at Notice to Proceed 06-30-2017 Owner Enhancements Contract Final Completion Date at Notice to Proceed 07-07-2017 Unforeseen Conditions 32,860 10% Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 06-30-2017 Final Cost 340,447 Actual / Estimated Final Completion Date 07-07-2017 Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Tommy Klein Shad Hartman Tommy Klein Schad Hartman Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. • Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager 806-392-3509 runreinQmylubbock.us Su Number of Issues N/A Total Amount involved in N/A Number of Issues NIA Total Amount involved in N/A Resolved Resolved Issues Pending Resolved Issues C Attachment B Project Information Project Owner City of Lubbock Project Name Water & Street Department Renovations at Municipal Hill General Description of Project Sitework, concrete, masonry, metal, wood, plastics, thermal moisture protection, doors and windows, finish specialties, furnishings, mechanical, electrical Budget History Schedule Performance Amount % of Bid Amount Date Days Y Bid 692,463.00 Notice to Proceed 01-08-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 07-08-2015 Owner Enhancements 52,891.00 6% Contract Final Completion Date at Notice to Proceed 07-18-2015 Unforeseen Conditions 45,669.00 5% Change Order Authorized Substantial Completion Date Design Issues 4,121.00 1% Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-05-2015 Final Cost 1,135,376.00 Actual / Estimated Final Completion Date 08-15-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Eddie Klein Shad Hartman Eddie Klein Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager 806-392-3509 runreinou7mylubbock.us Su mq ; Number of Issues Total Amount N/A involved in Number of Issues Total Amount involved in NIA N/`4 Resolved Resolved Issues Pendi Resolved Issues N/A Attachment B Proiect Information Project Owner Texas Tech University Project Name TTU Clement Hall Shower/Toilet Renovations General Description of Project Renovations '; Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,363,188.00 Notice to Proceed 05-20-2013 Change Orders -13,044,00 Contract Substantial Completion Date at Notice to Proceed 08-02-2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-12-2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date 08/09/2013 Design Issues Change Order Authorized Final Completion Date 08/19/2013 Total Actual / Estimated Substantial Completion Date 08-09-2013 Final Cost 1,350,144.00 Actual / Estimated Final Completion Date 08-19-2013 Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Jonathan Mein Shad Hartman Jonathan Klein Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Jonathan Klein Shad Hartman Jonathan Klein Did Individual Start and Complete the Project? Yes Yes Yes Yes Lf not, who started or completed the project in their place, Reason for change. k Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Project Manager Operations Division 806-392-3509 ddensfordCmylubbock.us Sure i,:.k: _ .111111g;11!111111111�1 Pill Number of Issues =N/AAmountinvolved in N/A Number of Issues N/A Total Amours involved inNIA Resolved ed Issues Pending Resolved Issues Attachnnent B Proiect Information Project Owner I Texas Tech University Health Science Center Project Na= Odessa BacMd ill Project General Description of Project Renovations d• . Budget History Schedule Performance Amount % of Bid Amount Date Days y Sid 792,574.00 Notice to Proceed 01-25-2020 Change Orders Contract Substantial Completion Date at Notice to Proceed 10-14-2010 Owner Enhancements Contract Final Completion Date at Notice to Proceed 10-21-2020 Unforeseen Conditions 175,428.00 22% Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Tom Actual / Estimated Substantial Completion Date 10-21-2020 Final Cost 968,002.00 Project ersoplQi Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 10-21-2020 Quality Control Manager Name Shad Hartman Julie Fletcher Shad Hartman Julie Fletcher Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Julie Fletcher Shad Hartman Julie Fletcher Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. • e . ... I)Sacting the names Name Title/ Position Organization Telephone Owner Texas Tech University HSC E-mail Designer Construction Manager Sure Byron Hannabas Project Manager or bispute Physical Plant Lkk 806-743-2952 Review Byron.hannabas(0ttu.edu Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Regional Office 7312 Upland Avenue Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806438.8777 Fax Number 806-797-2959 Web Site Address www.weineonst.com List of names that this organization currently, has or anticipates operating under over the history of the organization, inoludin the names of related companies presentlydoing business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Ine. 11-16-1998 To present List of companies, fums or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Comtruction Experience Years experience in projects similar to the proposed project: As a General Contractor 34 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. V Ch-ganiaation Doing Business As Tommy Klein Construction, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers. Superintendents are Eddie Klein„ Julie Fletcher and Jeremy Klein. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Tommy Klein is General Project Manager. Shad Hartman will serve as Project Manager and alternately, Tommy Klein will serve as project manager. Eddie Klein will he our Job Superintendent on this project. Alternately, Julie Fletcher will serve as Project Superintendent. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Shad Hartman Tommy Klein Project Superintendent Eddie Klein Julie Fletcher Project Safety Officer Strad Hartman Tommy Klein Quality Control Manager Eddie Klein Julie Fletcher If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Name of Individual Tommy Klein Construction, Inc. Shad Hartman Years of Experience as Project Manager 1.4 Years of Experience with this organization 8 Number of similar projects as Project Manager 500+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Project Manager, Estimator — All Projects 50% On -going Reference Contact Information(listing names indicates approval to contactin the names individuals as a reference Name Darren Densfard Name Kevin Cockrell Title/ Position Project Manager Title/ Position Project Coordinator Organization Texas Tech University Organization Lubbock Independent School District Telephone 806-392-3509 Tele hone 806-766-1056 E-mail ddensford m lubbock us E-mail KcockreII lubbeckisd.v rg Project Hulen/Shower/Toilet Renovations Project LISD — Hardening Projects — Coronado, McCool, Mackenzie, Security Pkg 14 Candidate role on Project Manager Pro'ect Name of Individual Candidates role Project on Project Mana er/Su erintendent Tommy Klein Years of Experience as Project Manager 34 Years of Experience with this organization 34 Number of similar projects as Project Manager 750+ Number of similar projects in other positions Current Project Assignments Estimator Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date General Project Manager— All Projects 50% On -going Name Rodney Unrein Name Gary Moore Title/ Position Project Manager Title/ Position Project Mana er Organization City of Lubbock anization Texas Tech University Telephone 806-392-3509 Telephone 806-834-1532 E-mail runrein m lubbock.us E-mail .moorettu.edu Project Patterson Library Renovations Project TTU ` CHACP 2 Switchgear Replacement Candidate role on Project Project Manager Candidate role on Project Project Manager OM M Mw Proposed Project Superintendent 0Organization Doing Business As Name of Individual Tomany Klein Construction, Inc. Eddie Klein Years of Experience as Project Superintendent 40+ Years of Experience with this organization 4-1/2 years Number of similar projects as Superintendent 750+ Number of similar projects in other positions Current Project Assignments Name of Assignment — LISD Hardening Projects Percent of Time Used for this Project Estimated Project Completion Date Superintendent 100% 11/30/2020 Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name Stephanie Laughlin Name Rodney Unrein Title/ Position Sr. Designer Title/ Position Project Manager Organization Texas Tech University Housing anization Citv of Lubbock Telephone 806-834-1241 Telephone 806-775-2207 E-mail Stephanie.laughlin@ttu.edu E-mail nmrein@mylubbock.us Project TTU Wall Gates Lobby Project City of Lubbock Water & Streets Dept Renovation Candidate role on Project Superintendent Protect Alternate Candidate Name of Individual Candidate role on project Superintendent Protect Julie Fletcher Years of Experience as Project Superintendent 12 Years of Experience with this organization 2 Number- of similar projects as Superintendent 30+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Superintendent Byron Hannabas Name Mark Garcia Name Title/ Position Facilities Project Manager III Title/ Position Facilities Manager Or anization Texas Tech HSC Qr anization City of Midland Telephone 806-743-2952 Telephone 432-685-7371 E-mail Byrm.hannabas@ltLhsc.edu E-mail mgarcia@,midlandtexWs.gov Project TTUHSC Odessa Backfill Project Project Roof/Extenor Repairs Candidate role on Project Project Superintendent Candidate role on Project Project Superintendent Proposed Project Safety Officer Organization Doing Business As Name of Iapdi�iduai Shad Hartman (See Project Manager) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar prof ects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information (Iisting names indicates approval to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Tommy Klein (See Alternate Project Mana) Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project W" Proposed Project Quality Control Manager Organization Doing Business As 11'rimai�-. Candidate Name of Individual Tommy Klein Construction, Inc. Eddie Klein (see Project Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project_ Estimated Project Completion Date Reference Contact Information (listing names indicates valto contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Pro'ect Project Candidate role on Pro'ect Name of Individual Candidate role on Project Julie Fletcher (see Alternate Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization ar anization Telephone Tel hone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As Tommy Klein Construction, inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 1 Management of subcontractor and suppliers 3. Time management 4. Cost control 5, Quality management 5. Project site safety 7, Managing changes to the project 8. Managing equipment 9. Meeting HUB 1 MWBE Participation Goal Provide a list of major a ui went proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease Forklift Unload Steel X Divi.si.on-of Work. between- Orgmization and Subcontractor What work will the organization cam lete using its own resources? Project Management, Project Supervision, Millwork What work does the organization propose to subcontract on this ro'ect? Demolition, Concrete, Drywall, Framing & Ceilings, Masonry, Steel Erection, GIass & Glazing, Tile, Flooring, Painting, Roofing, Mechanical, Electrical & Plumbing Contractor's Subcontractors and Vendors Organization Doing Business As Tommy 10ein Construction, Inc. Provide a list of subcontractors that will provide more than 10 percent of the work aced on contract amounts Est. Percent HUBJMWBE Name Work to be Provided of Contract Firm I � Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above usma the Pro'ect Information Forms. loom Provide a list of ma or a ui meet proposed for use on this project. Attach Additional Information if necessary Furnish Furnish HUBIM Vendor Name Equipment 1 Material Provided and WBE Only Install Firm Attachment A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University Health Science Center Project Name Renovation of Dean's Suite General Description of Project: Renovation Project Cost S 110,943.00 Date Project Completed 10-28-2019 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Julie Fletcher Shad Hartman Julie Fletcher Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner TT[THSC Designer Construction Manager Byron Hannabas Facilities Project Manager HI Physical Plant Lbk 806-743-2952 Byron.Hannabas(kttuhsc.edu Project Owner I Texas Tech University Health Science Center Project Name Odessa Backfill General Description of Project: Renovation Project Cost $ 968,002.00 Date Project Completed 09-24/2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Julie Fletcher Shad Hartman Julie Fletcher Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner TTUHSC Designer Construction Manager Byron Hannabas Facilities Project Manager III Physical Plant Lbk 806-743-2952 Byron.Hannabas@ttuhsc.edu Project Owner Texas Tech University Health Science Center Project Name Odessa VAV General Description of Project: Renovation Project Cost 5 404,988.00 Date Project Completed 09/24/2020 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Julie Fletcher Shad Hartman Julie Fletcher Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner TTUHSC Designer Construction Manager Byron Hannabas Facilities Project Mana er H)< Physical Plant Lbk 806-743-2952 Byrun.Hannabas(uttu.edu Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University System Project Name TTU Clement Hall Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost $ 1,350,144 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Jonathan Klein Shad Hartman Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Oxgar ization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Currently with the City of Lubbock 806-392-3509 ddensford@mylubbock.us Project Owner City of Lubbock Project Name =Cityof Lubbock Patterson Library Renovations General Description of Project: Office Remodel, New Restrooms Project Cost 340,447.00 Date Project Completed 07/07/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Project Owner Lubbock Independent School District Project Name I Toilet Renovations — Bayless Elementary General Description of Project: Project Cost $ 264,969.00 Date Project Completed 08/14/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manger Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Lubbock ISD Designer Construction Manager Kevin Cockrell Project Manager Construction 806-766-1457 kcockrell@lubbockisd.org Attachment A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University System Project Name I Hulen Hall Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost $1,114,787.00 Date Project Completed 08/19/2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Corey McElwee Shad Hartman Corey McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Currently with the City of Lubbock 806-392-3509 ddensford@mylubbock us Project Owner City of Lubbock Project Name I City of Lubbock Patterson Library Renovations General Description of Project: Office Remodel, New Restrooms Project Cost 340,447.00 1 Date Project Completed 07/07/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Tide/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager George Lisenbe Project Manager City of Lubbock 806-775-2220 gbsenbea*mail.cLlubbocic.tx.us Project Owner I Lubbock Independent School District Project Name I Toilet Renovations — Bayless Elementary General Description of Project: Project Cost S 264,969.00 Date Project Completed 08/14/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Lubbock ISD Designer Construction Manager I Kevin Cockrell Project Manager Construction 806-766-1457 kcockrell@lubbockisd.org Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University System Project Name T Wiggins Hall University Student Housing Office Remodel General Description of Project: Renovations Project Cost S 1,354,551 Date Project Completed 08/01/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Stephanie Laughlin Sr. Interior Designer TTU Student Housing 806-834-1241 Stephanie,laughlin@ttu.edu Construction Manager David Bradshaw retired Engineer TTU Operations Division 806-834-2071 David.bradshawAttu.edu Project Owner I Texas Tech University Project Name I TTU Chitwood Learning Center General Description of Project: Renovations Project Cost S 796,793.00 Date Project Completed 08/11/2016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager .Leff Sutherland Project Manager Operations Division 806-834-3359 Jeif.sutherland@ttu.edu Project Owner I Texas Tech University Project Name TTU Wall Gates Lobby General Description of Project: Renovations Project Cost s 218,871.00 Date Project Completed 08/14/2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Stephanie Laughlin Sr. Designer Texas Tech University Housing 806-834-1241 Stephanie.laughlin@ttu.edu Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University System Project Name TTU Murdough ShowerlToilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost 1,593,160.00 Date Project Completed 08108/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer QualityControl Marra er Manager M Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Currently with the City of Lubbock 806-392-3509 ddensford@mylubboek.us Project Owner City of Lubbock Project Name City of Lubbock Water & Streets Administration & Streets Dept. General Description of Project: Office Remodel, New Restrooms Project Cost 795,144.00 Date Project Completed 08/05/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manner Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 ruareiu@mylubbock.us Project Owner City of Lubbock Project Name I Mae Simmons Senior Center General Description of Project: Project Cost 257,498.00 Date Project Completed 031/1412016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Maria er Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein(a mylubbock us Attachment B Project Information Project Owner Texas Tech University Project Name Chick-Fil-A General Description of Project Renovations Budget History Schedule Performance Amount o/Axno f Bid Date Days Bid 993,998.00 Notice to Proceed 02-07-2018 Change Orders 141,378.00 14% Contract Substantial Completion Date at Notice to Proceed 06-07-2018 Owner Enhancements Contract Final Completion Date at Notice to Proceed 06-14-20IS Unforeseen Conditions Change Order Authorized Substantial Completion Date 08/21/2019 Design Issues Change Order Authorized Final Completion Date 08/28/2019 Total Actual / Estimated Substantial Completion Date 08-20-2018 Final Cost 1,135,376.00 • Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 08-20-2018 Quality Control Manager Name Jonathan Klein Eddie Klein Jonathan Klein Eddie Klein Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Eddie Klein Jonathan Klein Eddie Klein Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail owner Texas Tech University Designer Construction Manager Jets Sutherland Project Manager Operations Division 806-834-3359 Jeti.sutherland®ttu.edu Sure Number of Issues Total Amount involved in Resolved N/A Resolved Issues N/A Number of Issues Total Amount involved in Pendi N/A Resolved Issues N/A Attachment B Pro iect Information Project Owner I Texas Tech University Project Name Patterson Library Renovations General Description of Project Renovations Budget History Schedule Performance Amount % of Sid Date Days Amount Bid 307,587 Notice to Proceed 05-19-2017 Change Orders Contract Substantial Completion Date at Notice to Proceed 06-30-2017 Owner Enhancements Contract Final Completion Date at Notice to Proceed 07-07-2017 Unforeseen Conditions 32,860 10% Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 06-30-2017 Final Cost 340,447 Actual / Estimated Final Completion Date 07-07-2017 Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Tommy Klein Shad Hartman Tommy Klein Schad Hartman Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. • Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager 806-392-3509 runreinQmylubbock.us Su Number of Issues N/A Total Amount involved in N/A Number of Issues NIA Total Amount involved in N/A Resolved Resolved Issues Pending Resolved Issues C Attachment B Project Information Project Owner City of Lubbock Project Name Water & Street Department Renovations at Municipal Hill General Description of Project Sitework, concrete, masonry, metal, wood, plastics, thermal moisture protection, doors and windows, finish specialties, furnishings, mechanical, electrical Budget History Schedule Performance Amount % of Bid Amount Date Days Y Bid 692,463.00 Notice to Proceed 01-08-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 07-08-2015 Owner Enhancements 52,891.00 6% Contract Final Completion Date at Notice to Proceed 07-18-2015 Unforeseen Conditions 45,669.00 5% Change Order Authorized Substantial Completion Date Design Issues 4,121.00 1% Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-05-2015 Final Cost 1,135,376.00 Actual / Estimated Final Completion Date 08-15-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Eddie Klein Shad Hartman Eddie Klein Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager 806-392-3509 runreinou7mylubbock.us Su mq ; Number of Issues Total Amount N/A involved in Number of Issues Total Amount involved in NIA N/`4 Resolved Resolved Issues Pendi Resolved Issues N/A Attachment B Proiect Information Project Owner Texas Tech University Project Name TTU Clement Hall Shower/Toilet Renovations General Description of Project Renovations '; Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,363,188.00 Notice to Proceed 05-20-2013 Change Orders -13,044,00 Contract Substantial Completion Date at Notice to Proceed 08-02-2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-12-2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date 08/09/2013 Design Issues Change Order Authorized Final Completion Date 08/19/2013 Total Actual / Estimated Substantial Completion Date 08-09-2013 Final Cost 1,350,144.00 Actual / Estimated Final Completion Date 08-19-2013 Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Jonathan Mein Shad Hartman Jonathan Klein Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Jonathan Klein Shad Hartman Jonathan Klein Did Individual Start and Complete the Project? Yes Yes Yes Yes Lf not, who started or completed the project in their place, Reason for change. k Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Project Manager Operations Division 806-392-3509 ddensfordCmylubbock.us Sure i,:.k: _ .111111g;11!111111111�1 Pill Number of Issues =N/AAmountinvolved in N/A Number of Issues N/A Total Amours involved inNIA Resolved ed Issues Pending Resolved Issues Attachnnent B Proiect Information Project Owner I Texas Tech University Health Science Center Project Na= Odessa BacMd ill Project General Description of Project Renovations d• . Budget History Schedule Performance Amount % of Bid Amount Date Days y Sid 792,574.00 Notice to Proceed 01-25-2020 Change Orders Contract Substantial Completion Date at Notice to Proceed 10-14-2010 Owner Enhancements Contract Final Completion Date at Notice to Proceed 10-21-2020 Unforeseen Conditions 175,428.00 22% Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Tom Actual / Estimated Substantial Completion Date 10-21-2020 Final Cost 968,002.00 Project ersoplQi Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 10-21-2020 Quality Control Manager Name Shad Hartman Julie Fletcher Shad Hartman Julie Fletcher Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Julie Fletcher Shad Hartman Julie Fletcher Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. • e . ... I)Sacting the names Name Title/ Position Organization Telephone Owner Texas Tech University HSC E-mail Designer Construction Manager Sure Byron Hannabas Project Manager or bispute Physical Plant Lkk 806-743-2952 Review Byron.hannabas(0ttu.edu if V Completed Projects 1. Texas Tech University —JOC Original Contract Amt: $ 5,474,104.00 Agricultural Science —Research Greenhouse Final Contract Amt: $ 5,474,104.00 David Small-806-834-5742 Original Completion: 12/06/2019 David.small .edu Final-Com letia : 02/28Z2020 2. Texas Tech University—JOC Original Contact Amt: $ 579,977.00 Electrical Engineering Rm. 126 Renovations Final Contract Amt: $ 569,034.79 Jodie Ellis — 806-834-2123 Original Completion: 05/24/2019 Jodie.ellis@ttu.edu , , _ Final Completion: 06/28/2019 3. Lubbock Independent School Dist -Hard Bid Original Contract Amt: $ 304,486.00 Kitchen Renovation Hardwick Elementary Final Contract Amt: $ 223,277.72 Kevin Cockrell — 806-766-1457 Original Completion: 08/01/2019 kcockrell@lubbockisd.orp Final Completion: 08/05/2019 4. Texas Tech University—JOC Original Contract Amt: $ 576,364.08 Chitwood-Weymouth First Floor Lounge Final Contract Amt: $ 572,380.68 { Jeff Sutherland — 806 834-2123 Original Corn pletion: 08/22/2019 Jeff.sutherland@ttu.edu Final Completion: 08/11/2019 5. Texas Tech University - JOC Original Contract Amt: $ 911,535.00 Reese GLEAMM Micro -Grid Final Contract Amt: $ 938,120.00 Haido Rodriqu ez-Lopez — 806-834-3908 Original Completion: 03/01/2019 Haldo.rodriguez-ioLez@ttu.edu Final Completion: 11/19/2018 6. Texas Tech University - JOC Original Contract Amt: $ 993,998.00 Student Union — Remodel Chick-Fil-A Final Contract Amt: $ 1,136,378.00 Jeff Sutherland — 806-834-2123 Original Completion: 06/07/2018 Jeff.sutherland ttu.edu Final Completion: 06 06 2018 7. Texas Tech University —JOC Original Contract Amt: $ 147,798.00 Agricultural Education 2nd Floor Restroom Final Contract Amt: $ 162,332.00 Renovations Hal Langston — 806-834-2123 Original Completion: 08/27/2018 hal.langston@ttu.edu Final Completion: 09/27/2018 J� 8. University Medical Center— Hard Bid Original Contract Amt: $ 394,976.00 MOPI Suites B70, 210, and 240 HVAC Final Contract Amt: $ 400,935.00 Fincher Engineering, LLC — 806-70 1-5 109 Original Completion: 01/06/2019 Tustin@finchereng.com Final Completion: 02/15/2019 9. Texas Tech University —Hard Bid Bledsoe Hall Shower/Toilet Renovations Michael L. Smith —806-834-2071 M.L.smith@ttu.edu 10. Texas Tech University — Hard Sid Horn Hall Shower/Toilet Renovations M. L. Smith — 806-834-2071 m.l.smith2ttu.edu 11. City of Lubbock — Hard Sid Patterson Library Renovations Rodney Unrein — 806-775-2207 runrein@mylubbock.us Original Contract Amt: $ 1,059,634.00 Final Contract Amt: $ 1,258,250.00 Original Completion: 08/27/2018 Final Completion: 08/27/2018 Original Contract Amt: $ 1,227,000.00 Final Contract Amt: $ 1,497,285.00 Original Completion: 08/01/2017 Final Completion: 07/31/2017 Original Contract Amt: $ 307,587.00 Final Contract Amt: $ 340,447.00 Original Completion: 07/07/2017 Final Completion: 07/07/2017 12. Lubbock Independent School Dist. —Hard Bid Original Contract Amt: $ 281,144.00 Toilet Renovations — Bayless Elementary Final Contract Amt: $ 264,969.00 Kevin Cockrell — 806-766-1457 Original Completion: 08/14/2014 kcockrell@lubbockisd.org Final Completion: 09/14/2014 13. Texas Tech University — Hard Bid Knapp Hall Shower/Toilet Renovations Darren Densford — 806-392-3509 ddensford@mylubbock.us 14. Texas Tech University — Hard Bid Chiitwood Weymouth Learning Center Jeff Sutherland —806-834-8608 Jeff.sutherland@ttu.edu Original Contract Amt: $ 1,516,680.00 Final Contract Amt.: $ 1,604,999.00 Original Completion: 08/01/2016 Final Completion: 08/01/2016 Original Contract Amt: $ 745,811.00 Final Contract Amt: $ 796,793.00 Original Completion: 08/18/2016 Final Completion: 08/16/2016 15. Texas Tech University — Hard Bid Original Contract Amt: $ 1,344,841.00 Wall Hall Shower/Toilet Renovations Final Contract Amt: $ 1,297,620.00 Darren Densford — 806-392-3509 Original Completion: 08/02/2015 ddensford@mylubbock.us Final Completion: 08/02/2015 -ti 16. Texas Tech University — Hard Bid Original Contract Amt: $ 1,399,723.00 Gates Hall Shower/Toilet Renovations Final Contract Amt: $ 1,292,263.00 Darren Densford— 806-392-3509 Original Completion: 08/02/2015 ddensford@mylubbock.us Final Completion: 08/02/2015 17. Lubbock 15D, Hard Bid Original Contract Amt. $ 87,463.00 Cavazos/Matthews Restroom Renovations Final Contract Amt: $ 87,463.00 Kevin Cockrell — 806-766-1457 Original Completion: 08/03/2015 kcockrell@iubbockisd.org Final Completion: 08/03/2015 18. Lubbock 151), Hard Bid Original Contract Amt: $ 172,349.00 McWhorter — Restroom Renovations Final Contract Amt: $ 172,349.00 Kevin Cockrell -- 806-766-1457 Original Completion: 08/01/2015 kcockrell@lubbockisd.org Final Completion: 08/01/2015 19. Lubbock 15D, Hard Bid Original Contract Amt: $ 143,463.00 AAA Restroom Renovations final Contract Amt: $ 151,188.00 Kevin Cockrell — 806-766-1457 Original Completion: 08/03/2015 kcockrell@lubbockisd.org Final Completion: 08/03/2015 20. City of Lubbock, Hard Bid u Original Contract Amt: $ 76,463.00 Renovate Front Entrance at Mahon Library Final Contract Amt: $ 76,463.00 Rodney Unrein — 806-775-2207 Original Completion: 05/18/2015 runrein@mylubbock.us Final Completion: 05/08/2015 21. City of Lubbock, Hard Bid Original Contract Amt: $ 692,463.00 Water & Streets Dept Renovations Final Contract Amt: $ 795,144.00 Rodney Unrein-806--775-2207 Original Completion: 07/08/2015 runrein@mylubbock.us Final Completion: 08/05/2015 22. City of Lubbock, JOC Original Contract Amt: $ 43,422.00 FS#11 Interior Repairs Final Contract Amt: $ 43,422.00 Robert Keinast-806-775-2632 Original Completion: 04/07/2015 rkeinast@mylubbcck.us Final Completion: 02/19/2015 23. KCBD News Channel 11, Hard Bid Original Contract Amt: $ 259,659.00 KCBD Toilet Renovations Final Contract Amt: $ 259,659.00 Dan Jackson -- 806-761-4232 Original Completion: 12/31/2014 d4ackson@kcbd.com Final Completion: 12/15/2014 ,Y • sf 24. Lubbock ISD, Hard Bid Original Contract Amt: $ 154,143.00 Wilson MS, Restroom Renovations Final Contract Amt: $ 131,601.00 Kevin Cockrell, P.M. — 806-766-1457 Original Completion: 08/01/2014 kcocrell@Iubbockisd.arr; Final Completion: 08/01/2014 25. Texas Tech University, JOC Original Contract Amt: $ 97,307.00 Murray Dining Finishes Final Contract Amt: $ 97,307.00 Mike Glass, P.M. — 806-834-5512 Original Completion: 01/08/2015 Mike.glass@ttu.edu Final Completion: 01/07/2015 26. Lubbock Association of Realtors Original Contract Amt: $ 75,727.00 Office remodel, Negotiated Original Contract Amt. $ 77,015.00 Cade Fowler — 806-795-9533 Original Completion: N/A cadefowler@lubbockrealtors.com Final Completion: 10/21/2014 27. Texas A & M Agrilife Extension Service Original Contract Amt: $ 123,720.00 Auditorium Renovation, JOC Final Contract Amt: $ 123,720.00 Jimmy Dunn—979-845-2180 Original Completion: 09/22/2014 Jd-dunn@tamu.edu Final Completion: 09/22/2014 28. Texas Tech University, JOC Original Contract Amt: $ 1,593,160.00 Murdough - Shower/Toilet Renovations Final Contract Amt: $ 1,527,413.00 Darren Densford-806-392-3509 Original Completion: 08/04/2014 ddensford@mylubbock.us Final Completion: 08/12/2014 29. Texas Tech University, JOC Original Contract Amt: $ 836,845.00 Remodel Study Lounges — Coleman, Final Contract Amt: $ 836,845.00 Chitwood, Weymouth Original Completion: 08/04/2014 Stephanie Laughlin —806-834-1241. Final Completion 08/04/2014 stephanie.laughlin@ttu.edu 30. Texas Tech University, JOC Original Contract Amt: $ 126,497.00 Install 304 Graber 2" compositewd blinds Final Contract Amt: $ 126,497.00 Daizy Duede, designer— 806-834-3999 Original Completion: 06/29/2014 daizv.duede@ttu.edu Final Completion: 06/29/2014 31. Texas Tech University System, JOC Original Contract Amt: $ 94,060.00 Demolition & construction of two guest Final Contract Amt: $ 94,060.00 restrooms at Sneed Hall Original Completion: 01/10/2014 Dale Blevins, P. M. — 806-834-3462 Final Completion 01/10/2014 1,�/' d.blevins@ttu.edu 32. Texas Tech University, JOC Concrete, back dock at Stangel Hall Mike Glass, P. M. — 806-834-3462 mike.glass@ttu.edu Original Contract Amt: $ 120,802.00 Final Contract Amt: $ 122,182.00 Original Completion: 01/08/2014 Final Completion: 01/08/2014 33. Texas A & M Agrilife, JOC Original Contract Amt: $ 62,509.00 Restroom Renovations Final Contract Amt: $ 63,441.00 Mika Wyatt, P. M., 806-746-6101 ext. 4032 Original Completion: 05/24/2013 mwvatt@ag.tamu.edu Final Completion: 05/24/2013 34. Texas A & M Agrilife Research, JOC Original Contract Amt: $ 54,321.00 Installation of carpet tile and ceramic tile Final Contract Amt: $ 54,321.00 Mika Wyatt — 806-746-6101 ext. 4032 Original Completion: 10/25/2013 mwyatt@ag.tamu.edu Final Completion: 10/25/2013 35. Texas Tech University, JOC Original Contract Amt: $ 80,648.00 Demolition & installation of flooring, Final Contract Amt: $ 80,648.00 walls & ceilings -Coleman Study Lounges Original Completion: 01/05/2014 Dale Blevins, P. M. — 806-834-3462 Final Completion: 01/05/2014 d.blevins@ttu.edu 36. Texas Tech University, JOC Original Contract Amt: $ 1,114,787.00 Hulen Hall -- Shower/ Toilet Renovations Final Contract Amt: $ 1,129,920.00 Darren Densford— 806-392-3509 Original Completion: 08/12/2013 ddensford@mylubbock.us Final Completion: 08/19/2013 37. Texas Tech University, JOC Original Contract Amt: $ 1,363,188.00 Clement Hall — Shower/Toilet Renovations Final Contract Amt: $ 1,350,144.00 Darren Densford Original Completion: 08/12/2013 ddensford@mylubbock.us Final Completion: 08/19/2013 38. Texas Tech University, Hard Bid Original Contract Amt: $ 1,363,898.00 Wiggins Hall University Student Housing Final Contract Amt: $ 1,354,551.00 Office Remodel Original Completion: 05/01/2013 Stephanie Laughlin-806-834-1241 Final Completion: 06/01/2013 5tephanie.IaughIin@ttu.edu 39. University Medical Center, Hard Bid Original Contract Amt: $ 150,607.00 EMS Logistics Building Final Contract Amt: $ 150,607.00 Jon Long — 806-748-6190 Original Completion: 02/25/2014 ion@condray.com Final Completion: 02/25/2014 40. Texas Tech University, JOC Original Contract Amt: $ 86,547.00 Install 304 Graber r composite wd blinds Final Contract Amt: $ 86,547.00 ❑aizy Duede, designer— 806-834-3999 Original Completion: 07/13/2013 daizv.duede@ttu.edu Final Completion: 07/13/2013 41. Texas Tech University System, Hard Bid Renovation of Restroorns 1141 floors at Stangel Hall Dale Blevins, P. M. — 806-834-3462 d.blevins@ttu.edu u Original Contract Amt: $ 456,440.00 Final Contract Amt: $ 464,688.00 Original Completion: 08/10/2012 Final Completion: 08/08/2012 City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. if I am awarded this contract by the City of Lubbock, I will be able to, within ten (1 U) 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) K �EYI tc i L- 11 Y- _-- Contractor (Print) CONTRACTOR'S BUSINESS NAME_ (Print or Type) CONTRACTOR'S FIRM ADDRESS: 3 ! Q— I JP1� SLIP. 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 21-15578-KM — LP&L and GIS Office Addition 2 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 thereoL 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. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO .� if the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. �—� k— Offeror's Utials QUESTION TWO �.,4as 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 NOS' 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 (1 Q) years, of a criminal offense which resulted in serious bodily injury or death? YES NO--V--"_ 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: 111-�ate 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: 190 ACKNOWLEDGEMENT iIHCIPIrrNMIaIOr.�l 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 nay full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature 4 l dp—n- Title 2 City of Lubbock, TX House Bill 89 Verification RFP 21-15578-KM I, K'_ rp f]�l d (Person name), the undersigned representative of (Company or Sus esin s Name} (hereafter referred to as corn any) being an adult over the age of eighteen (18) years of age, do hereby depose and verify under oath that the company named -above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270; 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above -named Company, business or individual with the City of Lubbock acting by and through City of Lubbock. Pursuant to Section 2270.001, Texas Government Code: 1. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means a for profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. I eLl oar DATE FsT4 11._ iI 4 111W i City of Lubbock, TX RFP 21-15578-KM 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 mast certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: M M 1C C2_ i 0 C7 01�(1 f k n n._,_ FFEDERAL TAX ID or SIICIAL SECURITY No. 5 - 2 4 t 7 `signature of Company Official: k4ad Printed name of company official signing above:_K �Ca n Date Signed: 1 r --A -aL-)I;-lam City of Lubbock, TX House Bill 89 Verification RFP 21-15578-KM I, K'_ rp f]�l d (Person name), the undersigned representative of (Company or Sus esin s Name} (hereafter referred to as corn any) being an adult over the age of eighteen (18) years of age, do hereby depose and verify under oath that the company named -above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270; 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above -named Company, business or individual with the City of Lubbock acting by and through City of Lubbock. Pursuant to Section 2270.001, Texas Government Code: 1. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means a for profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. I eLl oar DATE FsT4 11._ iI 4 111W i Page Intentionally Left Blank 16. PROPOSED LIST OF SUE -CONTRACTORS Services Provided Minority Owned Yes No 0 0 ❑ ��\i1f1+fZ.l Y L o ° M P(Ao aY)I t C-_ i :i IPA ygbon,,? El ❑ ❑ n ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Yl Z i an—, `r -,a} - _ (PRINT NAME OF COMPANY) \—'�FP 21-15578-ISM - LP&L and GIS Office Addition 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 Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No l� N ❑ r� 2. e - GZ_ El 4. i 1� =L l�o ❑ ri 5. 6. &Oqal1�Isi<�5 �-� ❑ �Y ❑ 7. L-��swJ k S. L—kLz— O "i tt G ❑ rv� 9. �� �� t C�s�.-s �2 S #r�"� �Z f 1 WAAL- 10. P ❑ n 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ Cl 15. L2 El 16. SUBMITTED BY: i (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 21-15578-KM - LP&L and GIS Office Addition Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank 1 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 Tommy Klein Construction, Inc. (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 Six Hundred and Seventy-Two Thousand, Four Hundred and Sixty-Three Dollars ($672,463) 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 12 day of January 2021,to RFP 21-15578-KM LP&L and GIS Office Addition 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 Arti cle 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 __________________ 2021. ________________________________ ________________________________ Surety (Company Name) *By:_____________________________By:_____________________________ (Title) (Printed Name) ________________________________ (Signature) ________________________________ (Title) Page Intentionally Left Blank 2 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. Page Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank 1 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 Tommy Klein Construction, Inc. (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 Six Hundred and Seventy-Two Thousand, Four Hundred and Sixty-Three Dollars ($672,463) 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 12 day of January 2021, to RFP 21-15578-KM LP&L and GIS Office Addition 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 ____________________, 2021. ____________________________ ________________________________ Surety (Company Name) * By: _______________________By:_____________________________ (Title) (Printed Name) ________________________________ (Signature) ________________________________ (Title) Page Intentionally Left Blank 2 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. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE:_____________________ P.O. BOX 2000, LUBBOCK, TX 79401 TYPE OF PROJECT:_________________________ THIS IS TO CERTIFY THAT ___________________________________________ (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 pro visions 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  ___________________________ 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 cancellati on, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. C O N T R A C T O R C H E C K L I S T 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 FURNISHED 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. IT SHALL BE THE CONTRACTOR’S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS 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. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 15578 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 12 day of January, 2021 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 Tommy Klein Construction, Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 21-15578-KM LP&L and GIS Office Addition 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. Tommy Klein Construction, Inc.'s proposal dated November 24, 2020 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: Tommy Klein Construction, Inc. By: PRINTED NAME: �r�+� eiv► TITLE: ��S)� 1 COMPLETE ADDRESS: Company Tommy Klein Construction, Inc. Address 7312 Upland Avenue City, State, Zip Lubbock. Texas 79424 ATTEST: — ��L , z,- , orat ecretary CITY O LUB OC TEXAS (OWNER): By: Daniel M. Pope, 4ayoT ATTEST: Rebecck.Garza, City Secretary APP OVE AS TO qNTENT: 1 Facilities Management WcAfa 'Ev-jm\t 2-3.2021 Name (Printed) Date AP P OVED AS FORM: Ke li Leisure, Assistant City Attorney Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary’s Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary’s Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1314 Avenue K, Floor 10 Lubbock, Texas, 79401 Questionnaire is available at https://ci.lubbock.tx.us/departments/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessar y to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log-in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm PLEASE DO NOT COMPLETE FORM 1295 UNTIL YOU HAVE BEEN NOTIFIED OF CONTRACT AWARD AND REQUESTED TO ELECTRONICALLY FILE FORM 1295 WITH THE TEXAS ETHICS COMMISSION. GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank 1 GENERAL CONDITIONS OF THE AGREEMENT 1.OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2.CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Tommy Klein Construction, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3.OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, Wes Everett, Director of Facilities Management, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4.CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the “contract” or “contract documents”. 5.INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6.SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7.WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 2 8.CONTRACTOR’S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9.SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 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 Representati ve 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. 3 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 nat ure 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 4 and/or amendments to the contract documents, shall be in writing, and executed by Own er’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 person or persons on the work, are, in Owner’s Representative’s sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner’s Representative, such person or persons 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 workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent 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 sh all 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 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 manufac tured 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. 5 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 6 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 workers, 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 transpo rtation 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. 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 five (5) calendar days prior to the opening of proposals. In the absence of a 7 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 such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers’ Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers’ Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or re gulations. 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 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. 8 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED 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. IT SHALL BE THE CONTRACTOR’S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 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 $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Med Exp (Any one Person) B. Owner's and Contractor's Protective Liability Insurance – NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non-owned cars including: Employers Non-ownership Liability Hired and Non-owned Vehicles. D. Builder’s Risk Insurance/Installation Floater Insurance – NOT REQUIRED E. Umbrella Liability Insurance – NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken 9 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. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 10 (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. 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. G. 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. 11 (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; (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: 12 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.”; (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; 13 (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 he reof, 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 o r manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its office rs, 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 14 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 Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000.00 PER CONSECUTIVE 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 fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 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 in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by 15 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. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 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 workers, 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 contrac t except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities32 note exceed 15% of the estimated quantity. 16 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, rel ated 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 a nd 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. 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, 17 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 31st 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. 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, 18 (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 Cont ractor 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 th e same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons 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 19 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 credite d 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 i s 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 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 20 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 $50,000. 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 circumstanc e or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor’s performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byprod ucts 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 21 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. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 22 60. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 61. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental en tity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.15 The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, “foreign terrorist organization” shall have the meaning given such term in Section 2252.151, Texas Government Code. 63. CHAPTER 2270 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Section 2270.002, Government Code, (a) This section applies only to a contract that: (1) Is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or 23 intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records r etention requirements applicable to the governmental body. 66. HB 89 The Contractor warrants that it complies with Chapter 2270.001 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. Pursuant to Section 2270.001, Texas Government Code: 1. “Boycott Israel” means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes; and 2. “Company” means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. Page Intentionally Left Blank 24 CITY OF LUBBOCK WAGE DETERMINATIONS Page Intentionally Left Blank 25 EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters-Acoustical Ceiling Installation 16.00 Carpenter-Rough 13.00 Carpenter-All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers-Carpet and Resilient 18.00 Floor La yers-Specialty 18.00 Floor La yers-Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers-Mechanical 12.00 Irrigator-Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender-Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 26 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator-Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 Crane, Lattice Boom 80 Tons or Less 30.00 Loader/Backhoe 18.00 Roller/Other 15.00 Welder Certified/Structural Steel Weld 25.00 EXHIBIT C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standard Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank PROJECT MANUAL LP&L GIS OFFICE ADDITION 404 MUNICIPAL DRIVE LUBBOCK, TEXAS A R C H I T E C T C O N D R A Y D E S I G N G R O U P I N C. 3708 UPLAND AVE. LUBBOCK, TEXAS 79407 ( 806 ) 748-6190 CDG 22004 DATE: 7/9/2020 MECHANICAL, PLUMBING, ELECTRICAL ENGINEERING FANNING, FANNING AND ASSOCIATES 2555 74TH STREET LUBBOCK, TEXAS 79423 (806) 745-2533 STRUCTURAL ENGINEERING NIEMAN ENGINEERING, LLC 1500 BROADWAY, SUITE 1210 LUBBOCK, TEXAS 79401 (806) 589-3340 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION TABLE OF CONTENTS - 1 CDG 22004 Division Section Title Pages PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000000......... ComCheck Forms (Envelope, Mechanical, Electrical) ........................................................................ 19 SPECIFICATIONS GROUP General Requirements Subgroup DIVISION 01 - GENERAL REQUIREMENTS 011000......... SUMMARY ......................................................................................................................................... 4 012500......... SUBSTITUTION PROCEDURES ...................................................................................................... 3 012600......... CONTRACT MODIFICATION PROCEDURES ............................................................................... 2 012900......... PAYMENT PROCEDURES ............................................................................................................... 5 013100......... PROJECT MANAGEMENT AND COORDINATION ...................................................................... 9 013200......... CONSTRUCTION PROGRESS DOCUMENTATION ...................................................................... 5 013233......... PHOTOGRAPHIC DOCUMENTATION ........................................................................................... 3 013300......... SUBMITTAL PROCEDURES ............................................................................................................ 9 014000......... QUALITY REQUIREMENTS ............................................................................................................ 8 015000......... TEMPORARY FACILITIES AND CONTROLS ............................................................................... 9 016000......... PRODUCT REQUIREMENTS ........................................................................................................... 4 017300......... EXECUTION ...................................................................................................................................... 8 017700......... CLOSEOUT PROCEDURES .............................................................................................................. 5 017839......... PROJECT RECORD DOCUMENTS .................................................................................................. 5 Facility Construction Subgroup DIVISION 02 - EXISTING CONDITIONS 024119......... SELECTIVE DEMOLITION .............................................................................................................. 6 DIVISION 03 - CONCRETE 031200......... CONCRETE FORMING AND ACCESSORIES ................................................................................ 6 032013......... REINFORCING STEEL ...................................................................................................................... 6 007000......... GENERAL CONDITIONS ................................................................................................................. 1 008000......... SUPPLEMENTARY CONDITIONS .................................................................................................. 9 07/09/2020 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION TABLE OF CONTENTS - 2 CDG 22004 033000......... CAST-IN-PLACE CONCRETE .......................................................................................................... 18 DIVISION 04 - MASONRY 042000......... UNIT MASONRY ASSEMBLIES ...................................................................................................... 11 DIVISION 05 - METALS 051200......... STRUCTURAL STEEL FRAMING ................................................................................................... 9 052100......... STEEL JOIST FRAMING ................................................................................................................... 4 053123......... STEEL ROOF DECKING ................................................................................................................... 6 054000......... COLD-FORMED METAL FRAMING ............................................................................................... 7 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 061000......... ROUGH CARPENTRY ...................................................................................................................... 7 061600......... SHEATHING ...................................................................................................................................... 4 064116......... PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS .................................................. 7 DIVISION 07 - THERMAL AND MOISTURE PROTECTION 072100......... THERMAL INSULATION ................................................................................................................. 3 072726......... FLUID-APPLIED MEMBRANE AIR BARRIERS ............................................................................ 6 075423......... THERMOPLASTIC POLYOLEFIN (TPO) ROOFING ..................................................................... 9 076200......... SHEET METAL FLASHING AND TRIM ......................................................................................... 12 078413......... PENETRATION FIRESTOPPING ..................................................................................................... 5 078446......... FIRE-RESISTIVE JOINT SYSTEMS................................................................................................. 4 079200......... JOINT SEALANTS ............................................................................................................................. 7 DIVISION 08 - OPENINGS 081113......... HOLLOW METAL DOORS AND FRAMES .................................................................................... 8 081416......... FLUSH WOOD DOORS ..................................................................................................................... 5 084113......... ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS ...................................................... 8 087100......... DOOR HARDWARE .......................................................................................................................... 12 088000......... GLAZING ............................................................................................................................................ 8 DIVISION 09 - FINISHES 092216......... NON-STRUCTURAL METAL FRAMING ....................................................................................... 6 092900......... GYPSUM BOARD .............................................................................................................................. 7 093000......... TILING ................................................................................................................................................ 9 095113......... ACOUSTICAL PANEL CEILINGS ................................................................................................... 7 096513......... RESILIENT BASE AND ACCESSORIES ......................................................................................... 4 096519......... RESILIENT TILE FLOORING .......................................................................................................... 4 096813......... TILE CARPETING ............................................................................................................................. 4 099113......... EXTERIOR PAINTING ...................................................................................................................... 6 099123......... INTERIOR PAINTING ....................................................................................................................... 7 099999......... MATERIAL AND FINISH SCHEDULE ............................................................................................ 6 DIVISION 10 - SPECIALTIES 102113......... TOILET COMPARTMENTS .............................................................................................................. 4 102800......... TOILET, BATH, AND LAUNDRY ACCESSORIES ........................................................................ 4 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION TABLE OF CONTENTS - 3 CDG 22004 104413......... FIRE PROTECTION CABINETS....................................................................................................... 4 104416......... FIRE EXTINGUISHERS .................................................................................................................... 2 DIVISION 11 - EQUIPMENT NOT APPLICABLE DIVISION 12 - FURNISHINGS 122113......... HORIZONTAL LOUVER BLINDS ................................................................................................... 4 123661......... SIMULATED STONE COUNTERTOPS ........................................................................................... 2 Facility Services Subgroup DIVISION 20 – RESERVED DIVISION 21 – FIRE SUPPRESSION 210000......... FIRE PROTECTION SPRINKLER SYSTEM .................................................................................... 5 DIVISION 22 – PLUMBING 22000........... PLUMBING SYSTEMS ...................................................................................................................... 4 DIVISION 23 - HEATING, VENTILATING AND AIR CONDITIONING 230000......... GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL ........................................... 13 233000......... PIPING AND ACCESSORIES ........................................................................................................... 6 234000......... AIR DISTRIBUTION .......................................................................................................................... 4 235000......... HANGERS AND SUPPORTS ............................................................................................................ 3 235500......... VIBRATION ISOLATION ................................................................................................................. 2 236000......... INSULATION ..................................................................................................................................... 3 237000......... EQUIPMENT ...................................................................................................................................... 12 238000......... TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS ..................................... 2 DIVISIONS 24 – 25 NOT APPLICABLE DIVISION 26 – ELECTRICAL 260100......... BASIC ELECTRICAL REQUIREMENTS ......................................................................................... 6 260518......... WIRES AND CABLES ....................................................................................................................... 5 260525......... GROUNDING AND BONDING ........................................................................................................ 4 260532......... RACEWAYS ....................................................................................................................................... 6 260534......... BOXES ................................................................................................................................................ 3 260552......... ELECTRICAL IDENTIFICATION .................................................................................................... 3 262416......... PANELBOARDS ................................................................................................................................ 4 262726......... WIRING DEVICES ............................................................................................................................. 4 262813......... FUSES ................................................................................................................................................. 2 262815......... SAFETY SWITCHES ......................................................................................................................... 3 264601......... DRY-TYPE TRANSFORMERS – K-RATED .................................................................................... 4 265100......... LIGHTING .......................................................................................................................................... 3 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION TABLE OF CONTENTS - 4 CDG 22004 DIVISION 27 - VOICE & DATA COMMUNICATIONS NOT APPLICABLE DIVISION 28 - ELECTRONIC SAFETY AND SECURITY 283200......... FIRE ALARM SYSTEM ..................................................................................................................... 4 DIVISION 29 – RESERVED NOT APPLICABLE Site and Infrastructure Subgroup DIVISION 30 - RESERVED NOT APPLICABLE DIVISION 31 - EARTHWORK 313116......... TERMITE CONTROL ........................................................................................................................ 3 DIVISION 32 – EXTERIOR IMPROVEMENTS 321313......... CONCRETE PAVING ........................................................................................................................ 9 Process Equipment Subgroup DIVISIONS 33-49 NOT APPLICABLE END OF TABLE OF CONTENTS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION CDG 22004 STRUCTURAL TABLE OF CONTENTS CONSULTANT’S PROFESSIONAL RESPONSIBILITY The specifications sections to be authenticated by my seal and signature are limited to the following: Division Section Title Pages DIVISION 03 - CONCRETE 031200......... CONCRETE FORMING AND ACCESSORIES ................................................................................ 6 032013......... REINFORCING STEEL...................................................................................................................... 6 033000......... CAST-IN-PLACE CONCRETE .......................................................................................................... 18 DIVISION 05 – METALS 051200......... STRUCTURAL STEEL FRAMING ................................................................................................... 9 052100......... STEEL JOIST FRAMING................................................................................................................... 4 053123......... STEEL ROOF DECKING ................................................................................................................... 6 054000......... COLD-FORMED METAL FRAMING .............................................................................................. 7 By: Ross Nieman, P.E. Nieman Engineering, LLC TX Firm Registration: F-14148 1500 Broadway, Suite 1210 Lubbock, Texas 79401 Phone: (806) 589-3340 TBPE Registration F-14148 07/09/2020 COMcheck Software Version 4.1.1.0 Envelope Compliance Certificate Project Title: 2015 IECC Project Type:New Construction Vertical Glazing / Wall Area:12% Location:Lubbock, Texas Climate Zone:3b Construction Site: 1625 13th Street lubbock, TX 79401 Owner/Agent: City of Lubbock Designer/Contractor: Grant Koertner Condary Design Group 3708 Upland Ave Lubbock, TX 79407 8067486190 Grant@condray.com Project Information Energy Code: City of Lubbock LPL GIS Office High efficiency HVAC. Systems that do not meet the performance requirement will be identified in the mechanical requirements checklist report. Additional Efficiency Package(s) Building Area Floor Area 1-Office : Nonresidential 2946 Envelope Assemblies Assembly Cavity R-Value Cont. R-Value Proposed U-Factor Budget U- Factor(a) Gross Area or Perimeter Floor 1: Slab-On-Grade:Unheated, [Bldg. Use 1 - Office] (c)221 ------0.730 0.730 Roof 1: Insulation Entirely Above Deck: High Albedo Roof Required, 3- Year-Aged Solar Reflectance Index = 90.00 (d), [Bldg. Use 1 - Office] 2880 ---30.0 0.032 0.039 NORTH Exterior Wall 2: Steel-Framed, 16" o.c., [Bldg. Use 1 - Office]615 19.0 2.0 0.090 0.064 Window 3: Metal Frame with Thermal Break:Fixed, Perf. Specs.: Product ID Kawneer 450T, SHGC 0.25, [Bldg. Use 1 - Office] (b) 76 ------0.250 0.460 EAST Exterior Wall 3: Steel-Framed, 16" o.c., [Bldg. Use 1 - Office]748 19.0 2.0 0.090 0.064 Window 2: Metal Frame with Thermal Break:Fixed, Perf. Specs.: Product ID Kawneer 450T, SHGC 0.25, [Bldg. Use 1 - Office] (b) 76 ------0.250 0.460 SOUTH Exterior Wall 4: Steel-Framed, 16" o.c., [Bldg. Use 1 - Office]578 19.0 2.0 0.090 0.064 Window 1: Metal Frame with Thermal Break:Fixed, Perf. Specs.: Product ID Kawneer 450T, SHGC 0.25, [Bldg. Use 1 - Office] (b) 76 ------0.250 0.460 Door 2: Glass (> 50% glazing):Metal Frame, Entrance Door, Perf. Specs.: Product ID Kawneer 450T, SHGC 0.25, [Bldg. Use 1 - Office] (b) 21 ------0.250 0.770 WEST Exterior Wall 1: Steel-Framed, 16" o.c., [Bldg. Use 1 - Office]220 19.0 2.0 0.090 0.064 Door 1: Insulated Metal, Swinging, [Bldg. Use 1 - Office]21 ------0.600 0.610 Project Title: Data filename: City of Lubbock LPL GIS Office S:\2020\22004\A_Project Information\Code Analysis\22004 COL GIS Comcheck.cck 06/15/20Report date: 91 ofPage (a)Budget U-factors are used for software baseline calculations ONLY, and are not code requirements. (b)Fenestration product performance must be certified in accordance with NFRC and requires supporting documentation. (c)Slab-On-Grade proposed and budget U-factors shown in table are F-factors. (d)High albedo roof requirement options: 1) 3-year aged solar reflectance >= 0.55 thermal emittance >= 0.75, 2) 3-year aged solar reflectance index >= 64.0, 3) Initial year aged solar reflectance >= 0.70 thermal emittance >= 0.75, 4) Initial year aged solar reflectance index >= 82.0. Envelope Compliance Statement Compliance Statement: The proposed envelope design represented in this document is consistent with the building plans, specifications, and other calculations submitted with this permit application. The proposed envelope systems have been designed to meet the 2015 IECC requirements in COMcheck Version 4.1.1.0 and to comply with any applicable mandatory requirements listed in the Inspection Checklist. Name - Title Signature Date Envelope PASSES: Design 6% better than code Project Title: Data filename: City of Lubbock LPL GIS Office S:\2020\22004\A_Project Information\Code Analysis\22004 COL GIS Comcheck.cck 06/15/20Report date: 92 ofPage Grant Koertner, Architect 07/09/2020 COMcheck Software Version 4.1.4.0 Mechanical Compliance Certificate Project Information Energy Code: Project Title: Location: Climate Zone: Project Type: Construction Site: 1-27 & MLK Blvd Lubbock, TX Mechanical Systems List Quantity System Type & Description 2015 IECC 19038 LPL GIS addition Lubbock, Texas 3b Addition Owner/Agent: Designer/Contractor: Scott Fanning Fanning Fanning & Associates 2555-74th Lubbock, TX 79423 806-745-2533 HVAC System 1 (Single Zane): Heating: 3 each - Other, Gas, Capacity = 58 kBtu/h No minimum efficiency requirement applies Cooling: 3 each - Single Package DX Unit, Capacity = 32 kBtu/h, Air -Cooled Condenser, Unknown Economizer Proposed Efficiency = 14.00 SEER, Required Efficiency: 14.00 SEER Fan System: Unspecified HVAC System 2 (Single Zone): Split System Heat Pump Heating Mode: Capacity = 0 kBtu/h, Proposed Efficiency = 8.20 HSPF, Required Efficiency = 8.20 HSPF Cooling Mode: Capacity = 22 kBtu/h, Proposed Efficiency = 17.00 SEER, Required Efficiency: 14.00 SEER Fan System: Unspecified Water Heater 1: Electric Storage Water Heater, Capacity: 6 gallons w/ Circulation Pump Proposed Efficiency: 4.80 SL, %/h (if > 12 kW), Required Efficiency: 4.80 SL, %/h (if > 12 kW) Mechanical Compliance Statement Compliance Statement., The proposed mechanical design specifications, and other calculations submitted with this designed to meet the 2015 IECC requirements in COMche requirements listed in the Inspection Checklist. / Name - Title Sign A in this doc ent s consistent with the building plans, cation. T prop ed mechanical systems have been 4.1.4. -to co ply with any applicable mandatory Date Project Title: 19038 LPL GIS addition Data filename: C:\Users\Doyle\Documents\COMcheck\19038 LPL GIS addition.cck Report date: 07/09/20 Page 1 of 10 COMcheck Software Version 4.1.4.0 Inspection Checklist Energy Code: 2015 IECC Requirements: 100.0% were addressed directly in the COMcheck software Text in the "Comments/Assumptions" column is provided by the user in the COMcheck Requirements screen. For each requirement, the user certifies that a code requirement will be met and how that is documented, or that an exception is being claimed. Where compliance is itemized in a separate table, a reference to that table is provided. Section #I : Plan Review Complies? Comments/Assumptions & Re .ID C103.2 Plans, specifications, and/or❑Complies -Requirement will be met. [PR2)1 calculations provide all information ❑Does Not with which compliance can be ❑Not Observable determined for the mechanical []Not Applicable systems and equipment and document where exceptions to the standard are claimed. Load - calculationsperacceptable engineering standards and handbooks. C103.2 Plans, specifications, and/or❑Complies Requirement will be met. [PR3)' calculations provide all information❑Does Not with which compliance can be Observable determined for the service water IONot Applicable, heating systems and equipment and document where exceptions to the standard are claimed. Hot water system sized per manufacturer's sizing guide. C406 Plans, specifications, and/or❑Complies Requirement will be met. [PR9)1 calculations provide all information ❑Does Not with which compliance can be ❑Not Observable!. determined for the additional energy ❑Not Applicable ''. efficiency package options. Additional Comments/Assumptions: 1 High Impact (Tier 1) 1 2 1 Medium Impact (Tier 2) 13 1 Low Impact (Tier 3) Project Title: 19038 LPL GIS addition Data filename: C:\Users\Doyle\Documents\COMcheck\19038 LPL GIs addition.cck Report date: 07/09/20 Page 2 of 10 # & Req.ID Footing / Foundation Inspection ( Complies? C403.2.4. Snow/ice melting system sensors for❑Complies 5, future connection to controls. Freeze ❑Does Not C403.2.4. protection systems have automatic Observable 6 (FO9]3❑Not controls installed.❑Not Applicable Additional Comments/Assumptions: Comments/Assumptions Exception: Requirement does not apply. 111 High Impact (Tier 1) 2 1 Medium Impact (Tier 2) 3 1 Low Impact (Tier 3) Project Title: 19038 LPL GIS addition Report date: 07/09/20 Data filename: C:\Users\Doyle\Documents\COMcheck\19038 LPL GIS addition.cck Page 3 of 10 Section # Plumbing Rough -In Inspection Compiies? Comments/Assumptions & Re .ID C404.5, Heated water supply piping conforms❑Complies Requirement will be met. C404.5.1, to pipe length and volume ❑Does Not C404.5.2 requirements. Refer to section details. INot Observable ❑ [PL6]3 []Not Applicable C404.5, Heated water supply piping conforms ❑Complies Requirement will be met. C404.5.1, to pipe length and volume ❑Does Not C404.5.2 requirements. Refer to section details. '.Nat Observable ❑ [PL6]3 ❑Nat Applicable C404.5, Heated water supply piping conforms ❑Complies Requirement will be met. C404.5.1, to pipe length and volume ❑Does Not C404.5.2 requirements. Refer to section details. ;Not Observable ❑ [PL613 ❑Not Applicable, C404.6.1, Automatic time switches installed to ❑Complies Requirement will be met. C404.6.2 automatically switch off the ❑Does Not. [PL3]1 recirculating hot-water system or heat ❑ Not Observable I trace. ❑Not Applicable C404.6.3 Pumps that circulate water between a ❑Compiles Exception: Requirement does not apply. [PL7]3 heater and storage tank have controls ❑Does Not that limit operation from startup to []Not Observable'.. <= 5 minutes after end of heating ❑Not Applicable cycle. C404.6.3 Pumps that circulate water between a ❑Complies Requirement will be met. (PL7]3 heater and storage tank have controls ❑Does Not that limit operation from startup to ❑Not Observable' <= 5 minutes after end of heating ' ❑Not Applicable cycle. C404.6.3 Pumps that circulate water between a ❑Complies Exception: Requirement does not apply. [PL7]3 heater and storage tank have controls []Does Not . that limit operation from startup to ❑Not Observable <= 5 minutes after end of heating ❑Not Applicable cycle. C404.7 Water distribution system that pumps ❑Complies Requirement will be met. [PL8]3 water from a heated -water supply ❑Does Not pipe back to the heated -water source ❑Not Observable', through a cold -water supply pipe is a ❑Not Applicable demand recirculation water system. Pumps within this system have controls that start the pump upon '.. receiving a signal from the action of a user of a fixture or appliance and limits the temperature of the water entering the cold -water piping to 104'F. C404.7 : Water distribution system that pumps ❑Complies Requirement will. be met. (PL813 water from a heated -water supply ❑Does Not pipe back to the heated -water source ❑Not Observable; .through a cold -water supply pipe is a ❑Not Applicable demand recirculation water system. Pumps within this system have controls that start the pump upon receiving a signal from the action of a user of a fixture or appliance and limits the temperature of the water entering the cold -water piping to 1047. 1 I High Impact (Tier 1) 1 2 1 Medium Impact (Tier 2) 1 3 Low Impact (Tier 3) Project Title: 19038 LPL GIS addition Report date: 07/09/20 Data filename: C:\Users\Doyle\Documents\COMcheck\19038 LPL GIS addition.cck Page 4 of 10 # & Req.ID Plumbing Rough -In Inspection Complies? Comments/Assumptions C404.7 Water distribution system that pumps ❑Complies Requirement will be met. [PL8j3 water from a heated -water supply ❑Does Not pipe back to the heated -water source Not Observable through a cold -water supply pipe is a ❑Not Applicable. demand recirculation water system. Pumps within this system have controls that start the pump upon receiving a signal from the action of a - user of a fixture or appliance and limits the temperature of the water entering the cold -water piping to 104"F. Additional Comments/Assumptions: 111 High Impact (Tier 1) 1'21-Medium Impact (Tier 2) 13 1 Low Impact (Tier 3) Project Title: 19038 LPL GIS addition Data filename: C:\Users\Doyle\Documents\COMcheck\19038 LPL GIS addition.cck Report date: 07/09/20 Page 5 of 10 Section # Mechanical Rough -In Inspection Complies? Comments/Assumptions & Re .ID C402.2.6 Thermally ineffective panel surfaces of.❑Complies Requirement will be met. [ME41]3 sensible heating panels have ❑Does Not insulation >= R-3.5. []Not Observable ❑Not Applicable C403.2.12':. HVAC fan systems at design ❑Complies Requirement will be met. .1 conditions do not exceed allowable ❑Does Not [ME65]3 fan system motor nameplate hp or fan [_]Not Observable See the Mechanical Systems list for values. system bhp. ❑Not Applicable C403.2.12 HVAC fan systems at design ❑Complies Requirement will be met. .1 'conditions do not exceed allowable ❑Does Not [ME65]3 fan system motor nameplate hp or fan [-]Not Observable See the Mechanical Systems list for values. system bhp. ❑Not Applicable C403.2.12 Fans have efficiency grade (FEG) >= ❑Complies Exception: Single fans with motor nameplate horsepowerof = .3 67. The total efficiency of the fan at❑Does Not 5 hp. [ME117]' the design point of operation <= 15% [--]Not Observable of maximum total efficiency of the Applicable fan.❑Not C403.2.12 Fans have efficiency grade (FEG) >= ❑Complies Exception: Single fans with motor nameplate horsepowerof = .3 67. The total efficiency of the fan at []Does Not 5 hp. [ME117]2 the design point of operation <= 15% Observable'. of maximum total efficiency of the❑Not fan. j❑Not Applicable C403.2.13 Unenclosed spaces that are heated I❑Complies '.. Exception: Requirement does not apply. `[ME71]2 use only radiant heat.❑Does Not ❑Not Observable'.. ❑Not Applicable. C403.2.3 HVAC equipment efficiency verified. !❑Complies See the Mechanical Systems list for values. [ME55]2 '.,❑Does Not i❑Not Observable'.. !ONot Applicable I C403.2.6. Demand control ventilation provided❑Complies. Exception: Requirement does not apply. 1 for spaces >500 ft2 and >25 ❑Does Not [ME59]1 people/1000 ft2 occupant density and❑Not Observable served by systems with air side Applicable economizer, auto modulating outside I❑Not air damper control, or design airflow, >3,000 cfm. C403.2.6. Enclosed parking garage ventilation❑Complies Exception: Requirement does not apply. 2 has automatic contaminant detection ❑Does Not [ME115]3 :and capacity to stage or modulate ❑Not Observable, ;fans to 50% or less of design capacity. ❑Not Applicable C403.2.7 :Exhaust air energy recovery on❑Complies Requirement will be met. [ME57]1 systems meeting Table C403.2.7(1)❑Does Not and C403.2.7(2). 1,❑Not Observable'.. j❑Nat Applicable; C403.2.8 Kitchen exhaust systems comply with '..❑Complies'. Exception: Requirement does not apply. [ME116]3 replacement air and conditioned ❑Does Not supply air limitations, and satisfy hood Observable ,rating requirements and maximum❑Not exhaust rate criteria❑Not Applicable j C403.2.9 HVAC ducts and plenums insulated.❑Complies Exception: Requirement does not apply. :[ME60]2 Where ducts or plenums are installed ❑Does Not in or under a slab, verification may ❑Not Observable need to occur during Foundation Inspection. , ❑Not Applicable ; 11 High Impact (Tier 1) 2 Medium Impact (Tier 2) 3 1 Low Impact (Tier 3) Project Title: 19038 LPL GIS addition Report date: 07/09/20 Data filename: C:\Users\Doyle\Documents\COMcheck\19038 LPL GIS addition.cck Page 6 of 10 Section # Mechanical Rough -In Inspection Complies? Comments/Assumptions & Re .ID C4032.9 Ducts and plenums sealed based on ❑Complies : Requirement will be met. [ME10]2 'static pressure and location. ❑Does Not ❑Not Observable, ❑Not Applicable C403.2.9. Ductwork operating >3 in. water❑Complies 'Requirement will be met. 1.3 column requires air leakage testing. ❑Does Not [MEl1]3❑Not Observable ❑Not Applicable C403.2.9. Ductwork operating >3 in. water ❑Complies Requirement will be met. 1.3 column requires air leakage testing. ❑Does Not [ME 11]3 ❑Not Observable, ❑Not Applicable. C403.4.2. Closed-circuit cooling tower within ❑Complies : Exception: Requirement does not apply. 3.2.1 heat pump loop have either automatic ❑Does Not [ME121]3 bypass valve or lower leakage positive ❑Not Observable'.. closure dampers. Open -circuit tower within heat pump loop have automatic ❑Not Applicable valve to bypass all heat pump water .flow around the tower. Open- or closed-circuit cooling towers used in conjunction with a separate heat exchanger have heat loss by shutting down the circulation pump on the cooling tower loop. C403.4.4. : Multiple zone VAV systems with DDC ❑Complies, Exception: Requirement does not apply. 6 of individual zone boxes have static ❑Does Not [ME11013 pressure setpoint reset controls. ❑Not Observable -See •. the Mechanical Systems list for values. ❑Not Applicable C403.4.4. -': Multiple zone VAV systems with DDC❑Complies ;Exception: Requirement does not apply. 6 ". of individual zone boxes have static !❑Does Not [ME110]3 pressure setpoint reset controls. ;ONot Observable: See the Mechanical Systems list for values. ❑Not Applicable C408.2.2. 'Air outlets and zone terminal devices ❑Complies : Requirement will be met. 1 have means for air balancing. ❑Does Not [ME53 13❑Not Observable'. ❑Not Applicable I .. C403.5, Refrigerated display cases, walk-in ❑Complies Exception: Requirement does not apply. C403.5.1, coolers or walk-in freezers served by ❑Does Not C403.5.2 remote compressors and remote ❑Not Observable [ME123]3 condensers not located in a ❑Not Applicable condensing unit, have fan -powered condensers that comply with Sections C403.5.1 and refrigeration compressor, systems that comply with C403.5.2.. Additional Comments/Assumptions: 111 High Impact (Tier 1)$.,. Medium Impact (Tier 2) 3 1 Low Impact (Tier 3) Project Title: 19038 LPL GIS addition Report date: 07/09/20 Data filename: C:\Users\Doyle\Documents\COMcheck\19038 LPL CIS addition.cck Page 7 of 10 Section # Final inspection Complies? Comments/Assumptions & Re .ID C303.3, Furnished O&M manuals for HVAC ❑Complies -Requirement will be met. C408.2.5. systems within 90 days of system.❑Does Not 3 [FI8]' acceptance. [)Not Observable ❑Not Applicable C403.2.2 HVAC systems and equipment❑Complies 'Requirement will be met. [FI2713 capacity does not exceed calculated❑Does Not loads. '❑Not Observable '.. ❑Not Applicable C403.2.4. Heating and cooling to each zone is I❑Complies Requirement will be met. 1 controlled by a thermostat control. .!❑Does Not [FI47]3 Minimum one humidity control device Not Observable []Not installed humid ification/dehumidification❑Not Applicable .system. C403.2.4. Heating and cooling to each zone is ❑Complies Requirement will be met. 1 controlled by a thermostat control. ❑Does Not (FI47]3 !Minimum one humidity control device ❑Not Observable' ,'per installed humidification/dehumidification ❑Not ApplicableI system. C403.2.4. 'Thermostatic controls have a 5 °F ❑Complies Requirement will be met. 1.2 '.deadband. ❑Does Not [F138]3 []Not Observable ❑Not Applicable, C403.2.4. Temperature controls have setpoint'..❑Complies Requirement will be met. 1.3 ! overlap restrictions.❑Does Not [F120]3 (:]Not Observable ❑Not Applicable C403.2.4... Each zone equipped with setback❑Complies Requirement will be met. 2 controls using automatic time clock or ❑Does Not [FI3913 programmable control system. ❑Not Observable ❑Not Applicable C403.2.4. Automatic Controls: Setback to 55`F ❑Complies Requirement will be met. 2.1, (heat) and 85°F (cool); 7-day clock, 2-❑Does Not C403.2.4. hour occupant override, 10-hour ❑Not Observable'. 2.2 [F140]3❑Not backup Applicable C404.3 Heat traps installed on supply and ❑Complies Exception: Requirement does not apply. [Flll]3 discharge piping of non -circulating []Does Not systems. .❑Not Observable ❑Not Applicable C404.4 All piping insulated in accordance with ❑Complies Requirement will be met. [.F125]2 section details and Table C403.2.10. -❑Does Not ❑Not Observable ❑Not Applicable C404.6.1 Controls are installed that limit the []Complies Requirement will be met. [FI1213 operation of a recirculation pump ❑Does Not installed to maintain temperature of a []Not Observable storage tank. System return pipe is a Applicable dedicated return pipe or a cold water❑Not supply pipe. C408.2.1 .Commissioning plan developed by❑complies !Requirement will be met. [FI28]1 registered design professional or❑Does Not approved agency. ❑Not Observable; ❑Not Applicable j 1 I High Impact (Tier 1) 12''1 Medium Impact (Tier 2) 13. 1 Low Impact( 3) Project Title: 19038 LPL GIS addition Report date: 07/09/20 Data filename: C:\Users\Doyle\Documents\COMcheck\19038 LPL GIS addition.cck Page 8 of 10 Section # Final Inspection Complies? Comments/Assumptions & Re .ID C408.2.3. HVAC equipment has been tested to ❑Complies Requirement will be met. 1 ensure proper operation. ❑Does Not [FI3111 ❑Not Observable []Not Applicable C408.2.3. HVAC control systems have been []Complies Requirement will be met. 2 tested to ensure proper operation,❑Does Not [FI1011 calibration and adjustment of controls. ❑Not Observable ❑Not Applicable C408.2.4 Preliminary commissioning report ❑Complies Requirement will be met. [FI2911 completed and certified by registered❑Does Not design professional or approved []Notagency. Not Observable'. i❑Not Applicable C408.2.5. Furnished HVAC as -built drawings❑Complies Requirement will be met. 1 '.submitted within 90 days of system ❑Does Not [FI7]3 acceptance. ❑Not Observable ❑Not Applicable C408.2.5. An air and/or hydronic system ❑Complies Requirement will be met. 3 balancing report is provided for HVAC ❑Does Not [FI4311 ,systems. ❑Not Observable ❑Not Applicable C408.2.5. Final commissioning report due to ❑Complies Requirement will be met. 4 building owner within 90 days of ❑Does Not [F130]1 receipt of certificate of occupancy. ❑Not Observable ❑Not Applicable Additional Comments/Assumptions: 1 I High Impact (Tier 1) 1 T IMedium Impact (Tier 2) 3 1 Low Impact (Tier 3) Project Title: 19038 LPL GIS addition Report date: 07/09/20 Data filename: C:\Users\Doyle\Documents\COMcheck\19038 LPL GIS addition.cck Page 9 of 10 Project Title: 19038 LPL GIS addition Report date: 07/09/20 Data filename: C:\Users\Doyle\Documents\COMcheck\19038 LPL GIS addition.cck Page 10 of 10 6�( COMcheck Software Version 4.1.1.0 Interior Lighting Compliance Certificate Project Information Energy Code: 2015 IECC Project Title: COL GIS Addition Project Type: Addition Construction Site: Owner/Agent: 1-27 & MILK Blvd Lubbock, TX Allowed Interior Lighting Power A Area Category Designer/Contractor: B C D Floor Area Allowed Allowed Watts (ft2) Watts 1 ft2 (B X C) 1-Office 3060 0.82 2509 Total Allowed Watts = 2509 Proposed Interior Lighting Power A B C D E Fixture ID : Description / Lamp / Wattage Per Lamp / Ballast Lamps/ # of Fixture (C X D) Fixture Fixtures Watt. 1-Office LED 1: At: Other: 1 1 23 23 LED 2: A2: Other: 1 11 33 365 LED 3: A3: Other: 1 7 40 284 LED 4: B1: Other: 1 40 30 1192 LED 5: B2: Other: 1 2 45 90 LED 6: A4: Other: 1 4 50 202 LED 7: F3: Other: 1 1 14 14 LED 8: F4: Other: 1 1 22 22 Total Proposed Watts = 2192 Interior Lighting Compliance Statement Compliance Statement: The proposed interior lighting design represented in this document is consistent with the building plans, specifications, and other calculations submitted with this permit application. The proposed interior lighting systems have been designed to meet the 2015 IECC requirements in COMcheck Version 4.1.1.0 and to comply with any applicable mandatory requirements listedinthe Inspection Checklist. /J �7 Y„ir4rw'r �I CS �iir .C/aJ��v % / S %U.2-0 Name - Title Signature Date Project Title: COL GIS Addition Report date: 07/09/20 Data filename: Untitled.cck Page 1 of 7 COMcheck Software Version 4.1.1.0 Exterior Lighting Compliance Certificate Project Information Energy Code: 2015 IECC Project Title: COL GIS Addition Project Type: Addition Exterior Lighting Zone 4 (High activity metropolitan commercial district) Construction Site: Owner/Agent: Designer/Contractor: 1-27 & MILK Blvd Lubbock, TX Allowed Exterior Lighting Power A Area/Surface Category B C D E Quantity Allowed Tradable Allowed Watts Wafts/Unit Wattage (B X C) Main entry 3 it of door 30 Yes 90 Other door (not main entry) 3 ft of door 20 Yes 60 Illuminated area of facade wall or surface 888 112 0.2 No 178 Total Tradable Watts (a) = 150 Total Allowed Watts = 328 Total Allowed Supplemental Watts (b) = 1300 (a) Wattage tradeoffs are only allowed between tradable areas/surfaces. (b) A supplemental allowance equal to 1300 watts may be applied toward compliance of both non -tradable and tradable areas/surfaces. Proposed Exterior Lighting Power A B C D E Fixture ID : Description I Lamp / Wattage Per Lamp / Ballast Lamps/ # of Fixture (C X D) Fixture Fixtures Watt. Main entry (3 ft of door widthlTradable Wattage LED 1: Other: 1 1 45 45 Other door (not main entry) (3 ft of door width): Tradable Wattage LED 2: Other: 1 1 45 45 Illuminated area of facade wall or surface (888 ft2): Non -tradable Wattaga LED 3: Other: 1 3 45 136 Total Tradable Proposed Watts = 90 Exterior Lighting Compliance Statement Compliance Statement: The proposed exterior lighting design represented in this document is consistent with the building plans, specifications, and other calculations submitted with this permit application. The proposed exterior lighting systems have been designed to meet the 2015 IECC requirements in COMcheck Version 4.1.1.0 and to comply with any applicable mandatory requirements listed in the Inspection Checklist. 1041'cdr AfRJIIA &tit" 9030�0 Name -Title Signature Date Project Title: COL CIS Addition Report date: 07/09/20 Data filename: Untitled.cck Page 2 of 7 COMcheck Software Version 4.1.1.0 Inspection Checklist Energy Code: 2015 IECC Requirements: 0.0% were addressed directly in the COMcheck software Text in the "Comments/Assumptions" column is provided by the user in the COMcheck Requirements screen. For each requirement, the user certifies that a code requirement will be met and how that is documented, or that an exception is being claimed. Where compliance is itemized in a separate table, a reference to that table is provided. Section # Plan Review Complies? Comments/Assumptions & Re .ID C103.2 Plans, specifications, and/or ❑Complies [PR4)1 calculations provide all information ❑Does Not. with which compliance can be [-]Not Observable determined for the interior lighting ❑Not Applicable and electrical systems and equipment and document where exceptions to the standard are claimed. Information provided should include interior lighting power calculations, wattage of bulbs and ballasts, transformers and control devices. C103.2 Plans, specifications, and/or ❑Complies [PR8)1 calculations provide all information ❑Does Not with which compliance can be ❑Not Observable determined for the exterior lighting and electrical systems and equipment❑Not Applicable and document where exceptions to the standard are claimed. Information provided should include exterior lighting power calculations, wattage of bulbs and ballasts, transformers and control devices. C406 Plans, specifications, and/or ❑Complies [PR911 calculations provide all information ❑Does Not with which compliance can be Not Observable' determined for the additional energy Applicable efficiency package options.❑Not Additional Comments/Assumptions: 1 I High Impact (Tier 1) 4j] Medium Impact (Tier 2) 3 1 Low Impact (Tier 3) Project Title: COL GIs Addition Data filename: Untitled.cck Report date: 07/09/20 Page 3 of 7 Section # Rough -In Electrical Inspection Complies? Comments/Assumptions & Re .ID C405.2.1 Lighting controls installed to uniformly ❑Complies [EL1511 reduce the lighting load by at least []Does Not 50%. ❑Not Observable'. ❑Not Applicable C405.2.1 Occupancy sensors installed in ❑Complies [EL18]1 required spaces. ❑Does Not ❑Not Observable ❑Not Applicable C405.2.1, 'Independent lighting controls installed ❑Complies C405.2.2. per approved lighting plans and all ❑Does Not. 3 manual controls readily accessible and []Not Observable [EL23]2 visible to occupants. ❑Not Applicable C405.2.2. Automatic controls to shut off all❑Complies 1 building lighting installed in all ❑Does Not [EL22]2 buildings. []Not Observable, ❑Not Applicable j C405.2.3 Daylight zones provided with ❑complies [EL16]2 individual controls that control the ❑Does Not lights independent of general area []Notlighting. Not Observable'. ❑Not Applicable C405.2.3, Primary sidelighted areas are❑Complies C405.2.3. equipped with required lighting []Does Not 1, 'controls. C405.2.3. I C405.2.3. [I Observable 2 ❑Not Applicable [EL20]1'.. C405.2.3, Enclosed spaces with daylight area❑Complies C405.2.3. under skylights and rooftop monitors❑Does Not 1, are equipped with required lighting :[-]Not Observable' C405.2.3. 3❑Not controls. Applicable', [EL21]1 C405.2.4 Separate lighting control devices for ❑Complies [EL4]1 specific uses installed per approved []Does Not lighting plans. []Not Observable []Not Applicable I C405.2.4 Additional interior lighting power ❑Complies [EL8]1 allowed for special functions per the []Does Not approved lighting plans and is ❑Not Observable; automatically controlled and separated from general lighting.❑Not Applicable C405.2.5 Automatic lighting controls for exterior)❑Complies [EL25]nu" lighting installed. Controls will be j❑Does Not daylight controlled, set based on []Not Observable: business operation time -of -day, or []Not Applicable', reduce connected lighting > 30%. C405.3 Exit signs do not exceed 5 watts per ❑Complies [EL6]1 'face. ❑Does Not ❑Not Observable, !❑Not Applicable Additional Comments/Assumptions: 1 High Impact (Tier 1) 2 Medium Impact (Tier 2) 3 Low Impact (Tier 3) Project Title: COL GIS Addition Report date: 07/09/20 Data filename: Untitled.cck Page 4 of 7 I I High Impact (Tier 1) '�Z, =Medium Impact (Tier 2) 3 Low Impact (Tier 3) Project Title: COL GIS Addition Report date: 07/09/20 Data filename: Untitled.cck Page 5 of 7 Section # Final Inspection Complies? Comments/Assumptions & Re .ID C303.3, Furnished O&M instructions for ❑Complies C408.2.5. systems and equipment to the ❑Does Not 2 [FI17]3 building owner or designated representative.❑Not Observable []Not Applicable C405.4.1 : Interior installed lamp and fixture ❑Complies See the Interior lighting fixture schedule for values. [FI18]1 lighting power is consistent with what ❑Does Not is shown on the approved lighting ❑Not Observable! plans, demonstrating proposed watts ❑Not Applicable are less than or equal to allowed watts. C405.5.1 Exterior lighting power is consistent ❑Complies ;See the Exterior lighting fixture schedule for values. [FI19]1 - with what is shown on the approved ❑Does Not 'proposed lighting plans, demonstrating watts are less than or equal :❑Not Observable; to allowed watts.❑Not Applicable C408.2.5. 'Furnished as -built drawings for ;❑complies 1 electric power systems within 90 days❑Does Not [F116]3 of system acceptance. ❑Not Observable' ❑Not Applicable C408.3 Lighting systems have been tested to I❑Complies [FI33]1 ;ensure proper calibration, adjustment, ElDoes Not programming, and operation. I []Not Observable I ,❑Not Applicable Additional Comments/Assumptions: 11 High Impact (Tier 1) r,Am Impact (Tier 2) 3 1 Low Impact (Tier 3) Project Title: COL GIS Addition Report date: 07/09/20 Data filename: Untitled.cck Page 6 of 7 Project Title: COL GIS Addition Report date: 07/09/20 Data filename: Untitled.cck Page 7 of 7 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 007000 - 1 CDG 22004 GENERAL CONDITIONS SECTION 007000 – GENERAL CONDITIONS PART 1 - GENERAL 1.1 APPLICABLE DOCUMENT A. AIA Document A201, 2017 ed. “General Conditions of the Contract for Construction” is a part of this project Manual to the same extent as if bound herein. Copies may be obtained from the Architect upon request. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) END OF SECTION 007000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 008000 - 1 CDG 22004 SUPPLEMENTARY CONDITIONS SECTION 008000 – SUPPLEMENTARY CONDITIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Supplements: The following supplements modify, change, delete from or add to the "General Conditions of the Contract for Construction," AIA Document A201-2017. Where any article of the General Conditions is modified or any Paragraph, Subparagraph or Clause thereof is modified or deleted by these Supplementary Conditions, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause shall remain in effect. PART 2 - SUPPLEMENTS ARTICLE 1: GENERAL PROVISIONS 1.2 Correlation and Intent of the Contract Documents: Add the following Subparagraphs: “1.2.4 The mention of certain items in the Specifications to the exclusion of others (whether in the general statement of the work in a section or paragraph or in itemized lists of any nature); or the mention of work to be done in a specific area to the exclusion of similar or like work required in other areas; or the failure to properly cross-reference related work specified elsewhere, shall not relieve the Contractor of his responsibilities under the Contract Documents. 1.2.5 The titles of sections and paragraphs are not necessarily fully descriptive of the work required thereby. The segregation of the various parts of the Work under headings, by trades, does not relieve the Contractor of the responsibility for furnishing every item shown on the drawings or specified in the specifications, or reasonably inferable therefrom as being necessary to produce the intended results, whether properly segregated or not. 1.2.6 If an item is addressed differently in two places of the contract documents the greater quality or quantity applies and is assumed to take precedence." ARTICLE 3: CONTRACTOR Paragraph 3.4, Labor and Material; this section is supplemented by addition of the requirements specified in Division 01, Section “Product Requirements”. <Paragraph 3.6, Taxes; Delete paragraph 3.6 and substitute the following: 3.6 Taxes 3.6.1 The Owner qualifies for exemption from State and Local Sales Taxes pursuant to the provisions of the Texas Limited Sales, Excise and Use Tax Act. 3.6.2 The Contractor performing this Contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this Contract by issuing to his suppliers an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller of Public Accounts Ruling No. 95-0.07. Any such exemption certificate issued by the Contractor in lieu of CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 008000 - 2 CDG 22004 SUPPLEMENTARY CONDITIONS the tax shall be subject to the provisions of the State Comptroller of Public Accounts Ruling No. 95- 0.09 as amended to be effective October 2, 1968.> 3.7.4 Concealed or Unknown Conditions: Add the following Clauses 3.7.4.1 and 3.7.4.2: "3.7.4.1 The concealed conditions encountered below the surface of the ground mentioned in 3.7.4 shall apply to man-made conditions only. The materials to be excavated shall be considered as unclassified and the Contractor shall assume responsibility for excavating to the depths and limits required by the Contract Documents unless otherwise directed by the Architect, in which case the unit prices stated in the Contract Documents or subsequently agreed upon shall apply. 3.7.4.2 Failure of the drawings to show underground utility lines or other concealed piping, wiring, and the like shall not be construed as a guarantee on the part of the Architect or the Owner that such conditions do not exist, though unknown. All operations involving excavation or removals shall be done at the risk of the Contractor who shall take the necessary precautions to protect employees and the public from injury or death and to avoid damage to existing systems." Paragraph 3.8, Allowances; this section is supplemented by the addition of the requirements specified in Division 1, Section “Allowances”. Paragraph 3.9 Superintendent: Add the following Subparagraphs: “3.9.4 The Contractor shall provide an experienced full-time Superintendent on the Project. The Superintendent shall be on the job site from 8:00 A.M. to 4:00 P.M. each workday for the duration of the Project. The Contractor agrees to pay the Owner $200.00 per day, or portion of any day, that the Superintendent is not on the job site, unless authorized in writing by the Owner. The Owner reserves the right to accept or reject the proposed Superintendent based upon the individual's qualifications." “3.9.5 The superintendent can not be changed during the course of the project without written approval from the Architect and Owner unless the superintendent leaves the employ of the Contractor.” Paragraph 3.12, Shop Drawings, Product Data and Samples; this section is supplemented by addition of the requirements specified in Division 1, Section “Submittal Procedures”. ARTICLE 4: ARCHITECT 4.2 Administration of the Contract: Add the following Clause: "4.2.15 Where "as directed," "as directed by Architect," or similar notation appears in the Contract Documents, the Contractor shall ask for and receive the necessary instructions from the Architect before proceeding with that portion of the Work. Requests for instructions shall be made with reasonable promptness.” ARTICLE 5: SUBCONTRACTORS Paragraph 5.2.1; This section is supplemented by addition of the requirements specified in Division 01, Section “Payment Procedures”. 5.2 Award of Subcontracts and Other Contracts for Portions of the Work: Add the following Clauses 5.2.2.1 and 5.2.2.2: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 008000 - 3 CDG 22004 SUPPLEMENTARY CONDITIONS "5.2.2.1 If required by the Architect, the Contractor shall submit evidence that the person or entity he proposes to use are competent, have had experience and have performed satisfactorily on jobs of similar size, complexity, type and scope. The information, if required, shall give complete experience records of the proposed person or entity which shall include: Name of Job, Type of Job, General Contractor, Architect, Date Completed, Approximate Cost (of subcontract). 5.2.2.2 The acceptance of a person or entity (including those who are to furnish materials or equipment fabricated to a special design) shall not constitute approval of the materials they customarily handle, unless the materials are acceptable to the Architect as being equal to those specified in quality, function, performance and appearance. The Architect shall be the sole judge as to acceptability of the materials as to appearance." ARTICLE 7: CHANGES IN THE WORK 7.2.2 Add the following subparagraph and associated clauses: "7.2.2 In responding to a request for a proposed price for a change in the work, or in submitting a claim, the Contractor shall furnish a lump sum proposal supported by a complete breakdown as described hereafter, indicating the estimated or actual cost to the Contractor for performance of the changed work, including the applicable percentage of overhead and profit described hereafter. Any request for a time extension must be justified and presented in adequate detail, showing that the proposed change will delay the final Contract Completion Date, to permit evaluation. 7.2.2.1 The proposal for the adjustment of work which a Subcontractor directly performs shall contain the following items: a. Estimated cost, using any discounts to the trades, of the materials and supplies used, which shall be itemized completely to include unit cost, quantity and total cost. b. Estimated wages paid for skilled, semi-skilled or unskilled labor performing the additional work, which shall be itemized completely to include trade(s), hourly rate, hours and total cost. Such wages shall include labor required for performance of the changed work only. Working foremen may be included; all other supervisors shall be excluded and shall be considered as a part of field supervision. Labor for supporting services, including but not limited to safety provisions, layout, and trash removal, shall be excluded and shall be considered as a part of overhead. c. Estimated cost to the Contractor for additional construction equipment used solely on the Change Order work, to include rental rates of owned equipment rates for such items of equipment while in use, which shall be itemized completely to include type(s), the number(s) of each, hourly rate, hours and total cost. Equipment which is used regularly at the job shall be used in Change Order work at no extra charge. Rental of owned equipment rates shall be no greater than those established by the AGC for the local area. As used herein the terms "construction equipment" and "equipment" shall include wheeled vehicles and small tools. d. Estimated transportation costs for delivery and handling of materials and supplies, bringing to and removing from the site additional construction equipment and/or new items of installed equipment, if applicable, which shall be itemized separately. e. Estimated off-site storage costs in excess of thirty (30) calendar days for new items of installed equipment, if applicable. f. Percentage permitted to be added to total sum of a, b, c, d, and e above, to cover all field supervision (including superintendents), use of other tools and equipment already on the job as necessary for performance of the Change Order work, field and general home office CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 008000 - 4 CDG 22004 SUPPLEMENTARY CONDITIONS services and expenses, interference with other work, adjustments to progress schedules and all other overhead (including bond and insurance, only if the work is by Contract Amendment. Changes deducted from the Contingency Allowance (if any) shall not include additional percentage for Bond and Insurance.) and profit combined with the Contractor's O&P shall not exceed ten percent (10%). g. g) To the total cost proposed for the Change Order work which is the sum of a, b, c, d, e and f above, may be added to the net cost of the following, if applicable, Social Security, Old Age Pension and/or other taxes of like nature imposed upon the Subcontractor, or Contractor (when it performs the work) by the State or Federal Government, or both, which are incident solely to such Change Order work and which the Contractor would be required to pay if or as it performs the work. 7.2.2.2 To the amount of the adjustment of Subcontractor proposal(s) as listed under paragraph 7.2.2.1 above, the Contractor will be allowed to add a percentage to cover all overhead expenses and profit, including supervision, small tools, insurance and bond, this shall not exceed the combined allowable Subcontractor/Contractor percentage of ten percent (10%). It is expressly understood that when the Contractor performs the work with its own forces and there is no Subcontractor involved, the Contractor will be allowed the full maximum allowable markup of ten percent (10%). 7.2.2.3 In cases where changes in the work result in a credit to the Owner, the credit shall be limited to direct costs; that is, no overhead or profit shall be applied to such credit. In cases where a change in the work results in both credits and charges to the Owner, the Contractor will be allowed to add the overhead and profit percentages indicated in 7.2.2.1 and 7.2.2.2 to the net charge; if there is a net credit no overhead or profit shall be charged." ARTICLE 9: PAYMENTS AND COMPLETION Section 9.3 Applications For Payment; This section is supplemented by additions of the requirements specified in Division 1, Section “Payment Procedures”. 9.3 Applications for Payment: Change as follows: 9.3.1 Add the following Clause 9.3.1.3: "9.3.1.3 Until Substantial Completion, the Owner will pay the amount due to the Contractor minus any required Retainage held or Closeout Documents line item amounts required by other Sections or portions of the Contract Documents." 9.3.2 Add the following Clauses: "9.3.2.1 In preparing the Application for Payment, the Contractor shall verify the accuracy of the requests for payment submitted by his Subcontractors and materials suppliers and shall not include in his Application for Payment any sum which, in his opinion, if approved will result in an overpayment for their work performed or materials delivered. 9.3.2.2 All items which are shipped in crates or otherwise wrapped shall be uncrated or unwrapped and inspected by the Contractor upon arrival at the site. Materials shall be carefully inspected for quantities, sizes and color, if color selection is a consideration, damage, or defects; and if damaged, defective, or otherwise not in conformance with the Contract Documents, shall be recorded immediately. 9.3.2.3 The contractor shall not request payment for any items until he has inspected the items and any materials which are not in conformance with the contract documents shall not be included in any Application for Payment." CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 008000 - 5 CDG 22004 SUPPLEMENTARY CONDITIONS 9.10.2.1 As a prerequisite to final payment, the Contractor shall submit the following items to the Architect, properly executed. 1. AIA Document G706 "Contractor's Affidavit of Payment of Debts and Claims". 2. AIA Document G706A "Contractor's Affidavit of Release of Liens", conditional upon receipt of final payment. 3. AIA Document G707 "Consent of Surety Company to Final Payment" along with Contractor's Release or Waiver of Lien (conditional upon receipt of final payment and Separate Releases or Waiver of Liens from all subcontractors and all material or equipment suppliers). 4. Written Guarantee by Contractor and each Subcontractor that work will be free of defects in materials and workmanship for a period of one year from date of Substantial Completion, except as otherwise specified. . 5. Maintenance Manuals as required in Specifications. <DELETE THIS AND KEEP NEXT ONLY FOR PUBLIC WORKS PROJECTS.><9.10.2.2 In compliance with State Laws, it is distinctly understood that by virtue of this Contract, no mechanic, Contractor, material man, artisan or laborer, whether skilled or unskilled shall in any manner have, claim or acquire any lien upon the building, facility, or any of the improvements of whatever nature or kind so erected or to be erected under this Contract or upon any so erected, built or situated. 9.10.2.3 Although the above Article clearly states that no entity may place a lien on this building or property, the Owner requires releases and waivers of liens as required in other portions of this Contract.> Add the following paragraph 9.11. 9.11 TIME FOR COMPLETION AND LIQUIDATED DAMAGES 9.11.1 It is hereby understood and mutually agreed, by and between the Contractor and Owner, that the date of beginning and the time for completion of the Work are essential conditions of the Contract. The Contractor agrees that the Work will be prosecuted regularly and diligently at such rate of progress as will insure full completion thereof within the specified time as agreed upon and set forth in the Contract. 9.11.2 If the Contractor shall neglect, fail or refuse to complete the Work within the contract time specified, or any proper extension thereof granted by the Owner, then the Contractor and the Contractor's surety will be liable for and does hereby agree to pay to the Owner the sum of $1,000.00/day, not as a penalty but as liquidation damages, for each and every calendar day that the Work remains incomplete after the time stipulated. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the extreme difficulty in fixing and ascertaining the actual damages the Owner would sustain in such an event, and said amount is agreed to be the amount of damages which the Owner would sustain. ARTICLE 10: PROTECTION OF PERSONS AND PROPERTY Add the following paragraph and associated subparagraphs: 10.5 AFFIDAVIT FOR ASBESTOS EXCLUSION AND NOTIFICATION; CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 008000 - 6 CDG 22004 SUPPLEMENTARY CONDITIONS 10.5.1 Within thirty (30) days of "Notice to Proceed" the Contractor will submit a notarized affidavit that states, "The undersigned Contractor certifies that to the best of his knowledge, information and belief the Work covered by the Contract Documents for this project will be completed without the use of any asbestos, asbestos related materials, fibers or equipment, and that the Architect and Owner will be immediately notified if the Contractor, or any of his assigns or subcontractors, uncovers or has belief that asbestos products or materials are being used, installed or uncovered at the jobsite." 10.5.2 Upon completion of the project the Contractor will submit a notarized affidavit that states, "The undersigned Contractor certifies that to the best of his knowledge, information and belief the Work has been completed without the use of any asbestos related materials, fiber or equipment." In addition, the Contractor shall prepare a ring binder with indexed dividers for each specification section. Behind each divider the Contractor shall insert the MSDS for each product utilized in the construction of the project that are associated with that section. ARTICLE 11: INSURANCE AND BONDS Add the following Paragraphs 11.1.5 Insurance Coverages and Requirements 11.1.5.1 Insurance requirements shall be more specifically addressed and attached as AIA Standard Exhibit A to the Agreement between Owner and Contractor 11.1.5.2 Comprehensive or Commercial General Liability including Premises Operations, Independent Contractors' Protective, Products and Completed Operations, Broad Form Property Damage, Contractual Insurance, and Personal Injury with coverage not less than the following: $1,000,000.00 per occurance; $2,000,000.00 general aggregate; $2,000,000.00 aggretate for products-completed operations hazard 11.1.5.3 Automobile Liability (including owned, non-owned and hired vehicles) with limits not less than the following: $ 1,000,000.00 per accident 11.1.5.4 Workers Compensation Insurance Coverages 11.1.5.4.1 The Contractor shall carry applicable Workers’ Compensation at the limits below or the State’s Statutory Limits; whichever is greater: Employer's Liability, not less than: Bodily Injury by Accident (each accident) $100,000.00 Bodily Injury by Disease (each employee) $100,000.00 Bodily Injury by Disease (policy limit) $500,000.00 <DELETE THIS AND KEEP NEXT ONLY FOR TEXAS><11.1.5.4.2 Required workers' compensation coverage’s, 28 TAC 110.110(c)(7), adopted to implement Texas Labor Code 406.096 A. 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 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 008000 - 7 CDG 22004 SUPPLEMENTARY CONDITIONS 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 §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. 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. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. 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. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) 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 (2) 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. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. 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. H. 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. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 008000 - 8 CDG 22004 SUPPLEMENTARY CONDITIONS (1) 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; (2) 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; (3) 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; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) 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; (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 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 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. 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 workers' 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. K. 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.> 11.1.5.5 Umbrella Excess Liability: $ 1,000,000.00 over primary insurance. 11.1.5.6 Property Insurance: As will be identified on Exhibit A of the Agreement between Owner and Contractor, the Contractor shall purchase and maintain Property Insurance of the same type and scope satisfying the requirements identified in Section A.2.3 of said document with no additional “Cause of Loss” or “Specific Required Coverages” or “Optional Coverages” selected. 11.1.6 Performance Bond and Payment Bond CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 008000 - 9 CDG 22004 SUPPLEMENTARY CONDITIONS 11.1.6.1 The Contractor shall furnish bonds covering faithful performance of the Contract and payment of obligations arising there under. Bonds shall be obtained from a Company listed on the current U.S. Treasury list of approved Sureties and Underwriters. The cost thereof shall be included in the Contract Sum. The amount of each shall be 100% of the Contract Amount. 11.4.6.2 The Contractor shall deliver the required bonds to the Owner not later than three days following the date the Agreement is entered into, or if the Work is to be commenced prior thereto in response to a letter of intent, the Contractor shall, prior to the commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished." ARTICLE 12: UNCOVERING AND CORRECTION OF WORK 12.2 Correction of Work, Add the following Subparagraphs: 12.2.2.4 Except where otherwise stipulated in the contract documents, the Contractor shall, as per his contract, provide the Owner with a warranty for all materials and workmanship furnished under this contract for a period of one (1) year after the date of substantial completion. The Contractor shall repair and make good, without expense to the Owner, any and all repair and make good, without expense to the Owner, any and all defects in his work which may develop within that time. 12.2.2.5 All required warranties shall be submitted to the Architect on an approved form before the building will be finally accepted, and all warranties and guarantees shall be dated the date of the Substantial Completion, regardless of the date of installation. 12.2.2.6 Just prior to termination of the one year warranty period, the Contractor shall accompany the Owner and Architect on an inspection tour of the building and shall note any defects and shall start remedying these defects within ten days of the inspection tour. For extended warranties or guarantees required by various sections, ie. roofing, compressors, mechanical equipment, the Owner will notify the Contractor of deficiencies and Contractor shall start remedying these defects within (7) seven days of initial notification from Owner. Contractor shall prosecute the work without interruption until accepted by the Owner and the Architect even though such prosecution should extend beyond the limits of the warranty period. ARTICLE 15: CLAIMS AND DISPUTES 15.4 Arbitration: 15.4.2 Delete the subparagraph in its entirety and substitute the following: "15.4.2 Nothing herein contained shall preclude setting aside of the award by a court of competent jurisdiction, or appeals therefrom through the courts as provided by law." END OF SECTION 008000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 011000 - 1 CDG 22004 SUMMARY SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Access to site. 4. Coordination with occupants. 5. Work restrictions. 6. Specification and drawing conventions. B. Related Requirements: 1. Section 015000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT INFORMATION A. Project Identification: City of Lubbock LP&L GIS Office Addition 1. Project Location: 404 Municipal Drive, Lubbock, Texas 79403 B. Owner: City of Lubbock 1. Owner's Representative: Wesley Everett. C. Architect: Condray Design Group, Inc. D. Architect's Consultants: The Architect has retained the following design professionals who have prepared designated portions of the Contract Documents: 1. Mechanical, Plumbing, and Electrical Engineering: Fanning, Fanning & Associates, 2555 74th Street, Lubbock, Texas 79423. 2. Structural Engineering: Nieman Engineering, LLC, 1500 Broadway Street, Suite 1210, Lubbock, Texas 79401 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 011000 - 2 CDG 22004 SUMMARY 1. 2,946 S.F. Office addition. B. Type of Contract: 1. Project will be constructed under a single prime contract. 1.5 ACCESS TO SITE A. General: Contractor shall have full use of Project site for construction operations during construction period. Contractor's use of Project site is limited only by Owner's right to perform work or to retain other contractors on portions of Project. B. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. C. Use of Site: Limit use of Project site to work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Driveways, Walkways and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. D. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations. 1.6 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and adjacent building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. 2. Notify Owner not less than 72 hours in advance of activities that will affect Owner's operations. 1.7 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 8 a.m. to 5 p.m., Monday through Friday, unless otherwise indicated. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 011000 - 3 CDG 22004 SUMMARY 1. Weekend Hours: With owner approval. 2. Early Morning Hours: With owner approval. 3. Hours for Utility Shutdowns: With owner approval. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Architect and Owner not less than two days in advance of proposed utility interruptions. 2. Obtain Architect's written permission before proceeding with utility interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Architect and Owner not less than two days in advance of proposed utility interruptions. 2. Obtain Architect's written permission before proceeding with utility interruptions. E. Nonsmoking Facilities: Smoking is not permitted anywhere on the Project site. F. Controlled Substances: Use of tobacco products and other controlled substances on Project site is prohibited. G. Employee Identification: Provide identification tags for Contractor personnel working on Project site. Require personnel to use identification tags at all times. H. Employee Screening: Comply with Owner's requirements for drug and background screening of Contractor personnel working on Project site. 1. Maintain list of approved screened personnel with Owner's representative. 1.8 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 1 General Requirements: Requirements of Sections in Division 1 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products may be identified by abbreviations scheduled on Drawings. 3. Keynoting: Materials and products may be identified by reference keynotes referencing Specification Section numbers found in this Project Manual. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 011000 - 4 CDG 22004 SUMMARY PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 011000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 012500 - 1 CDG 22004 SUBSTITUTION PROCEDURES SECTION 012500 - SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section 016000 "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use a standard form that includes all information required by this Section. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 012500 - 2 CDG 22004 SUBSTITUTION PROCEDURES d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project, from ICC- ES. j. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. l. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. m. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.6 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 012500 - 3 CDG 22004 SUBSTITUTION PROCEDURES 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Requested substitution provides sustainable design characteristics that specified product provided. c. Substitution request is fully documented and properly submitted. d. Requested substitution will not adversely affect Contractor's construction schedule. e. Requested substitution has received necessary approvals of authorities having jurisdiction. f. Requested substitution is compatible with other portions of the Work. g. Requested substitution has been coordinated with other portions of the Work. h. Requested substitution provides specified warranty. i. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Architect will consider requests for substitution if received within 60 days after the Notice of Award. Requests received after that time may be considered or rejected at discretion of Architect. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. c. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Requested substitution provides sustainable design characteristics that specified product provided. e. Substitution request is fully documented and properly submitted. f. Requested substitution will not adversely affect Contractor's construction schedule. g. Requested substitution has received necessary approvals of authorities having jurisdiction. h. Requested substitution is compatible with other portions of the Work. i. Requested substitution has been coordinated with other portions of the Work. j. Requested substitution provides specified warranty. k. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. PART 3 - EXECUTION (Not Used) END OF SECTION 012500 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 012600 - 1 CDG 22004 CONTRACT MODIFICATION PROCEDURES SECTION 012600 - CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements: 1. Section 012500 "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 1.3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on Architect’s standard Supplemental Instruction form. 1.4 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within (7) days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. If additional time is needed, on or before the seventh day, submit a list of affected sub-contractors with a schedule of anticipated date(s) that the pricing will be completed. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Architect. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 012600 - 2 CDG 22004 CONTRACT MODIFICATION PROCEDURES B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section 012500 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Architect. 1.5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.6 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 012600 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION012900 - 1 CDG 22004 PAYMENT PROCEDURES SECTION 012900 - PAYMENT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Requirements: 1. Section 012600 "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 2. Section 013200 "Construction Progress Documentation" for administrative requirements governing the preparation and submittal of the Contractor's construction schedule. 1.3 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. 1. Coordinate line items in the schedule of values with other required administrative forms and schedules, including the following: a. Application for Payment forms with continuation sheets. b. Submittal schedule. c. Items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule of values to Architect at earliest possible date, but no later than 21 days before the date scheduled for submittal of initial Applications for Payment. 3. Subschedules for Phased Work: Where the Work is separated into phases requiring separately phased payments, provide subschedules showing values coordinated with each phase of payment. 4. Subschedules for Separate Elements of Work: Where the Contractor's construction schedule defines separate elements of the Work, provide subschedules showing values coordinated with each element. 5. Subschedules for Separate Design Contracts: Where the Owner has retained design professionals under separate contracts who will each provide certification of payment requests, provide subschedules showing values coordinated with the scope of each design services contract as described in Section 011000 "Summary." CITY OF LUBBOCK LP&L GIS OFFICE ADDITION012900 - 2 CDG 22004 PAYMENT PROCEDURES B. Format and Content: Use Project Manual table of contents as a guide to establish line items for the schedule of values. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the schedule of values: a. Project name and location. b. Name of Architect. c. Architect's project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange schedule of values consistent with format of AIA Document G703. 3. Arrange the schedule of values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. c. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that affect value. g. Dollar value of the following, as a percentage of the Contract Sum to nearest one- hundredth percent, adjusted to total 100 percent. 1) Labor. 2) Materials. 3) Equipment. 4. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with Project Manual table of contents. Provide multiple line items for principal subcontract amounts in excess of five percent of the Contract Sum. 5. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 6. Provide a separate line item in the schedule of values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on-site and items stored off-site. If required, include evidence of insurance. 7. Provide separate line items in the schedule of values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 8. Allowances: Provide a separate line item in the schedule of values for each allowance. Show line-item value of unit-cost allowances, as a product of the unit cost, multiplied by measured quantity. Use information indicated in the Contract Documents to determine quantities. 9. Purchase Contracts: Provide a separate line item in the schedule of values for each purchase contract. Show line-item value of purchase contract. Indicate owner payments or deposits, if any, and balance to be paid by Contractor. 10. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual work-in- place may be shown either as separate line items in the schedule of values or distributed as general overhead expense, at Contractor's option. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION012900 - 3 CDG 22004 PAYMENT PROCEDURES 11. Schedule Updating: Update and resubmit the schedule of values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment following the initial Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: Submit Application for Payment to Architect by the 25 of the month. The period covered by each Application for Payment is one month, ending on the last day of the month. 1. Submit draft copy of Application for Payment seven days prior to due date for review by Architect. C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made. 2. Include amounts for work completed following previous Application for Payment, whether or not payment has been received. Include only amounts for work completed at time of Application for Payment. 3. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. 4. Indicate separate amounts for work being carried out under Owner-requested project acceleration. E.Stored Materials: With prior approval by the Owner include in Application for Payment amounts applied for materials or equipment purchased or fabricated and stored, but not yet installed. Differentiate between items stored on-site and items stored off-site. For materials that are allowed to be stored off-site, abide by the following conditions unless otherwise agreed to in writing by the Owner. 1. Store materials in a Bonded Commercial Warehouse 2. Provide separate Insurance Coverage adequate not only to cover materials while in storage, but also in transit from the off-site storage areas to the project site. Copies of duly authenticated Certificates of Insurance, made out to insure the Owner which is signatory to the contract, must be filed with the Owner’s representative and submitted with Application for Payment. 3. Provide supporting documentation that verifies amount requested, such as paid invoices. Match amount requested with amounts indicated on documentation; do not include overhead and profit on stored materials. 4. Inspection by Owner’s representative is allowed at any time. The Owner’s Inspectors must be satisfied with the security, control, maintenance, and preservation measures. 5. Materials for this project are physically separated and marked for the project in a sectioned- off area. Only materials which have been approved through the submittal process are to be considered for payment. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION012900 - 4 CDG 22004 PAYMENT PROCEDURES 6. Owner reserves the right to reject materials at any time prior to final acceptance of the complete Contract if they do not meet Contract requirements regardless of any previous progress payment made. 7. With each monthly payment estimate, submit a report to the Architect listing the quantities of materials already paid for and still stored in the off-site location. 8. Make warehouse records, receipts and invoices available to Owner’s representatives, upon request, to verify the quantities and their disposition. 9. In the event of Contract termination or default by Contractor, the items in storage off-site, upon which payment has been made, will be promptly turned over to Owner or Owner’s agents at a location near the jobsite as directed by the Owner. The full provisions of Performance and Payment Bonds on this project cover the materials off-site in every respect as though they were stored on the Project Site. 10. Provide summary documentation for stored materials indicating the following: a. Value of materials previously stored and remaining stored as of date of previous Applications for Payment. b. Value of previously stored materials put in place after date of previous Application for Payment and on or before date of current Application for Payment. c. Value of materials stored since date of previous Application for Payment and remaining stored as of date of current Application for Payment. F. Transmittal: Submit a legible digital or scanned copy of each Application for Payment to Architect by a method ensuring receipt within 24 hours. Ensure that the document is notarized as required. Include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. 2. Submit a current Construction Progress Schedule along with each Application for Payment. Failure to include this with the Application for Payment may result in a delay of the review/ certification process. G. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's liens from subcontractors, sub-subcontractors, and suppliers for construction period covered by the previous application. 1. Submit partial waivers on each item for amount requested in previous application, after deduction for retainage, on each item. 2. When an application shows completion of an item, submit conditional final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Submit final Application for Payment with or preceded by conditional final waivers from every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. 5. Waiver Forms: Submit executed waivers of lien on forms, acceptable to Owner. H. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of values. 3. Contractor's construction schedule (preliminary if not final). 4. Products list (preliminary if not final). 5. Schedule of unit prices. 6. Submittal schedule (preliminary if not final). 7. List of Contractor's staff assignments. 8. Copies of building permits. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION012900 - 5 CDG 22004 PAYMENT PROCEDURES 9. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 10. Report of preconstruction conference. 11. Certificates of insurance and insurance policies. 12. Performance and payment bonds. 13. Initial Construction Schedule I. Application for Payment at Substantial Completion: After Architect issues the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificate(s) of Substantial Completion issued previously for Owner occupancy of designated portions of the Work. J. Final Payment Application: After completing Project closeout requirements, submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 5. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 6. AIA Document G707, "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 9. Final liquidated damages settlement statement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 012900 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013100 - 1 CDG 22004 PROJECT MANAGEMENT AND COORDINATION SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General coordination procedures. 2. Coordination drawings. 3. Requests for Information (RFIs). 4. Project meetings. B. Each contractor shall participate in coordination requirements. Certain areas of responsibility are assigned to a specific contractor. C. Related Requirements: 1. Section 013200 "Construction Progress Documentation" for preparing and submitting Contractor's construction schedule. 2. Section 017300 "Execution" for procedures for coordinating general installation and field- engineering services, including establishment of benchmarks and control points. 3. Section 017700 "Closeout Procedures" for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Owner, Architect, or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. B. Key Personnel Names: Within 15 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home, CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013100 - 2 CDG 22004 PROJECT MANAGEMENT AND COORDINATION office, and cellular telephone numbers and e-mail addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. 1. Post copies of list in project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. 1.5 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. D. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. Coordinate use of temporary utilities to minimize waste. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. See other Sections for disposition of salvaged materials that are designated as Owner's property. 1.6 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings according to requirements in individual Sections, and additionally where installation is not completely shown on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013100 - 3 CDG 22004 PROJECT MANAGEMENT AND COORDINATION 1. Content: Project-specific information, drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information, as applicable: a. Use applicable Drawings as a basis for preparation of coordination drawings. Prepare sections, elevations, and details as needed to describe relationship of various systems and components. b. Coordinate the addition of trade-specific information to the coordination drawings by multiple contractors in a sequence that best provides for coordination of the information and resolution of conflicts between installed components before submitting for review. c. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. d. Indicate space requirements for routine maintenance and for anticipated replacement of components during the life of the installation. e. Show location and size of access doors required for access to concealed dampers, valves, and other controls. f. Indicate required installation sequences. g. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. B. Coordination Drawing Organization: Organize coordination drawings as follows: 1. Floor Plans and Reflected Ceiling Plans: Show architectural and structural elements, and mechanical, plumbing, fire-protection, fire-alarm, and electrical Work. Show locations of visible ceiling-mounted devices relative to acoustical ceiling grid. Supplement plan drawings with section drawings where required to adequately represent the Work. 2. Plenum Space: Indicate subframing for support of ceiling and wall systems, mechanical and electrical equipment, and related Work. Locate components within ceiling plenum to accommodate layout of light fixtures indicated on Drawings. Indicate areas of conflict between light fixtures and other components. 3. Mechanical Rooms: Provide coordination drawings for mechanical rooms showing plans and elevations of mechanical, plumbing, fire-protection, fire-alarm, and electrical equipment. 4. Structural Penetrations: Indicate penetrations and openings required for all disciplines. 5. Slab Edge and Embedded Items: Indicate slab edge locations and sizes and locations of embedded items for metal fabrications, sleeves, anchor bolts, bearing plates, angles, door floor closers, slab depressions for floor finishes, curbs and housekeeping pads, and similar items. 6. Mechanical and Plumbing Work: Show the following: a. Sizes and bottom elevations of ductwork, piping, and conduit runs, including insulation, bracing, flanges, and support systems. b. Dimensions of major components, such as dampers, valves, diffusers, access doors, cleanouts and electrical distribution equipment. c. Fire-rated enclosures around ductwork. 7. Electrical Work: Show the following: a. Runs of vertical and horizontal conduit 1-1/4 inches in diameter and larger. b. Light fixture, exit light, emergency battery pack, smoke detector, and other fire-alarm locations. c. Panel board, switch board, switchgear, transformer, busway, generator, and motor control center locations. d. Location of pull boxes and junction boxes, dimensioned from column center lines. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013100 - 4 CDG 22004 PROJECT MANAGEMENT AND COORDINATION 8. Fire-Protection System: Show the following: a. Locations of standpipes, mains piping, branch lines, pipe drops, and sprinkler heads. 9. Review: Architect will review coordination drawings to confirm that the Work is being coordinated, but not for the details of the coordination, which are Contractor's responsibility. If Architect determines that coordination drawings are not being prepared in sufficient scope or detail, or are otherwise deficient, Architect will so inform Contractor, who shall make changes as directed and resubmit. C. Coordination Digital Data Files: Prepare coordination digital data files according to the following requirements: 1. File Preparation Format: Same digital data software program, version, and operating system as original Drawings. 2. File Preparation Format: DWG, latest version , operating in Microsoft Windows operating system. 3. File Submittal Format: Submit or post coordination drawing files using format same as file preparation format. 4. Architect will furnish Contractor one set of digital data files of Drawings for use in preparing coordination digital data files. a. Architect makes no representations as to the accuracy or completeness of digital data files as they relate to Drawings. b. Digital Data Software Program: Drawings are available in DWG 2004 format. c. Contractor shall execute a data licensing agreement in the form of Agreement form made available upon request to the Architect. 1.7 REQUESTS FOR INFORMATION (RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Project number. 3. Date. 4. Name of Contractor. 5. Name of Architect. 6. RFI number, numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs, as appropriate. 9. Drawing number and detail references, as appropriate. 10. Field dimensions and conditions, as appropriate. 11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 12. Contractor's signature. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013100 - 5 CDG 22004 PROJECT MANAGEMENT AND COORDINATION 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. a. Include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. C. RFI Forms: Software-generated form with substantially the same content as indicated above, acceptable to Architect. 1. Attachments shall be electronic files in Adobe Acrobat PDF format. D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven working days for Architect's response for each RFI. RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. 1. The following Contractor-generated RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. c. Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section 012600 "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 10 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log bi-weekly. Include the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were returned without action or withdrawn. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. 1. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 2. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013100 - 6 CDG 22004 PROJECT MANAGEMENT AND COORDINATION 1.8 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. 1. Conduct the conference to review responsibilities and personnel assignments. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. c. Critical work sequencing and long-lead items. d. Designation of key personnel and their duties. e. Lines of communications. f. Procedures for processing field decisions and Change Orders. g. Procedures for RFIs. h. Procedures for testing and inspecting. i. Procedures for processing Applications for Payment. j. Distribution of the Contract Documents. k. Submittal procedures. l. Sustainable design requirements when applicable. m. Preparation of record documents. n. Use of the premises and existing building when applicable. o. Work restrictions. p. Working hours. q. Owner's occupancy requirements. r. Responsibility for temporary facilities and controls. s. Procedures for moisture and mold control. t. Procedures for disruptions and shutdowns. u. Construction waste management and recycling. v. Parking availability. w. Office, work, and storage areas. x. Equipment deliveries and priorities. y. Security. z. Progress cleaning. 4. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013100 - 7 CDG 22004 PROJECT MANAGEMENT AND COORDINATION 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. b. Options. c. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Sustainable design requirements where applicable. i. Review of mockups. j. Possible conflicts. k. Compatibility requirements. l. Time schedules. m. Weather limitations. n. Manufacturer's written instructions. o. Warranty requirements. p. Compatibility of materials. q. Acceptability of substrates. r. Temporary facilities and controls. s. Space and access limitations. t. Regulations of authorities having jurisdiction. u. Testing and inspecting requirements. v. Installation procedures. w. Coordination with other work. x. Required performance results. y. Protection of adjacent work. z. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Project Closeout Conference: Schedule and conduct a project closeout conference, at a time convenient to Owner and Architect, but no later than 90 days prior to the scheduled date of Substantial Completion. 1. Conduct the conference to review requirements and responsibilities related to Project closeout. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the meeting. Participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect or delay Project closeout, including the following: a. Preparation of record documents. b. Procedures required prior to inspection for Substantial Completion and for final inspection for acceptance. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013100 - 8 CDG 22004 PROJECT MANAGEMENT AND COORDINATION c. Submittal of written warranties. d. Requirements for preparing operations and maintenance data. e. Requirements for delivery of material samples, attic stock, and spare parts. f. Requirements for demonstration and training. g. Preparation of Contractor's punch list. h. Procedures for processing Applications for Payment at Substantial Completion and for final payment. i. Submittal procedures. j. Owner's partial occupancy requirements. k. Installation of Owner's furniture, fixtures, and equipment. l. Responsibility for removing temporary facilities and controls. 4. Minutes: Entity conducting meeting will record and distribute meeting minutes. E. Progress Meetings: Conduct progress meetings at regularly schedule intervals as agreed upon at Preconstruction Meeting but not less frequently than biweekly. 1. Coordinate dates of meetings with preparation of payment requests. 2. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Progress cleaning. 10) Quality and work standards. 11) Status of correction of deficient items. 12) Field observations. 13) Status of RFIs. 14) Status of proposal requests. 15) Pending changes. 16) Status of Change Orders. 17) Pending claims and disputes. 18) Documentation of information for payment requests. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013100 - 9 CDG 22004 PROJECT MANAGEMENT AND COORDINATION 4. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 013100 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013200 - 1 CDG 22004 CONSTRUCTION PROGRESS DOCUMENTATION SECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Contractor's construction schedule. 2. Daily construction reports. 3. Site condition reports. B. Related Requirements: 1. Section 013300 "Submittal Procedures" for submitting schedules and reports. 2. Section 014000 "Quality Requirements" for submitting a schedule of tests and inspections. 1.3 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format: 1. Working electronic copy of schedule file, where indicated. 2. PDF electronic file. B. Startup Network Diagram: Of size required to display entire network for entire construction period. Show logic ties for activities. C. Contractor's Construction Schedule: Initial schedule, of size required to display entire schedule for entire construction period. 1. Submit a working electronic copy of schedule, using software indicated, and labeled to comply with requirements for submittals. Include type of schedule (initial or updated) and date on label. D. Daily Construction Reports: Submit at monthly intervals. E. Site Condition Reports: Submit at time of discovery of differing conditions. 1.4 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013200 - 2 CDG 22004 CONSTRUCTION PROGRESS DOCUMENTATION B. Coordinate Contractor's construction schedule with the schedule of values, list of subcontracts, submittal schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from entities involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2 - PRODUCTS 2.1 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for commencement of the Work to date of final completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each story or separate area as a separate numbered activity for each main element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Section 013300 "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's construction schedule with submittal schedule. 4. Startup and Testing Time: Include no fewer than 15 days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's administrative procedures necessary for certification of Substantial Completion. 6. Punch List and Final Completion: Include not more than 30 days for completion of punch list items and final completion. C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. 2. Owner-Furnished Products: Include a separate activity for each product. Include delivery date indicated in Section 011000 "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 3. Work Restrictions: Show the effect of the following items on the schedule: a. Use of premises restrictions. 4. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Submittals. b. Purchases. c. Mockups. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013200 - 3 CDG 22004 CONSTRUCTION PROGRESS DOCUMENTATION d. Fabrication. e. Deliveries. f. Installation. g. Tests and inspections. h. Curing. i. Startup and placement into final use and operation. 5. Construction Areas: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Structural completion. b. Temporary enclosure and space conditioning. c. Permanent space enclosure. d. Completion of mechanical installation. e. Completion of electrical installation. f. Substantial Completion. D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and final completion, and the following interim milestones: 1. Temporary enclosure and space conditioning. E. Cost Correlation: Superimpose a cost correlation timeline, indicating planned and actual costs. On the line, show planned and actual dollar volume of the Work performed as of planned and actual dates used for preparation of payment requests. 1. See Section 012900 "Payment Procedures" for cost reporting and payment procedures. F. Upcoming Work Summary: Prepare summary report indicating activities scheduled to occur or commence prior to submittal of next schedule update. Summarize the following issues: 1. Unresolved issues. 2. Unanswered Requests for Information. 3. Rejected or unreturned submittals. 4. Notations on returned submittals. 5. Pending modifications affecting the Work and Contract Time. G. Recovery Schedule: When periodic update indicates the Work is 14 or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. Indicate changes to working hours, working days, crew sizes, and equipment required to achieve compliance, and date by which recovery will be accomplished. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) A. Gantt-Chart Schedule: Submit a comprehensive, fully developed, horizontal, Gantt-chart-type, Contractor's construction schedule within 30 days of date established for commencement of the Work. Base schedule on the startup construction schedule and additional information received since the start of Project. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013200 - 4 CDG 22004 CONSTRUCTION PROGRESS DOCUMENTATION 1. For construction activities that require three months or longer to complete, indicate an estimated completion percentage in 10 percent increments within time bar. 2.3 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. Approximate count of personnel at Project site. 3. Material deliveries. 4. High and low temperatures and general weather conditions, including presence of rain or snow. 5. Accidents. 6. Meetings and significant decisions. 7. Unusual events (see special reports). 8. Stoppages, delays, shortages, and losses. 9. Emergency procedures. 10. Orders and requests of authorities having jurisdiction. 11. Change Orders received and implemented. 12. Construction Change Directives received and implemented. 13. Services connected and disconnected. 14. Equipment or system tests and startups. 15. Partial completions and occupancies. 16. Substantial Completions authorized. B. Site Condition Reports: Immediately on discovery of a difference between site conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request for Information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Scheduling Consultant: Engage a consultant to provide planning, evaluation, and reporting using CPM scheduling. 1. In-House Option: Owner may waive the requirement to retain a consultant if Contractor employs skilled personnel with experience in CPM scheduling and reporting techniques. Submit qualifications. 2. Meetings: Scheduling consultant shall attend all meetings related to Project progress, alleged delays, and time impact. B. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate final completion percentage for each activity. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013200 - 5 CDG 22004 CONSTRUCTION PROGRESS DOCUMENTATION C. Distribution: Distribute copies of approved schedule to Architect, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION 013200 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013233 - 1 CDG 22004 PHOTOGRAPHIC DOCUMENTATION SECTION 013233 - PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Preconstruction video recordings. B. Related Requirements: 1. Section 013300 "Submittal Procedures" for submitting photographic documentation. 2. Section 017700 "Closeout Procedures" for submitting photographic documentation as project record documents at Project closeout. 3. Section 024119 “Selective Demolition” for submitting photographic documentation before selective demolition operations commence. 1.3 INFORMATIONAL SUBMITTALS A. Key Plan: Submit key plan of Project site and building with notation of vantage points marked for location and direction of each photograph or video recording. Indicate elevation or story of construction. Include same information as corresponding photographic documentation. B. Digital Photographs: Submit image files weekly indicating progress. 1. Digital Camera: Minimum sensor resolution of 8 megapixels. 2. Format: Minimum 3200 by 2400 pixels, in unaltered original files, with same aspect ratio as the sensor, uncropped, date and time stamped, in folder named by date of photograph, accompanied by key plan file. 3. Identification: Provide the following information with each image description in file metadata tag: a. Name of Project. b. Name of Architect. c. Name of Contractor. d. Date photograph was taken. e. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. f. Unique sequential identifier keyed to accompanying key plan. C. Video Recordings: Submit video recordings within seven days of recording. 1. Submit video recordings in digital video disc format acceptable to Architect. 2. Identification: With each submittal, provide the following information: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013233 - 2 CDG 22004 PHOTOGRAPHIC DOCUMENTATION a. Name of Project. b. Name and address of photographer. c. Name of Architect. d. Name of Contractor. e. Date video recording was recorded. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. g. Weather conditions at time of recording. 3. Transcript: Prepared on 8-1/2-by-11-inch paper, punched and bound in heavy-duty, three-ring, vinyl-covered binders. Mark appropriate identification on front and spine of each binder. Include a cover sheet with same label information as corresponding video recording. Include name of Project and date of video recording on each page. PART 2 - PRODUCTS 2.1 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in JPG format, produced by a digital camera with minimum sensor size of 8 megapixels, and at an image resolution of not less than 3200 by 2400 pixels. B. Digital Video Recordings: Provide high-resolution, digital video disc in format acceptable to Architect. PART 3 - EXECUTION 3.1 CONSTRUCTION PHOTOGRAPHS A. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out-of-focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. B. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image-editing software. 1. Date and Time: Include date and time in file name for each image. 2. Field Office Images: Maintain one set of images accessible in the field office at Project site, available at all times for reference. Identify images in the same manner as those submitted to Architect. C. Preconstruction Photographs: Before commencement of demolition, take photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by Architect. 1. Flag construction limits before taking construction photographs. 2. Where applicable, take 20 photographs to show existing conditions adjacent to property before starting the Work. 3. Where applicable, take 20 photographs of existing buildings either on or adjoining property to accurately record physical conditions at start of construction. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013233 - 3 CDG 22004 PHOTOGRAPHIC DOCUMENTATION 4. Take additional photographs as required to record settlement or cracking of adjacent structures, pavements, and improvements. 3.2 CONSTRUCTION VIDEO RECORDINGS A. Recording: Mount camera on tripod before starting recording unless otherwise necessary to show area of construction. Display continuous running time and date. At start of each video recording, record weather conditions from local newspaper or television and the actual temperature reading at Project site. B. Narration: Describe scenes on video recording by audio narration by microphone while video recording is recorded. Include description of items being viewed, recent events, and planned activities. At each change in location, describe vantage point, location, direction (by compass point), and elevation or story of construction. 1. Confirm date and time at beginning and end of recording. 2. Begin each video recording with name of Project, Contractor's name, videographer's name, and Project location. C. Preconstruction Video Recording: Before starting demolition, record video recording of Project site and surrounding properties from different vantage points, as directed by Architect. 1. Flag construction limits before recording construction video recordings. 2. Show existing conditions adjacent to Project site before starting the Work. 3. Show existing buildings either on or adjoining Project site to accurately record physical conditions at the start of demolition where applicable or new construction. 4. Show protection efforts by Contractor. END OF SECTION 013233 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013300 - 1 CDG 22004 SUBMITTAL PROCEDURES SECTION 013300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Requirements: 1. Section 012900 "Payment Procedures" for submitting Applications for Payment and the schedule of values. 2. Section 013200 "Construction Progress Documentation" for submitting schedules and reports, including Contractor's construction schedule. 3. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and from another computer over a network and that serves as the basis for standard Internet protocols. An FTP site is a portion of a network located outside of network firewalls within which internal and external users are able to access files. D. Portable Document Format (PDF): An open standard file format licensed by Adobe Systems used for representing documents in a device-independent and display resolution-independent fixed-layout document format. 1.4 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013300 - 2 CDG 22004 SUBMITTAL PROCEDURES submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Initial Submittal: Submit concurrently with startup construction schedule. Include submittals required during the first 60 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. c. Submittal category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's final release or approval. g. Scheduled date of fabrication. h. Scheduled dates for purchasing. i. Scheduled dates for installation. j. Activity or event number. 1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings will be provided by Architect for Contractor's use in preparing submittals only to the extent stated below. 1. Architect will furnish (1) one single layer background screen of the architectural floor plan and/or reflected ceiling plan in electronic format. a. Architect makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. b. Digital Drawing Software Program: The Contract Drawings are available in AutoCAD 2013 format (.dwg). c. Contractor shall execute a data licensing agreement in the form of Agreement form provide upon request to the Architect. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013300 - 3 CDG 22004 SUBMITTAL PROCEDURES a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. 4. Sequential Review: Where sequential review of submittals by Architect's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. These include, but are not limited to the following Sections a. Structural b. Mechanical c. Plumbing d. Electrical D. Electronic Submittals: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use sequential submittal number, Specification Section number, Submittal Number (for multiple or phased submittals under the same Section), followed by an “R” and revision number, and then the Section Name (e.g., 01-123456-1-R0 Spec Section). Resubmittals shall have a new sequential suffix number (e.g., 01-123456-1-R1 Spec Section). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. 4. Transmittal Form for Electronic Submittals: Use electronic form acceptable to Owner, containing the following information: a. Project name. b. Date. c. Name and address of Architect. d. Name of Contractor. e. Name of firm or entity that prepared submittal. f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. h. Submittal purpose and description. i. Specification Section number and title. j. Specification paragraph number or drawing designation and generic name for each of multiple items. k. Drawing number and detail references, as appropriate. l. Location(s) where product is to be installed, as appropriate. m. Related physical samples submitted directly. n. Indication of full or partial submittal. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013300 - 4 CDG 22004 SUBMITTAL PROCEDURES o. Transmittal number, numbered consecutively. p. Submittal and transmittal distribution record. q. Other necessary identification. r. Remarks. 5. Metadata: Include the following information as keywords in the electronic submittal file metadata: a. Project name. b. Number and title of appropriate Specification Section. c. Manufacturer name. d. Product name. E. Options: Identify options requiring selection by Architect. F. Deviations and Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. G. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Architect's action stamp. H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. I. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. PART 2 - PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Submit electronic submittals via email as PDF electronic files. a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. If file size is too large to send via email (over 10 MB), post electronic submittals as PDF electronic files directly to Architect's FTP site specifically established for Project and notify Architect by email when files have been posted. a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013300 - 5 CDG 22004 SUBMITTAL PROCEDURES B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams showing factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format: a. PDF electronic file. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches, but no larger than 30 by 42 inches. 3. Submit Shop Drawings in the following format: a. PDF electronic file. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013300 - 6 CDG 22004 SUBMITTAL PROCEDURES 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. c. Sample source. d. Number and title of applicable Specification Section. e. Specification paragraph number and generic name of each item. 3. For projects where electronic submittals are required, provide corresponding electronic submittal of Sample transmittal, digital image file illustrating Sample characteristics, and identification information for record. 4. Disposition: Maintain sets of approved Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 5. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. 6. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect will retain two Sample sets; remainder will be returned. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. E. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product indicated in the Contract Documents or assigned by Contractor if none is indicated. 2. Manufacturer and product name, and model number if applicable. 3. Number and name of room or space. 4. Location within room or space. 5. Submit product schedule in the following format: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013300 - 7 CDG 22004 SUBMITTAL PROCEDURES a. PDF electronic file. F. Coordination Drawing Submittals: Comply with requirements specified in Section 013100 "Project Management and Coordination." G. Contractor's Construction Schedule: Comply with requirements specified in Section 013200 "Construction Progress Documentation." H. Application for Payment and Schedule of Values: Comply with requirements specified in Section 012900 "Payment Procedures." I. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Section 014000 "Quality Requirements." J. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Section 017700 "Closeout Procedures." K. Maintenance Data: Comply with requirements specified in Section 017839 "Project Record Documents." L. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. M. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. N. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. O. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. P. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. Q. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. R. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. S. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. T. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013300 - 8 CDG 22004 SUBMITTAL PROCEDURES 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. U. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. V. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. W. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. X. Design Data: Prepare and submit written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Project Closeout and Maintenance Material Submittals: See requirements in Section 017700 "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S ACTION A. Action Submittals: Architect will review each submittal, make marks to indicate corrections or revisions required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. B. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 013300 - 9 CDG 22004 SUBMITTAL PROCEDURES D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Submittals not required by the Contract Documents may be returned by the Architect without action. END OF SECTION 013300 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 014000 - 1 CDG 22004 QUALITY REQUIREMENTS SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality-assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality-assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-assurance and -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. 1.3 DEFINITIONS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect. C. Mockups: Full-size physical assemblies that are constructed on-site. Mockups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 1. Laboratory Mockups: Full-size physical assemblies constructed at testing facility to verify performance characteristics. 2. Integrated Exterior Mockups: Mockups of the exterior envelope erected separately from the building but on Project site, consisting of multiple products, assemblies, and subassemblies. 3. Room Mockups: Mockups of typical interior spaces complete with wall, floor, and ceiling finishes, doors, windows, millwork, casework, specialties, furnishings and equipment, and lighting. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 014000 - 2 CDG 22004 QUALITY REQUIREMENTS D. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria. E. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. F. Source Quality-Control Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop. G. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. I. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. 1. Use of trade-specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade(s). J. Experienced: When used with an entity or individual, "experienced" means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.5 ACTION SUBMITTALS A. Shop Drawings: For integrated exterior mockups, provide plans, sections, and elevations, indicating materials and size of mockup construction. 1. Indicate manufacturer and model number of individual components. 2. Provide axonometric drawings for conditions difficult to illustrate in two dimensions. 1.6 INFORMATIONAL SUBMITTALS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 014000 - 3 CDG 22004 QUALITY REQUIREMENTS A. Contractor's Quality-Control Plan: For quality-assurance and quality-control activities and responsibilities. B. Qualification Data : For Contractor's quality-control personnel. C. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility sent to authorities having jurisdiction before starting work on the following systems: 1. Seismic-force-resisting system, designated seismic system, or component listed in the designated seismic system quality-assurance plan prepared by Architect. 2. Main wind-force-resisting system or a wind-resisting component listed in the wind-force-resisting system quality-assurance plan prepared by Architect. D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. E. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3. Description of test and inspection. 4. Identification of applicable standards. 5. Identification of test and inspection methods. 6. Number of tests and inspections required. 7. Time schedule or time span for tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality-control service. 1.7 CONTRACTOR'S QUALITY-CONTROL PLAN A. Quality-Control Plan, General: Submit quality-control plan within 10 days of Notice to Proceed, and not less than five days prior to preconstruction conference. Submit in format acceptable to Architect. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's quality-assurance and quality-control responsibilities. Coordinate with Contractor's construction schedule. B. Quality-Control Personnel Qualifications: Engage qualified full-time personnel trained and experienced in managing and executing quality-assurance and quality-control procedures similar in nature and extent to those required for Project. 1. Project quality-control manager may also serve as Project superintendent. C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review. D. Testing and Inspection: In quality-control plan, include a comprehensive schedule of Work requiring testing or inspection, including the following: 1. Contractor-performed tests and inspections including subcontractor-performed tests and inspections. Include required tests and inspections and Contractor-elected tests and inspections. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 014000 - 4 CDG 22004 QUALITY REQUIREMENTS 2. Special inspections required by authorities having jurisdiction and indicated on the "Statement of Special Inspections." 3. Owner-performed tests and inspections indicated in the Contract Documents. E. Continuous Inspection of Workmanship: Describe process for continuous inspection during construction to identify and correct deficiencies in workmanship in addition to testing and inspection specified. Indicate types of corrective actions to be required to bring work into compliance with standards of workmanship established by Contract requirements and approved mockups. F. Monitoring and Documentation: Maintain testing and inspection reports including log of approved and rejected results. Include work Architect has indicated as nonconforming or defective. Indicate corrective actions taken to bring nonconforming work into compliance with requirements. Comply with requirements of authorities having jurisdiction. 1.8 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Factory-Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory-authorized service representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement that equipment complies with requirements. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 014000 - 5 CDG 22004 QUALITY REQUIREMENTS 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. 4. Statement whether conditions, products, and installation will affect warranty. 5. Other required items indicated in individual Specification Sections. D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.9 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar in material, design, and extent to those indicated for this Project. F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 329; and with additional qualifications specified in individual Sections; and, where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. I. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 014000 - 6 CDG 22004 QUALITY REQUIREMENTS J. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Employ supervisory personnel who will oversee mockup construction. Employ workers that will be employed during the construction at Project. 4. Demonstrate the proposed range of aesthetic effects and workmanship. 5. Obtain Architect's approval of mockups before starting work, fabrication, or construction. a. Allow seven days for initial review and each re-review of each mockup. 6. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 7. Demolish and remove mockups when directed unless otherwise indicated. K. Integrated Exterior Mockups: Construct integrated exterior mockup as indicated on Drawings. Coordinate installation of exterior envelope materials and products for which mockups are required in individual Specification Sections, along with supporting materials. 1.10 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. 2. Payment for these services will be made directly by the Owner. 3. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor. B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality-control activities required to verify that the Work complies with requirements, whether specified or not. 1. Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction, whether specified or not. 2. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 4. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 5. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 014000 - 7 CDG 22004 QUALITY REQUIREMENTS C. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing as specified in Section 013300 "Submittal Procedures." D. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions, verification of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. E. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. F. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality-control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. G. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality- control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. H. Coordination: Coordinate sequence of activities to accommodate required quality-assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. I. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality-control services required by the Contract Documents. Coordinate and submit concurrently with Contractor's construction schedule. Update as the Work progresses. 1. Distribution: Distribute schedule to Owner, Architect, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 014000 - 8 CDG 22004 QUALITY REQUIREMENTS PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Architect's reference during normal working hours. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Section 017300 "Execution." B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION 014000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 015000 - 1 CDG 22004 TEMPORARY FACILITIES AND CONTROLS SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section 011000 "Summary" for work restrictions and limitations on utility interruptions. 2. Section 321313 "Concrete Paving" for construction and maintenance of cement concrete pavement for temporary roads and paved areas. 1.3 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Owner's construction forces, Architect, occupants of Project, testing agencies, and authorities having jurisdiction. B. Electric Power Service: Pay electric-power-service use charges for electricity used by all entities for construction operations. C. Water and Sewer Service from Existing System: Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. D. Electric Power Service from Existing System: Electric power from Owner's existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. 1.4 INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. B. Erosion- and Sedimentation-Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. C. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire-prevention program. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 015000 - 2 CDG 22004 TEMPORARY FACILITIES AND CONTROLS D. Moisture-Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage. 1. Describe delivery, handling, and storage provisions for materials subject to water absorption or water damage. 2. Indicate procedures for discarding water-damaged materials, protocols for mitigating water intrusion into completed Work, and replacing water-damaged Work. 3. Indicate sequencing of work that requires water, such as sprayed fire-resistive materials, plastering, and terrazzo grinding, and describe plans for dealing with water from these operations. Show procedures for verifying that wet construction has dried sufficiently to permit installation of finish materials. E. Dust- and HVAC-Control Plan: Submit coordination drawing and narrative that indicates the dust- and HVAC-control measures proposed for use, proposed locations, and proposed time frame for their operation. Identify further options if proposed measures are later determined to be inadequate. Include the following: 1. Locations of dust-control partitions at each phase of work. 2. HVAC system isolation schematic drawing. 3. Location of proposed air-filtration system discharge. 4. Waste handling procedures. 5. Other dust-control measures. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. C. Accessible Temporary Egress: Comply with applicable provisions in the Texas Accessibility Standards. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2 - PRODUCTS 2.1 MATERIALS A. Chain-Link Fencing: Minimum 2-inch, 0.148-inch- thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet high with galvanized-steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8- inch- OD corner and pull posts, with 1-5/8-inch- OD top rails. B. Dust-Control Adhesive-Surface Walk-off Mats: Provide mats minimum 36 by 60 inches. C. Insulation: Unfaced mineral-fiber blanket, manufactured from glass, slag wool, or rock wool; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 015000 - 3 CDG 22004 TEMPORARY FACILITIES AND CONTROLS 2.2 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. B. Common-Use Field Office: Of sufficient size to accommodate needs of Owner, Architect, and construction personnel office activities and to accommodate Project meetings specified in other Division 01 Sections. Keep office clean and orderly. Furnish and equip offices as follows: 1. Furniture required for Project-site documents including file cabinets, plan tables, plan racks, and bookcases. 2. Conference room of sufficient size to accommodate meetings of 10 individuals. Provide electrical power service and 120-V ac duplex receptacles, with no fewer than one receptacle on each wall. Furnish room with conference table, chairs, and 4-foot- square tack and marker boards. 3. Drinking water and private toilet. 4. Coffee machine and supplies. 5. Heating and cooling equipment necessary to maintain a uniform indoor temperature of 68 to 72 deg F. 6. Lighting fixtures capable of maintaining average illumination of 20 fc at desk height. C. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials apart from building. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. B. HVAC Equipment: Unless Owner authorizes use of permanent HVAC system, provide vented, self- contained, liquid-propane-gas or fuel-oil heaters with individual space thermostatic control. 1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating units is prohibited. 2. Heating Units: Listed and labeled for type of fuel being consumed, by a qualified testing agency acceptable to authorities having jurisdiction, and marked for intended location and application. 3. Permanent HVAC System: If Owner authorizes use of permanent HVAC system for temporary use during construction, provide filter with MERV of 8 at each return-air grille in system and remove at end of construction and clean HVAC system as required in Section 017700 "Closeout Procedures" PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. 1. Locate facilities to limit site disturbance as specified in Section 011000 "Summary." CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 015000 - 4 CDG 22004 TEMPORARY FACILITIES AND CONTROLS B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Water Service: Connect to Owner's existing water service facilities. Clean and maintain water service facilities in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. 1. Toilets: Use of Owner's existing toilet facilities will be permitted, as long as facilities are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. D. Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. E. Isolation of Work Areas in Occupied Facilities: Prevent dust, fumes, and odors from entering occupied areas. 1. Prior to commencing work, isolate the HVAC system in area where work is to be performed according to coordination drawings. a. Disconnect supply and return ductwork in work area from HVAC systems servicing occupied areas. b. Maintain negative air pressure within work area using HEPA-equipped air-filtration units, starting with commencement of temporary partition construction, and continuing until removal of temporary partitions is complete. 2. Temporary partitions will be required to separate existing spaces from all areas of Work. These are the responsibility of the Contractor and the exact location and extent must be coordinated with the Owner. Refer to additional information in this Section about construction of Temporary Partitions. Maintain dust partitions during the Work. When project progression requires that the hard barrier be removed, the Contractor must inform the Owner in writing (email) prior to removing the wall(s). Under no circumstances except in a dire emergency shall the hard barrier walls be removed without prior approval. 3. Use vacuum collection attachments on dust-producing equipment. Isolate limited work within occupied areas using portable dust-containment devices. 4. Perform daily construction cleanup and final cleanup using approved, HEPA-filter-equipped vacuum equipment. F. Electric Power Service: Connect to Owner's existing electric power service. Maintain equipment in a condition acceptable to Owner. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 015000 - 5 CDG 22004 TEMPORARY FACILITIES AND CONTROLS G. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. 2. Install lighting for Project identification sign. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide construction for temporary offices, shops, and sheds located within construction area or within 30 feet of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. 2. Maintain support facilities until Architect schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas within construction limits indicated on Drawings. 1. Provide dust-control treatment that is nonpolluting and nontracking. Reapply treatment as required to minimize dust. C. Temporary Use of Permanent Roads and Paved Areas: Locate temporary roads and paved areas in same location as permanent roads and paved areas. Construct and maintain temporary roads and paved areas adequate for construction operations. Extend temporary roads and paved areas, within construction limits indicated, as necessary for construction operations. 1. Coordinate elevations of temporary roads and paved areas with permanent roads and paved areas. 2. Prepare subgrade and install subbase and base for temporary roads and paved areas according to Section 312000 "Earth Moving." 3. Recondition base after temporary use, including removing contaminated material, regrading, proofrolling, compacting, and testing. D. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants. E. Parking: Provide temporary parking when none exists or use designated areas of Owner's existing parking areas for construction personnel. F. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs as designed by and transmitted from the Architect. a. Size is to be determined by site layout and scope of work but may be as large as 8’x8’ or larger. b. Sign is to be printed and/or mounted on suitable substrate for size of sign. c. Sign is to be weather-resistant. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 015000 - 6 CDG 22004 TEMPORARY FACILITIES AND CONTROLS d. Sign is to be printed at a resolution so as to be clearly legible at distances appropriate within the project site. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary, directional signs for construction personnel and visitors. 3. Maintain and touchup signs so they are legible at all times. G. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with progress cleaning requirements in Section 017300 "Execution." H. Existing Elevator Use: Use of Owner's existing elevators will be permitted, provided elevators are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore elevators to condition existing before initial use, including replacing worn cables, guide shoes, and similar items of limited life. 1. Do not load elevators beyond their rated weight capacity. 2. Provide protective coverings, barriers, devices, signs, or other procedures to protect elevator car and entrance doors and frame. If, despite such protection, elevators become damaged, engage elevator Installer to restore damaged work so no evidence remains of correction work. Return items that cannot be refinished in field to the shop, make required repairs and refinish entire unit, or provide new units as required. I. Existing Stair Usage: Use of Owner's existing stairs will be permitted, provided stairs are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore stairs to condition existing before initial use. 1. Provide protective coverings, barriers, devices, signs, or other procedures to protect stairs and to maintain means of egress. If stairs become damaged, restore damaged areas so no evidence remains of correction work. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. 1. Comply with work restrictions specified in Section 011000 "Summary." C. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil-bearing water runoff and airborne dust to undisturbed areas and to adjacent properties and walkways, according to requirements of 2003 EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. 1. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross tree- or plant- protection zones. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 015000 - 7 CDG 22004 TEMPORARY FACILITIES AND CONTROLS 2. Inspect, repair, and maintain erosion- and sedimentation-control measures during construction until permanent vegetation has been established. 3. Clean, repair, and restore adjoining properties and roads affected by erosion and sedimentation from Project site during the course of Project. 4. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. D. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. E. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion. F. Pest Control: Engage pest-control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials. G. Site Enclosure Fence: Prior to commencing earthwork, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. 1. Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations. 2. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Furnish one set of keys to Owner. H. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day. I. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. J. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. K. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is incomplete, insulate temporary enclosures. L. Temporary Partitions: Provide floor-to-ceiling dustproof partitions to limit dust and dirt migration and to separate areas occupied by Owner and tenants from fumes and noise. 1. Construct dustproof partitions with gypsum wallboard with joints taped on occupied side, and fire- retardant-treated plywood on construction operations side. 2. Where fire-resistance-rated temporary partitions are indicated or are required by authorities having jurisdiction, construct partitions according to the rated assemblies. 3. Insulate partitions to control noise transmission to occupied areas. 4. Seal joints and perimeter. Equip partitions with gasketed dustproof doors and security locks where openings are required. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 015000 - 8 CDG 22004 TEMPORARY FACILITIES AND CONTROLS 5. Protect air-handling equipment. 6. Provide walk-off mats at each entrance through temporary partition. 3.5 MOISTURE AND MOLD CONTROL A. Contractor's Moisture-Protection Plan: Avoid trapping water in finished work. Document visible signs of mold that may appear during construction. B. Exposed Construction Phase: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect as follows: 1. Protect porous materials from water damage. 2. Protect stored and installed material from flowing or standing water. 3. Keep porous and organic materials from coming into prolonged contact with concrete. 4. Remove standing water from decks. 5. Keep deck openings covered or dammed. C. Partially Enclosed Construction Phase: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Periodically collect and remove waste containing cellulose or other organic matter. 4. Discard or replace water-damaged material. 5. Do not install material that is wet. 6. Discard, replace, or clean stored or installed material that begins to grow mold. 7. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. 3.6 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Operate Project-identification-sign lighting daily from dusk until 12:00 midnight. D. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. E. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 015000 - 9 CDG 22004 TEMPORARY FACILITIES AND CONTROLS 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary roads and paved areas not intended for or acceptable for integration into permanent construction. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section 017700 "Closeout Procedures." END OF SECTION 015000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 016000 - 1 CDG 22004 PRODUCT REQUIREMENTS SECTION 016000 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. B. Related Requirements: 1. Section 012300 "Alternates" for products selected under an alternate. 2. Section 012500 "Substitution Procedures" for requests for substitutions. 1.3 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis-of-Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis-of-design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. 1.4 ACTION SUBMITTALS A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Include data to indicate compliance with the requirements specified in "Comparable Products" Article. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 016000 - 2 CDG 22004 PRODUCT REQUIREMENTS 2. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Section 013300 "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. B. Basis-of-Design Product Specification Submittal: Comply with requirements in Section 013300 "Submittal Procedures." Show compliance with requirements. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. 7. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. 1.7 PRODUCT WARRANTIES CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 016000 - 3 CDG 22004 PRODUCT REQUIREMENTS A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. See other Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Section 017700 "Closeout Procedures." PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. 6. Or Equal: For products specified by name and accompanied by the term "or equal," or "or approved equal," or "or approved," comply with requirements in "Comparable Products" Article to obtain approval for use of an unnamed product. B. Product Selection Procedures: 1. Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 3. Products: a. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 016000 - 4 CDG 22004 PRODUCT REQUIREMENTS that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product. 4. Manufacturers: a. Nonrestricted List: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed manufacturer's product. 5. Basis-of-Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. C. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. 1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Section 012500 "Substitution Procedures" for proposal of product. D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION (Not Used) END OF SECTION 016000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017300 - 1 CDG 22004 EXECUTION SECTION 017300 - EXECUTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to, the following: 1. Installation of the Work. 2. Cutting and patching. 3. Coordination of Owner-installed products. 4. Progress cleaning. 5. Starting and adjusting. 6. Protection of installed construction. B. Related Requirements: 1. Section 011000 "Summary" for limits on use of Project site. 2. Section 013300 "Submittal Procedures" for submitting surveys. 3. Section 017700 "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, and final cleaning. 4. Section 024119 "Selective Demolition" for demolition and removal of selected portions of the building. 5. Section 078413 "Penetration Firestopping" for patching penetrations in fire-rated construction. 1.3 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of other work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of other work. C. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural elements, notify Architect of locations and details of cutting and await directions from Architect before proceeding. Shore, brace, and support structural elements during cutting and patching. Do not cut and patch structural elements in a manner that could change their load-carrying capacity or increase deflection 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. Operational elements include the following: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017300 - 2 CDG 22004 EXECUTION a. Primary operational systems and equipment. b. Fire separation assemblies. c. Air or smoke barriers. d. Fire-suppression systems. e. Mechanical systems piping and ducts. f. Control systems. g. Communication systems. h. Fire-detection and -alarm systems. i. Conveying systems. j. Electrical wiring systems. k. Operating systems of special construction. 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. Other construction elements include but are not limited to the following: a. Water, moisture, or vapor barriers. b. Membranes and flashings. c. Exterior curtain-wall construction. d. Sprayed fire-resistive material. e. Equipment supports. f. Piping, ductwork, vessels, and equipment. g. Noise- and vibration-control elements and systems. 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. D. Cutting and Patching Conference: Before proceeding, meet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. E. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's written recommendations and instructions for installation of products and equipment. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In-Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of in-place materials. PART 3 - EXECUTION CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017300 - 3 CDG 22004 EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities, mechanical and electrical systems, and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping; underground electrical services, and other utilities. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 2. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 3. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: 1. Description of the Work. 2. List of detrimental conditions, including substrates. 3. List of unacceptable installation tolerances. 4. Recommended corrections. D. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to local utility and Owner that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of Contractor, submit a request for information to Architect according to requirements in Section 013100 "Project Management and Coordination." CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017300 - 4 CDG 22004 EXECUTION E. Surface and Substrate Preparation: Comply with manufacturer's written recommendations for preparation of substrates to receive subsequent work. 3.3 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated. 4. Maintain minimum headroom clearance of 96 inches in occupied spaces and 90 inches in unoccupied spaces. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items on site and placement in permanent locations. F. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. G. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. I. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. J. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.4 CUTTING AND PATCHING CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017300 - 5 CDG 22004 EXECUTION A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. C. Temporary Support: Provide temporary support of work to be cut. D. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E. Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption of free passage to adjoining areas is unavoidable, coordinate cutting and patching according to requirements in Section 011000 "Summary." F. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to prevent interruption to occupied areas. G. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. H. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as practicable. Provide materials and comply with installation requirements specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017300 - 6 CDG 22004 EXECUTION b. Restore damaged pipe covering to its original condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, prepare substrate and apply primer and intermediate paint coats appropriate for substrate over the patch, and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an even-plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition and ensures thermal and moisture integrity of building enclosure. I. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.5 OWNER-INSTALLED PRODUCTS A. Site Access: Provide access to Project site for Owner's construction personnel. B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction personnel. 1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2. Preinstallation Conferences: Include Owner's construction personnel at preinstallation conferences covering portions of the Work that are to receive Owner's work. Attend preinstallation conferences conducted by Owner's construction personnel if portions of the Work depend on Owner's construction. 3.6 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. a. Use containers intended for holding waste materials of type to be stored. 4. Coordinate progress cleaning for joint-use areas where Contractor and other contractors are working concurrently. B. Site: Maintain Project site free of waste materials and debris. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017300 - 7 CDG 22004 EXECUTION C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Section 015000 "Temporary Facilities and Controls." H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.7 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: Comply with qualification requirements in Section 014000 "Quality Requirements." 3.8 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017300 - 8 CDG 22004 EXECUTION END OF SECTION 017300 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017700 - 1 CDG 22004 CLOSEOUT PROCEDURES SECTION 017700 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 5. Repair of the Work. B. Related Requirements: 1. Section 013233 "Photographic Documentation" for submitting final completion construction photographic documentation. 2. Section 017300 "Execution" for progress cleaning of Project site. 3. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 1.3 ACTION SUBMITTALS A. Product Data: For cleaning agents. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.4 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. C. Field Report: For pest control inspection. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017700 - 2 CDG 22004 CLOSEOUT PROCEDURES 1.6 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 2. Complete final cleaning requirements, including touchup painting. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. 1.7 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to Section 012900 "Payment Procedures." 2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest-control final inspection report. B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017700 - 3 CDG 22004 CLOSEOUT PROCEDURES 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.8 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use form agreeable to Architect 1. Organize list of spaces in sequential order, starting with exterior areas first and proceeding from lowest floor to highest floor. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Architect. d. Name of Contractor. e. Page number. 4. Submit list of incomplete items in the following format: a. PDF electronic file. Architect will return annotated file. 1.9 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. 1. Prepare Warranties in either hard copy format or electronic format as specified in Section 017839 “Project Record Documents.” 2. If hard copy is required, bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by- 11-inch paper. a. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. b. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. 3. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide bookmarked table of contents at beginning of document. PART 2 - PRODUCTS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017700 - 4 CDG 22004 CLOSEOUT PROCEDURES 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Polish mirrors and glass, taking care not to scratch surfaces. k. Remove labels that are not permanent. l. Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. m. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. n. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. o. Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter on inspection. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017700 - 5 CDG 22004 CLOSEOUT PROCEDURES 1) Clean HVAC system in compliance with NADCA Standard 1992-01. Provide written report on completion of cleaning. p. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. q. Leave Project clean and ready for occupancy. C. Construction Waste Disposal: Comply with waste disposal requirements in Section 015000 "Temporary Facilities and Controls." 3.2 REPAIR OF THE WORK A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. 1. Remove and replace chipped, scratched, and broken glass, reflective surfaces, and other damaged transparent materials. 2. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration. a. Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. Remove paint applied to required labels and identification. 3. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. 4. Replace burned-out bulbs, bulbs noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. END OF SECTION 017700 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017839 - 1 CDG 22004 PROJECT RECORD DOCUMENTS SECTION 017839 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for project record documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. 4. Miscellaneous record submittals. B. Related Requirements: 1. Section 017300 "Execution" for final property survey. 2. Section 017700 "Closeout Procedures" for general closeout procedures. 1.3 CLOSEOUT SUBMITTALS A. General: Submit (1) paper copy of all required documents and submit (2) digital data CDs or flash drives with the required information on each. Properly label each CD or flash drive with the Project Name, Contractor’s Name, Architect’s Name, date of creation, and the title “AS-BUILTS & CLOSEOUT DOCUMENTS”. Organize the Data on the CD or flash drive into the following categories. B. Record Drawings: Comply with the following: 1. Number of Copies: Submit one complete set of marked-up record prints. 2. Indicate all changes that were incorporated into the work including but not limited to addendum items and supplemental drawings. C. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. D. Record Product Data: Submit one copy of each submittal. 1. Where record Product Data are required as part of operation and maintenance manuals, submit duplicate marked-up Product Data as a component of manual. E. Miscellaneous Record Submittals: See other Specification Sections for miscellaneous record-keeping requirements and submittals in connection with various construction activities. Submit one copy of each submittal. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017839 - 2 CDG 22004 PROJECT RECORD DOCUMENTS F. Reports: Submit written report indicating items incorporated into project record documents concurrent with progress of the Work, including revisions, concealed conditions, field changes, product selections, and other notations incorporated. G. SDS: Submit Safety and Data Sheets for ALL products incorporated into the Project. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Digital Data Files: Immediately before inspection for Certificate of Substantial Completion, review marked-up record prints with Architect. When authorized, prepare a full set of corrected digital data files of the Contract Drawings, as follows: 1. Format: Annotated PDF electronic file with comment function enabled. 2. Incorporate changes and additional information previously marked on record prints. Delete, redraw, and add details and notations where applicable. 3. Refer instances of uncertainty to Architect for resolution. 4. Architect will furnish Contractor one set of digital data files of the Contract Drawings for use in recording information. a. See Section 013300 "Submittal Procedures" for requirements related to use of Architect's digital data files. b. Architect will provide data file layer information. Record markups in separate layers. 5. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked-up record prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an acceptable drawing technique. c. Record data as soon as possible after obtaining it. d. Record and check the markup before enclosing concealed installations. e. Cross-reference record prints to corresponding archive photographic documentation. 6. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. i. Locations of concealed internal utilities. j. Changes made by Change Order or Construction Change Directive. k. Changes made following Architect's written orders. l. Details not on the original Contract Drawings. m. Field records for variable and concealed conditions. n. Record information on the Work that is shown only schematically. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017839 - 3 CDG 22004 PROJECT RECORD DOCUMENTS 7. Mark the Contract Drawings and Shop Drawings completely and accurately. Use personnel proficient at recording graphic information in production of marked-up record prints. 8. Use colors to distinguish between changes for different categories of the Work at same location. 9. Mark important additional information that was either shown schematically or omitted from original Drawings. 10. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize record prints and newly prepared record Drawings into manageable sets. Scan each page and combine to create one PDF Drawing Set. Use Bookmarks and links to organize the sheets in the file. Include identification on cover sheets. 2. Format: Annotated PDF electronic file with comment function enabled. 3. Record Digital Data Files: Organize digital data information into separate electronic files that correspond to each sheet of the Contract Drawings. Name each file with the sheet identification. Include identification in each digital data file. 4. Identification: As follows: a. Project name. b. Date. c. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. For each principal product, indicate whether record Product Data has been submitted in operation and maintenance manuals instead of submitted as record Product Data. 5. Note related Change Orders, record Product Data, and record Drawings where applicable. B. Format: Submit record Specifications as annotated PDF electronic file. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, record Specifications, and record Drawings where applicable. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017839 - 4 CDG 22004 PROJECT RECORD DOCUMENTS B. Format: Submit record Product Data as annotated PDF electronic file. 1. Include record Product Data directory organized by Specification Section number and title, electronically linked to each item of record Product Data. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. B. Format: Submit miscellaneous record submittals as PDF electronic file, each section bookmarked digitally, as to properly organize the data. 1. Include miscellaneous record submittals directory organized by Specification Section number and title, electronically linked to each item of miscellaneous record submittals. C. Submit additional documents as follows: [Delete this and items not applicable to project below.] 1. Building inspection approval 2. Certificate of Occupancy 3. Fire alarm installation certificate 4. Fire Marshal approval letter 5. Fire sprinkler approval letter (city inspection) 6. Automatic Fire Sprinkler Shop Drawings with Fire Marshal’s approval 7. HVAC TAB report with deficiencies noted and corrected 8. Electrical system grounding report 9. Med gas testing and certification 2.5 SAFETY & DATA SHEETS (SDS) A. Safety and Data Sheets for ALL products incorporated into the Project are to be provided at the end of the Work. 1. Organize data by Project Manual Section Designations. Scan and index data in PDF format. Use a Table of Contents, Bookmarks, and links to properly organize the data. 2. Include on each sheet a description of where the product was utilized. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for project record document purposes. Post changes and revisions to project record documents as they occur; do not wait until end of Project. B. Maintenance of Record Documents and Samples: Store record documents and Samples in the field office apart from the Contract Documents used for construction. Do not use project record documents for construction purposes. Maintain record documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to project record documents for Architect's reference during normal working hours. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 017839 - 5 CDG 22004 PROJECT RECORD DOCUMENTS END OF SECTION 017839 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 024119 - 1 CDG 22004 SELECTIVE DEMOLITION SECTION 024119 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Demolition and removal of selected portions of building or structure. Related Requirements: 2. Section 011000 "Summary" for restrictions on the use of the premises, Owner-occupancy requirements, and phasing requirements. 3. Section 017300 "Execution" for cutting and patching procedures. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner. C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.4 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. 1.5 INFORMATIONAL SUBMITTALS A. Predemolition Photographs or Video: Submit before Work begins. B. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 024119 - 2 CDG 22004 SELECTIVE DEMOLITION C. Qualification Data: For refrigerant recovery technician. D. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's building manager's and other tenants' on-site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of elevator and stairs. 5. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. 1.6 CLOSEOUT SUBMITTALS A. Inventory: Submit a list of items that have been removed and salvaged. B. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.7 QUALITY ASSURANCE A. Refrigerant Recovery Technician Qualifications: Certified by an EPA-approved certification program. 1.8 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. 1. Before selective demolition, Owner will remove items as discussed at the pre-construction meeting. Items remaining that are not addressed are to be brought to the Owner’s attention and Owner is to be provided sufficient time to remove all desired materials. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: Hazardous materials are present in buildings and structures to be selectively demolished. A report on the presence of hazardous materials is on file for review and use. Examine report to become aware of locations where hazardous materials are present. 1. Hazardous material remediation is specified elsewhere in the Contract Documents. 2. Do not disturb hazardous materials or items suspected of containing hazardous materials except under procedures specified elsewhere in the Contract Documents. 3. Owner will provide material safety data sheets for suspected hazardous materials that are known to be present in buildings and structures to be selectively demolished because of building operations or processes performed there. E. Storage or sale of removed items or materials on-site is not permitted. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 024119 - 3 CDG 22004 SELECTIVE DEMOLITION F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. PART 2 - PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Review record documents of existing construction provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in record documents. C. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. E. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs and/or preconstruction videotapes. 1. Comply with requirements specified in Section 013233 "Photographic Documentation." 2. Inventory and record the condition of items to be removed and salvaged. Provide photographs or video of conditions that might be misconstrued as damage caused by salvage operations. 3. Before selective demolition or removal of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. 1. Comply with requirements for existing services/systems interruptions specified in Section 011000 "Summary." CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 024119 - 4 CDG 22004 SELECTIVE DEMOLITION B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Owner will arrange to shut off indicated services/systems when requested by Contractor. 2. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Remove all abandoned utilities back to their source and cap or plug as directed with compatible materials. C. Refrigerant: Remove refrigerant from mechanical equipment to be selectively demolished according to 40 CFR 82 and regulations of authorities having jurisdiction. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Comply with requirements for access and protection specified in Section 015000 "Temporary Facilities and Controls." B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been removed. 5. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Section 015000 "Temporary Facilities and Controls." C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 1. Strengthen or add new supports when required during progress of selective demolition. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 024119 - 5 CDG 22004 SELECTIVE DEMOLITION 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain fire watch and portable fire-suppression devices during flame- cutting operations. 5. Maintain adequate ventilation when using cutting torches. 6. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 8. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 9. Dispose of demolished items and materials promptly. B. Reuse of Building Elements: Project has been designed to result in end-of-Project rates for reuse of building elements as follows. Do not demolish building elements beyond what is indicated on Drawings without Architect's approval. C. Removed and Salvaged Items: 1. Clean salvaged items. 2. Store items in a secure area until delivery to Owner. 3. Transport items to Owner's storage area designated by Owner. 4. Protect items from damage during transport and storage. D. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. 3.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Concrete: Demolish in small sections. Using power-driven saw, cut concrete to a depth of at least 3/4 inch at junctures with construction to remain. Dislodge concrete from reinforcement at perimeter of areas being demolished, cut reinforcement, and then remove remainder of concrete. Neatly trim openings to dimensions indicated. B. Concrete: Demolish in sections. Cut concrete full depth at junctures with construction to remain and at regular intervals using power-driven saw, then remove concrete between saw cuts. C. Masonry: Demolish in small sections. Cut masonry at junctures with construction to remain, using power-driven saw, then remove masonry between saw cuts. D. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished, then break up and remove. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 024119 - 6 CDG 22004 SELECTIVE DEMOLITION E. Resilient Floor Coverings: Remove floor coverings and adhesive according to recommendations in RFCI's "Recommended Work Practices for the Removal of Resilient Floor Coverings." Do not use methods requiring solvent-based adhesive strippers unless prior authorization to do so is provided by the Owner. F. Roofing: Remove no more existing roofing than what can be covered in one day by new roofing and so that building interior remains watertight and weathertight. See Division 7 for new roofing requirements. 1. Remove existing roof membrane, flashings, copings, and roof accessories. 2. Remove existing roofing system down to substrate. 3.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.7 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 024119 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 031200 - 1 CDG 22004 CONCRETE FORMING AND ACCESSORIES SECTION 031200 - CONCRETE FORMING AND ACCESSORIES PART 1 - GENERAL 1.01 RELATED WORK A. Applicable provisions of Division 01 shall govern all work of this Se ction. 1.02 WORK INCLUDED A. Include materials, labor, services and incidentals necessary for completion of this Section of Work. B. Include formwork for cast-in-place concrete as required by Concrete Contractor. C. Include formwork for concrete bases for equipment of m echanical and electrical divisions. Contractors for those divisions of Work shall be responsible for size, location and required inserts. D. Notify trades in ample time for each to install own work required in conjunction with formwork. E. Inserts, sleeves and other miscellaneous embedded items required by mechanical, electrical or plumbing trades shall be supplied and installed by those respective trades. F. Provide and install inserts, sleeves and other miscellaneous embedded items other than those required by mechanical, electrical or plumbing trades. G. Supply, install and maintain shoring and re-shoring related to concrete formwork. 1.03 QUALITY ASSURANCE A. Industry Standards, Specifications and Codes: 1. General: a. Comply with provisions of the following codes and standards except as modified herein. b. Referenced codes and standards including revisions and commentaries shall be the most currently adopted as of the date of these Contract Documents. 2. American Concrete Institute (ACI) a. ACI 301 Specifications for Structural Concrete for Buildings b. ACI 318 Building Code Requirements for Structural Concrete c. ACI 347 Guide to Formwork for Concrete 3. National Forest Products Association (NFPA) CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 031200 - 2 CDG 22004 CONCRETE FORMING AND ACCESSORIES a. NDS National Design Specification for Wood Construction including Design Values for Wood Construction 4. The Engineered Wood Association (APA) a. Plywood Design Specification 1.04 DESIGN CRITERIA A. Design forms, shores and bracing. Include factors pertaining to safety of formwork structure such as live load, dead load, weight of equipment on formwork, concrete mix, height of concrete drop, vibration reactions and similar factors. B. Design formwork to be readily removable without impact, shock or damage to cast -in-place concrete surfaces and adjacent materials. 1.05 ALLOWABLE TOLERANCES A. Flatwork true to plane: 1/4 inch in 10 feet B. Vertical surfaces true to plane: 1/4 inch floor to floor C. Formwork displacement: Maximum 1/4 inch D. Deviation of building dimensions indicated on drawings and position of columns, walls and partitions: 1/4 inch E. Deviation in cross sectional dimensions of columns, piers or beams or in thickness of slabs and walls: plus/minus 1/4 inch PART 2 - PRODUCTS 2.01 FORM MATERIALS A. General: Plywood, metal-framed plywood-faced or other acceptable panel type materials to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practical sizes to minimize number of joints. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. B. Formed Surfaces Exposed To View: New plywood complying with U.S. Stand ard PS-1 Plyform Class I, B-B Concrete Form Plywood, B-Matte MDO Plywood by Simpson, 5/8 inch or 3/4 inch thick without defects, mill oiled and edge sealed or wood forms lined with 3/16 inch tempered pressed wood or 1/4 inch thick plywood B-B conforming to EXT-DFPA as large a size as possible to minimize joints. C. Formed Surfaces Concealed From View: Clean straight lumber dressed on face and edges, nominal 1 inch thickness or plywood 5/8 inch or 3/4 inch thick conforming to EXT -DFPA or metal forms smooth and as large a size as possible. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 031200 - 3 CDG 22004 CONCRETE FORMING AND ACCESSORIES D. Reveals and Chamfers: Wood or purpose-made plastic or high density plastic foam to achieve sharp, true lines. 2.02 FORMWORK ACCESSORIES A. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sizes as required of sufficient strength and character to maintain formwork in place while placing concrete. B. Form Ties: 1. For Unexposed Concrete: Adjustable length removable or snap-off type which will leave holes no larger than 1 inch in diameter in face of concrete and when forms are removed no metal will be within 1 inch of finished concrete surface. 2. For Exposed Concrete: Ties shall be snap -off type (break point 1 inch or more from surface) with plastic cones added to form a 1-1/4 inch diameter, 1-1/2 inch deep recess around tie, which shall be grouted flush to match adjacent concrete surface. 3. No wire ties or site fabricated ties permitted. 2.03 CONCRETE ACCESSORIES A. Dovetail Anchor Slots: #305 Hohman and Barnard, Inc. or equivalent 20 gage sheet metal in Eraydo Zinc with felt strip protector. B. Wedge-Type Inserts: Hot rolled steel with wedge shaped holding faces designed to receive a 3/4 inch hot dipped galvanized askew head bolt. Gateway Type SL-R hot dipped galvanized or equivalent. C. Waterstops: PVC or SBR type, purpose made, split serrated type, center bulb. 2.04 FORM COATINGS A. Form coatings for exposed concrete shall consist of an approved non -staining form oil, lacquer or plastic. Plywood approved for reuse shall be recoated as directed by Engineer. When oil is used, excess shall be wiped off with rags. When lacquer is used, a light coating of form oil over lacquer will be permitted provided excess is wiped off. When factory -applied plastic coatings are used, follow manufacturer's instructions. Contact surface of forms shall be free of foreign mat ter, including dust. Form oil shall be applied to forms before reinforcing is erected. Form oil shall be of type which will not affect bonding of specified exterior finish. 2.05 CONSTRUCTION JOINT MATERIALS A. Solid Wood Lumber: Spruce-Pine-Fur (SPF) #2 or equivalent. PART 3 - EXECUTION 3.01 PREPARATION A. Verify lines, levels and centers before proceeding with formwork. Ensure dimensions agree with Drawings. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 031200 - 4 CDG 22004 CONCRETE FORMING AND ACCESSORIES 3.02 COORDINATION A. Coordinate work of other sections and cooperate with trades involved in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors and other inserts. Do not perform work unless specifically indicated on Drawings or reviewed prior to installation. 3.03 FORMWORK ERECTION A. Erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation and position. Form both faces of foundations. Earth forming of footings and vertical surfaces of concrete work is not permitted. B. Construct forms to sizes, shapes, lines and dimensions shown on Drawings and to obtain accurate alignment, location and grades. Level and plumb work. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in work. Use selected materials to obtain required finishes. Solidly butt joints and provide back-up at joints to prevent leakage of cement paste. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crust plates or wrecking plates where stripping may damage 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 like to prevent swelling and for easy removal. D. Provide temporary openings where interior area of formwork is inaccessible for clea nout, for inspection before concrete placement and for placement of concrete. Securely brace temporary openings and set tightly to forms to prevent loss of concrete mortar. Locate temporary openings on forms at inconspicuous locations. E. At all exposed corners of concrete walls, beams, columns, slab edges and miscellaneous items not specified or indicated, provide 3/4 inch, 45 degree chamfer. F. Install ties so portion remaining within concrete after removal is at least 1 inch inside concrete. Remove so surrounding concrete is not disfigured and cleanout hole remains to be patched. G. Coat contact surfaces of forms with form -coating compound before reinforcement is placed. H. Thin form coating compounds only with thinning agent of type and in amount and under condi tions of form coating compound manufacturer's directions. Do not allow excess form coating material to accumulate in forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. 3.04 INSERTS, EMBEDDED PARTS AND OPENINGS A. Plumbing, Heating and Electrical Items: 1. Premanufactured items including inserts, sleeves and other embedded items required by mechanical, electrical and plumbing trades shall be supplied, accurately locat ed, and installed by respective trades. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 031200 - 5 CDG 22004 CONCRETE FORMING AND ACCESSORIES 2. Site fabricated box outs for chases, sleeves and other miscellaneous openings for mechanical, electrical and plumbing trades shall be supplied and installed by Formwork Contractor. 3. Location of mechanical, electrical and plumbing inserts, embedded parts, openings and recesses shall be coordinated with respective trades by General Contractor. B. Other Items: 1. Other inserts, embedded parts, box outs for openings, chases, reveals and recesses except those specifically mentioned above by mechanical, electrical or plumbing trades, shall be installed by Formwork Contractor. Special inserts, embedded parts or other special requirements needed by specific trades shall be supplied by that respective trades to Formwork Contractor f or installation. General Contractor shall have overall responsibility for coordinating location of inserts, embedded parts, openings and recesses. 2. Install concrete accessories in accordance with manufacturer's recommendations; straight, level and plumb. Ensure items are not disturbed during concrete placement. 3. Set and build into Work, anchorage devices and other embedded items required for other work attached to or supported by cast-in-place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of items to be attached. Build-in dovetail anchor slots vertically. 4. Build-in wedge inserts indicated. 3.05 JOINTS AND EDGE FORMS A. Locate construction joints as shown on Drawings or as approved by Engineer. Form with keyway. Place perpendicular to main reinforcement. Continue reinforcement through joint, except slabs -on-grade, and locate joint so as not to affect structural integrity or appearance of structure. Includes joint between wall and footing. B. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finished slab surface. Provide and secure units of sufficient strength to support types of screeds required. Align concrete surface to elevation of screed strips by use of strike-off templates or accepted compacting type screeds. 3.06 CLEANING A. Clean forms as erection proceeds to remove foreign matter. Remove cuttings, shavings and debris from within forms. Flush with water or use compressed air to remove remaining foreign matt er. Ensure water and debris drain to exterior through clean-out ports. Retighten forms after concrete placement if required to eliminate mortar leaks. 3.07 FIELD QUALITY CONTROL A. Inspect and check completed formwork, shoring and bracing to ensure work is in ac cordance with formwork design and supports, fastenings, wedges, ties and parts are secured. B. Clean and repair surfaces of forms to be reused in 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. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 031200 - 6 CDG 22004 CONCRETE FORMING AND ACCESSORIES C. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secur e joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces. Do not use metal cover plates for repairing defects in forms for exposed concrete work. D. Inform Engineer when formwork is complete and has been cleaned to allow for inspe ction. Obtain review prior to placing concrete. E. For exposed to view concrete surfaces do not reuse plywood formwork. F. Allow Engineer to inspect each section of plywood type formwork prior to reuse. 3.08 FORMWORK REMOVAL A. Notify Engineer and Owner's field representative prior to removing formwork, centering, shoring and reshoring. B. Remove forms in a manner to ensure safety of structure at all times. Where entire structure is supported on shores; beam and girder sides, columns and similar vertical forms may be remov ed after 48 hours, providing concrete is sufficiently hard not to be injured thereby. In no case shall supporting forms or shoring be removed until members have acquired sufficient strength to support their weight and load safely. Coordinate removal with work of other trades. C. Remove forms according to ACI-347. However, the following schedule shall govern the minimum waiting period after placing concrete before bottom forms and shores of similar falsework supporting flexural members such as girders, beams, joists, slabs, etc. may be disturbed or stripped: Structural Members Waiting Period Columns, walls and beam sides………………………………………………2 days Spans less than 12 foot - slabs and beam bottoms……………………………7 days Spans between 12 foot and 30 foot - slabs and beam bottoms ......................... 14 days Spans greater than 30 foot - slabs and beam bottoms…………………………28 days D. The above schedule applies to daily curing temperatures above 50 degrees. For lower daily curing temperatures, increase waiting period. In addition to above requirements, do not remove forms until concrete has attained 80 percent of minimum design strength. E. Re-shore removed area before removing additional adjacent formwork. F. Retain re-shores in place for a minimum of 14 days and concrete has attained 100 percent of minimu m design strength. Retain re-shores in place until concrete construction above has attained sufficient strength to not require shoring below. END OF SECTION 031200 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 032013 - 1 CDG 22004 REINFORCING STEEL SECTION 032013 – REINFORCING STEEL PART 1 - GENERAL 1.01 RELATED WORK A. Applicable provisions of Division 01 shall govern all work of this Section. 1.02 WORK INCLUDED A. Include materials, labor, services and incidentals necessary for completion of this Section of Work. B. Work includes fabrication and placement of reinforcement for cast -in-place concrete including bars, welded wire fabric, ties, dowels, stirrups, suppor ts and accessories required. 1.03 QUALITY ASSURANCE A. Industry Standards, Specifications and Codes: 1. General: a. Comply with provisions of the following codes and standards except as modified herein. b. Referenced codes and standards including revisions and commentaries shall be the most currently adopted as of the date of these contract documents. 2. American Concrete Institute (ACI): a. ACI 301 Specifications for Structural Concrete for Buildings b. ACI 318 Building Code Requirements for Structural Concrete c. ACI 315 Details and Detailing of Concrete Reinforcement 3. Concrete Reinforcing Steel Institute (CRSI): a. Manual of Standard Practice b. Recommended Practice for Placing Reinforcing Bars 4. ASTM International (ASTM): a. Specific ASTM numbers are noted in later text. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 032013 - 2 CDG 22004 REINFORCING STEEL 1.04 QUALIFICATIONS A. Acceptable Manufacturers: 1. Shall be regularly engaged in the manufacture of steel bar, welded wire fabric reinforcing and mechanical splicing devices. B. Installer Qualifications: 1. Shall have 3 years experience in installation of steel bar and welded wire fabric reinforcing. C. Source Quality Control: 1. Mill test certificates identifying chemical and physical analysis of each load of reinforcing steel delivered if requested. 1.05 SUBMITTALS A. Submit in accordance with Division 01 requirements. B. Steel Properties: 1. Submit certification of grade, chemical analysis and tensile properties of steel furnished if requested. C. Shop Drawings: 1. Show sizes and dimensions for fabrication and placing of reinforcing steel and bar supports. 2. Show type, size and location of accessories. 3. Indicate bar schedules, stirrup spacing and diagrams of bent bars, arrangements and assemblies. 4. Indicator for yield strength of bars being provided. 5. Show required bar laps and call out specific lap dimensions. 6. Lap splices shall develop the full strength of the bar unless lesser laps are permitted by Drawings. D. Manufacturer's Literature: 1. Submit manufacturer's specifications, capacities and installation instructions for splice devices. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 032013 - 3 CDG 22004 REINFORCING STEEL PART 2 - PRODUCTS 2.01 REINFORCING STEEL A. Reinforcing Bars: 1. Conform to ASTM A-615 "Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement". 2. Reinforcing bars shall be deformed, except that plain bars may be used for spirals. 3. Main reinforcing bars and other bars not listed above shall be Grade 60, unless noted otherwise on Contract Documents. B. Welded Wire Fabric: 1. Conform to ASTM A-185 "Standard Specification for Welded Steel Wire Fabric, Plain for Concrete Reinforcement". 2. Welded wire fabric shall be electrically welded and 65,000 psi yield strength. 2.02 MECHANICAL SPLICES 1. Mechanical splicing devices are to be used where specifically noted on Drawings or at Contractor's option for any splice. Mechanical splicing devices shall develop 125 percent of designated yield strength of reinforcing being spliced. 2. Acceptable products and manufacturers are as follows: a. COMPRESSION SPLICES: 1) Cadweld (compression only); Erico Products, Inc. 2) Lenton; Erico Products, Inc. 3) Speed Sleeve; Erico Products, Inc. 4) G-Lock; Gateway 5) Grip-Twist; Barsplice Products, Inc. b. TENSION SPLICES: 1) Cadweld (tension only); Erico Products, Inc. 2) Lenton; Erico Products, Inc. 3) Grip-Twist; Barsplice, Inc. 4) Bar-Grip System, Barsplice Products, Inc. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 032013 - 4 CDG 22004 REINFORCING STEEL 3. Comply with manufacturer's instructions for bar preparation and installation of splicing devices. 2.03 ACCESSORIES A. Supports for Reinforcement: 1. Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcement in place. 2. Use wire bar type supports complying with CRSI recommendations unless otherwise indicated. Do not use wood, brick and other unacceptable materials, e.g., mortar blocks, coarse aggregates. 3. For exposed-to-view concrete surfaces, where legs of supports are in contact with forms, provide supports with legs which are plastic protected. For sandblasted or bus h-hammered concrete provide stainless steel protected or special stainless bar supports. 4. Where indicated on Drawings, slab on grade reinforcement shall be supported on individual high chairs with sand plates for soil bearing (HCP). 5. Over waterproof membrane, use chairs with plates to prevent penetration of membrane. 2.04 FABRICATION A. Shop fabricate reinforcing bars to conform to required shapes and dimensions. In case of fabricating errors, do not re-bend or straighten reinforcement in a manner that will injure o r weaken materials. B. Reinforcement shall be bent cold unless otherwise permitted by Engineer. C. Unacceptable Materials: 1. Reinforcement with any of the following defects will not be permitted in Work: a. Bar lengths, depths and bends exceeding specified fabricatio n tolerances. b. Bends or kinks not indicated on Drawings or final Shop Drawings. c. Bars with reduced cross-section due to excessive rusting or other cause. 2.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. General: 1. Deliver reinforcement to project site in bundles marked with metal tags indicating bar size, lengths and other information corresponding to markings shown on placement drawings. 2. Handle and store materials to prevent dirt or excessive rust. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 032013 - 5 CDG 22004 REINFORCING STEEL PART 3 - EXECUTION 3.01 INSPECTION A. Examine formwork and other conditions under which c oncrete reinforcement is to be placed and notify Formwork Contractor of unsatisfactory conditions. Do not proceed with work until unsatisfactory conditions have been corrected in a manner to your satisfaction. 3.02 PLACEMENT A. Comply with specified codes and standards and CRSI "Recommended Practice for Placing Reinforcing Bars" for details and methods of reinforcement placement and supports and as specified. B. Clean reinforcement to remove loose rust and mill scale, earth, ice and other materials which reduce or impair bond with concrete. C. 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 coverages for concrete protection as indicated on Contract Documents. Arrange, space and securely tie bars and bar supports together with 16 gage wire to hold reinforcement accurately in position during concrete placement operations. Set wire ties so ends are directly away from exposed concrete surfaces. E. At openings in concrete walls or slabs additionally provide a minimum of two #5 bars around opening. F. Provide two #3 bars 3 inches apart on 4 sides of floor drains in slabs. G. Unless permitted by Engineer, reinforcing shall not be bent after being embedded in hardened concrete. H. Suspend footing reinforcement in place with wires to assure proper placement. Where applicable, solid concrete bricks may be utilized to position reinforcement in spread and strip footings. I. Welded wire fabric shall lap one full mesh at side and end laps and must be wired together. Mesh for slabs-on-grade shall be raised at least 2 inches during concrete pour. Minimum requirement for concrete toppings and slabs-on-grade shall be WWF 6x6 - W1.4 by W1.4 unless specifically noted otherwise on Drawings. Where indicated on Drawings, slab on grade reinforcement shall be supported on individual high chairs with sand plates for soil bearing (HCP). Supports shall be a minimum of 2 inches high and maximum spacing shall be 48 inches on center each way. Supports shall be tied to reinforcement. J. Provide sufficient number of supports and sizes as required to carry reinforcement. Maximum spacing of chairs is 48 inches on center. Do not place reinforcing bars more than 2 inches beyond the last leg of any continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. 3.03 WELDING OF REINFORCEMENT A. Welding of reinforcement covered by this Section is prohibited. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 032013 - 6 CDG 22004 REINFORCING STEEL 3.04 FIELD QUALITY CONTROL A. Notify Engineer when reinforcing is in place so he or she may review reinforcing placement. Engineer shall have a minimum of 24-hour notice prior to placement of concrete. B. Tend to reinforcing at all times during concrete placement and make necessary adjustments to reinforcing which has been dislodged by concrete placement or workmen. C. Bar Placement Tolerances: 1. 1/4 inch (plus/minus) between bars 2. 1/4 inch (plus/minus) vertically for members 8 inches deep or less 3. 1/2 inch (plus/minus) vertically for members over 8inches deep and less than 2 foot deep 4. 1 inch (plus/minus) vertically for members 2 foot or deeper END OF SECTION 032013 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 1 CDG 22004 CAST-IN-PLACE CONCRETE SECTION 033000 – CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 RELATED REQUIREMENTS A. Applicable provisions of Division 01 shall govern work of this Section. B. 03 36 00 – Special Concrete Finishes. C. 03 12 00 – Concrete Forming and Accessories. D. 03 20 13 –Reinforcing Steel 1.02 WORK INCLUDED A. Include materials, labor, services, and incidentals necessary for completion of this section of Work. B. Extent of cast-in-place concrete work is shown on Drawings. C. Provide concrete bases for equipment of mechanical and electrical divisions. Coor dinate size and location with HVAC, Plumbing, and Electrical Contractors. D. Notify other trades of the date for concrete placement in ample time for each to install their own work. E. Install anchor bolts, embedded plates, inserts and similar items furnished by other trades. 1.03 NOTIFICATION A. Contractor shall the inspection/testing agency and Engineer at least 24 hours prior to major concrete pour. 1.04 PROTECTION OF ADJACENT WORK A. Contractor shall be responsible to see that due care is exercised to avoid staining adjace nt finished material during concrete work. Contractor, without expense, shall make such damage good to Owner. 1.05 QUALITY ASSURANCES A. Industry Standards, Specifications and Codes: 1. General: a. Comply with provisions of the following codes and standards except as m odified herein. b. Referenced codes and standards including revisions and commentaries shall be the most currently adopted as of the date of these Contract Documents. 2. American Concrete Institute (ACI): a. ACI 117 Standard Specifications for Tolerances for Concrete Construction and Materials CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 2 CDG 22004 CAST-IN-PLACE CONCRETE b. ACI 301 Specifications for Structural Concrete c. Additional ACI sections are noted in later text. 3. American Society For Testing And Materials (ASTM): a. Specific ASTM standards are noted in later text. 1.06 ALLOWABLE TOLERANCES A. Flatwork tolerance for random-traffic floors should be measured in accordance with ASTM E 1155. B. When area of slab surface within 2 feet of construction joints exceeds 25 percent of slab surface, entire surface area shall be tested, including those areas within 2 feet of construction joints. C. Floor tolerance measurements shall be made within 16 hours after completion of final troweling operation, and where applicable, before removal of supporting shores. D. Floor Flatness and Levelness Tolerances: 1. General: Tolerances in floor slab elevation shall not exceed the following: a. Slab on Grade 1) Specified Overall Value – Ff25/Fl20 2) Minimum Local Value – Ff17/Fl15 2. Definitions: a. Ff – maximum variation in floor elevation within any 2 -foot length; “flatness” b. Fl – maximum variation in floor elevation between any 2 points separated by 10 feet; “levelness” c. Specified overall value – minimum average for Project. d. Local value – minimum within each column bay. 3. Floor flatness and levelness measurements: a. Measurements shall be made where requested by Owner or Architect, at Owner’s expense. b. Measurements shall be made in accordance with ASTM E -1155 and ACI 117 E. See ACI 117 for other tolerances not stated herein. 1.07 SUBMITTALS A. Submit in accordance with Division 01 requirements. B. Mix Designs: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 3 CDG 22004 CAST-IN-PLACE CONCRETE 1. Prepare design mixtures for each class of concrete on the basis of laboratory trial mixtures or field test data, or both in accordance with ACI 301. Design mixtures shall meet the requirements listed in Table 033000-1. Submit material content per cubic yard of each cla ss of concrete furnished including: 2. Weight of cementitious materials. 3. Saturated surface-dried weights of fine and coarse aggregates. 4. Quantities, type and name of admixtures. 5. Weight of mixing water. C. Submit to Engineer mix designs, certification that materia ls used in concrete mixtures meet ASTM and other applicable specifications, and documentation indicating proposed concrete proportions will produce an average compressive strength equal to or greater than the required compressive strength as specified in ACI 301. Obtain approval prior to placing concrete. D. Test Reports: 1. Submit reports of concrete testing including, compressive strength, density (unit weight), air content, temperature and slump. Furnish copies to General Contractor, Consulting Engineer, Co ncrete Supplier and Owner Representative. Test results shall be reported in writing within 2 days that tests are made. PART 2 - PRODUCTS 2.01 MATERIALS A. Hydraulic Cement: 1. For normal concrete, hydraulic cement shall meet requirements of ASTM C 150, ASTM C 595, or ASTM C 1157. 2. For air-entrained concrete, cement shall meet requirements of ASTM C 150, Type 1A Portland Cement or cement specified for normal concrete may be used with an air -entraining admixture conforming to ASTM C 260. B. Slag Cement: 1. Slag cement shall meet requirements of ASTM C 989. C. Silica Fume Cement: 1. Silica fume shall meet the requirements of ASTM C 1240. D. Fly ash: 1. Fly ash shall meet the requirements of ASTM C 618. E. Aggregates: 1. Normal weight aggregate shall comply with requirements of ASTM C 33. Lightweight agg regates shall comply with requirements of ASTM C 330. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 4 CDG 22004 CAST-IN-PLACE CONCRETE F. Water: 1. Water used for batching concrete shall meet the requirements of ASTM C 1602. 2.02 ADMIXTURES A. No other admixtures will be allowed except those listed without Engineer's approval. B. Air-Entraining: 1. Shall Conform to ASTM C 260, certified by the manufacturer to be compatible with other required admixtures. The Entrained air content shall be controlled at 6½ percent for ¾" aggregate concrete and 5½ percent for 1½" aggregate concrete within limits of plus or minus 1½ percent each. 2. Products: Subject to compliance with requirements, provide one of the following: a. "Darex II” – W.R. Grace b. "AEA 92S" - Euclid c. "Catexol AE 260” – Axim Concrete Technologies d. "Micro-Air" – BASF Admixtures, Inc. e. "MB AE 90" – BASF Admixtures, Inc. C. Water Reducing: 1. Shall conform to ASTM C 494, Type A 2. Products: Subject to compliance with requirements, provide one of the following: a. "WRDA 82" – W.R. Grace b. "Eucon WR-91" - Euclid c. "Catexol 1000N" – Axim Concrete Technologies d. "Pozzolith 200N" – BASF Admixtures, Inc. D. Mid-Range Water Reducing: 1. Shall conform to ASTM C 494, Type A or Type F 2. Products: Subject to compliance with requirements, provide one of the following: a. "Daracem 65" – W.R. Grace b. "Eucon MR" - Euclid c. “Catexol 3500N“ – Axim Concrete Technologies CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 5 CDG 22004 CAST-IN-PLACE CONCRETE d. "Polyheed 997" - BASF Admixtures, Inc. E. High-Range Water Reducing (Super Plasticizer): 1. Shall conform to ASTM C 494, Type F or Type G. 2. Products: Subject to compliance with requirements, provide one of the following: a. "Daracem 19" - W.R. Grace & Co. b. "ADVA 100" - W.R. Grace & Co. c. "Eucon 37" - Euclid d. "Catexol 1000SP-MN" – Axim Concrete Technologies e. "Rheobuild 1000" - BASF Admixtures, Inc. F. Water Reducing, Non-Chloride Accelerator: 1. Shall conform to ASTM C 494, Type C or Type E. 2. Products: Subject to compliance with requirements, provide one of the following: a. "Polarset" - W.R. Grace & Co. b. "Accelguard 80" - Euclid Chemical Co. c. "Catexol 2000RHE" – Axim Concrete Technologies d. "Pozzutec 20" - BASF Admixtures, Inc. G. Water Reducing, Retarding: 1. Shall conform to ASTM C 494, Type D. 2. Products: Subject to compliance with requirements, provide one of the following: a. "Daratard 17" - W.R. Grace & Co. b. "Eucon Retarder 100" - Euclid Chemical Co. c. "Catexol 1000R" – Axim Concrete Technologies d. "Pozzolith 100XR" - BASF Admixtures, Inc. 2.03 BONDING AGENT A. Shall be a poly-vinyl acetate emulsion. B. Products: Subject to compliance with requirements, provide one of the following: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 6 CDG 22004 CAST-IN-PLACE CONCRETE 1. "Southcrete 45" – SGM 2. “Euco Weld” – Euclid Chemical Company 2.04 RELATED MATERIALS A. Evaporation Retardant and Finishing Aid: Shall be "Confilm" by BASF Admixtures, Inc. B. Stair Nosings: Provide single component safety tread stair nosings, Type 231 on interior and exterior stairs, as manufactured by Wooster Products, Inc., Wooster, Ohio, Style AXPE by Safe -T-Metal Company or approved equal, unless indicated otherwise on Project Drawings. C. Vapor Retarder: Provide vapor retarder over prepared base coarse. Provide manufacturer’s recommended pipe boots, mastics and gusset tape. Use only materials resistant to decay when teste d in accordance with ASTM E154, as follows: 1. Vapor Retarder membrane must have the following qualities; a. Water Vapor Transmission Rate ASTM E 96 less than 0.008 b. Water Vapor Retarder ASTM E 1745 Class A c. Provide one of the following: 1) Stego Wrap (15 mil) Vapor Barrier by Stego Industries LLC 2) W.R. Meadows Perminator 15 mil 3) Zero-Perm by Alumiseal D. Non-Shrink Grout: Factory pre-mixed non-metallic grout, complying with ASTM C 1107. 1. Products: Subject to compliance with requirements, provide one of the following: a. "Set Grout" - ChemRex b. "Sonogrout" - Sonneborn c. "Euco-NS" - Euclid Chemical Co. d. "Sealtight 588" - W.R. Meadows e. "Crystex" - L&M Cons. Chemical Co. f. "Sure-Grip Grout" - Dayton Superior Corp. g. "Horngrout" - A.C. Horn h. "Five Star Grout" - US Grout Corp. E. Absorptive Cover: Burlap cloth made from jute or Kenaf, weighing approximately 9 ounces per square yard, complying with AASHTO M182, Class 2. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 7 CDG 22004 CAST-IN-PLACE CONCRETE F. Moisture-Retaining Cover: One of the following, complying with ASTM C 171, Type 1 or 2: 1. Polyethylene Film 2. Polyethylene Coated Burlap G. Liquid Curing Compound 1. Conform to ASTM C309, Types 1 and 1D, Class B, water based. 2. Meet federal and state VOC/AIM regulations. 3. Shall be dissipating resin type, which chemically breaks down after approximately eight (8) weeks. 4. Shall not inhibit bonding of flooring adhesives 5. Shall not inhibit bond breaker, where applicable 6. Sodium silicates prohibited. 7. Use on all interior slabs to receives subsequent floor coverings and parking structures H. Curing and Sealing Compounds: 1. Conform to ASTM C1315, Type 1, Class B. 2. Minimum 25 percent solids by volume. 3. Moisture loss shall be not more than 0.30 Kg/M2 when applied at 300 square feet per gallon. 4. Meet federal and state VOC/AIM regulations. I. Epoxy Adhesive: ASTM C 881, 2 component material suitable for use on dry or damp surfaces. Provide material "Type", "Grade", and "Class" to suit project requirements. 1. Products: Subject to compliance with requirements, provide one of the following: a. "Concresive LPL Liquid" - ChemRex b. "Epoxtite" - A.C. Horn c. "Edoco 2118 Epoxy Adhesive" - Edoco Technical Prod. d. "Sikadur Hi-Mod" - Sika Chemical e. "Euco Epoxy 452" - Euclid Chemical Co. f. "Patch and Bond Epoxy" - The Burke Co. g. "Sure-Poxy" - Kaufman Products, Inc. J. Non-slip Aggregate Finish: For stairs, landings, platforms and where otherwise no ted, provide fused aluminum oxide grits, or crushed emery, as abrasive aggregate for non -slip finish with emery aggregate CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 8 CDG 22004 CAST-IN-PLACE CONCRETE containing not less than 40 percent aluminum oxide and not less than 25 percent ferric oxide. Use material that is factory-graded, packaged, rust-proof, and non-glassing, and is unaffected by freezing, moisture, and cleaning materials. Submit samples for Architect's approval. 1. Products: Subject to compliance with requirements, provide one of the following: a. "Frictex" - Sonneborn b. "Euco-Non-Slip" - Euclid Chemical Co. K. Isolation Joint Filler: Shall be bituminous (1/2 inch and ¼ inch thicknesses) conforming to ASTM D 994. L. Control Joint Insert: Shall be hardboard or fiberboard. M. Expansion Joint Filler: Shall be extruded polystyrene. N. Underlayment Compound: Freeflowing, self-leveling, pumpable, cement-based compound for applications from 1-1/2 inch thick to feathered edges, minimum strength of 4000 psi. O. Products: Subject to compliance with requirements, provide one of the following: 1. "Level-Right Plus” – Maxxon Great Lakes 2. "K-15” – Ardex, Inc. 3. "Stonecrete UL1” – Stonehard, Inc. 4. "Thoro SLU” – Thoro System Products P. Dovetail Anchor Slots: Shall be #305 Hohman and Barnard, Inc. or equivalent 20 gage sheet metal in Eraydo Zinc with felt strip protector. Q. Waterstops: shall be one of the following, or an approved equal, installed per manufacturer’s recommendations: 1. Bulb type with minimum 3 inch ribbed extension into concrete each side of joint. One side shall be split for anchoring to formwork. Representative product:”Sealtight No. 6316”, W.R. Meadows Co. 2. Self-sealing non-swelling preformed joint sealant. Representative product” SF302 Synko-Flex Waterstop”, Henry Company 3. Expanding preformed strip utilizing high sodium-bentonite content. Representative product:” Volcay Waterstop-RX, Model RX101”, American Colloid Company 2.05 READY MIXED CONCRETE A. Ready mixed concrete shall be measured, mixed and delivered according to ASTM C94, except as modified herein. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 9 CDG 22004 CAST-IN-PLACE CONCRETE B. Prepare design mixtures for each class of concrete on the b asis of laboratory trial mixtures or field test data, or both in accordance with ACI 301. Design mixtures shall meet the requirements listed in Table 033000-1 C. Addition of water is permitted for batches of material with insufficient slump at the job site bu t is limited to the lesser of; 1 gallon per cubic yard or the quantity of water indicated on the delivery ticket such that the mixing water content on approved mix design is not exceeded. D. Ready Mixed Concrete Delivery Tickets: 1. Furnish 2 delivery tickets with each batch of concrete before unloading at site; 1 for Contractor and 1 for Engineer on which is printed, stamped or written the following information: a. Name of ready-mix batch plant b. Serial number of ticket c. Date and truck number d. Name of Contractor e. Job name and location f. Specific class or designation of concrete g. Amount of concrete (cubic yards) h. Time loaded or of first mixing of cement and aggregates i. Type, name and amount of admixture j. Type, brand and amount of cement k. Total water content by producer (or W/C ratio) l. Maximum size of aggregate m. Weights of fine and course aggregates E. Mix Proportioning: 1. Minimum amount of cementitious material identified in the following mix proportions shall apply for mixes for which field experience or trial mixture information req uired is not provided. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 10 CDG 22004 CAST-IN-PLACE CONCRETE Table 033000-1 Notes: (1) Air entrained concrete: Use for exterior walls, exterior slabs, walks, platforms, ramps, steps and other concrete exposed to freezing and thawing. (2) A maximum of 50 percent total replacement of Portland cement with GGBFS (Ground Granulated Blast - Furnace Slag) and fly ash at a 1:1 ratio; up to 350 pounds, with a maximum 25 percent fly ash. If fly ash is used alone, limit maximum replacement to 25 percent. (3) A maximum of 30 percent total replacement of Portland cement with GGBFS (Ground Granulated Blast - Furnace Slag) and fly ash at a 1:1 ratio where freeze -thaw durability and exposure to deicers is likely; up to 350 pounds, with a maximum 25 percent fly ash. If fly ash is used alone, limit maximum replacement to 25 percent. CLASS 28-DAY STRENGTH (PSI) SLUMP RANGE (IN) AGGREGATE SIZE (IN) W/C RATIO (BY WT.) AIR ENTRAIN MENT % USAGE A 4,000 3-5 3/4 0.45 Max. None All footings & interior slab on grade (2) F 3,000 1-4 3/4 0.62 Max. 4.5 Electrical encasement, pipe encasement, miscellaneous scheduled concrete work (1) (3) CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 11 CDG 22004 CAST-IN-PLACE CONCRETE PART 3 - EXECUTION 3.01 GENERAL A. Clean all mixing and transportation equipment. Wet forms thoroughly. Remove all ice, excess water, mud and other debris from within forms and from reinforcement. N otify Engineer prior to placing in ample time for inspection of forms and reinforcing. 3.02 PLACEMENT OF CONCRETE A. Pre-Placement Inspection: 1. Before placing concrete, inspect and complete formwork installation, reinforcing steel and items to be embedded or cast-in-place. Notify other Contractors to permit installation of their work; cooperate with other trades in setting such work as required. Thoroughly wet wood forms immediately before placing concrete as required where form coatings are not used. Notify insp ection agency and Engineer 24 hours in advance of pouring. 2. Remove snow, ice, debris and excessive water from forms 3. Pre-wet soil and sand subgrades and surfaces of precast concrete to receive fresh concrete. 4. Position and secure expansion joint materials, an chors, waterstops, screeds, control joint forms, and expansion caps on slip-dowels. 5. Remove hardened concrete and foreign materials from the inner surfaces of conveying equipment, formwork and reinforcing. 6. Inspect and repair vapor retarder where applicable. B. Placing Concrete In Forms: 1. Deposit concrete in forms in horizontal layers not deeper than 18 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. Maximum length of wall pour is 100 feet between construction joints. 2. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause formation of seam s or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. 3. 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. Alternat e methods of consolidating concrete including the use of self-consolidating concrete may be submitted to the Engineer for approval. 4. Do not use vibrators to move concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than visible effectiveness of machine. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 12 CDG 22004 CAST-IN-PLACE CONCRETE time necessary to consolidate concrete and complete embedment of reinfor cement and other embedded items without causing segregation of mix. C. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in a continuous operation until placing of a panel or section is completed. 2. Place interior slabs on grade using long-strip construction techniques or other approved method. 3. Place suspended slabs in sections as large as practicable to complete finishing, within limits acceptable to Engineer. 4. Consult with Engineer with regard to limits of single placements prior to commencing wor k. 5. Consolidate concrete during placing operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 6. Bring slab surfaces to correct level with a straightedge and strikeoff. Use bull floats or darbies to smooth surface, leaving it free of humps or hollows. Do not sprinkle water on plastic concrete surface. Do not disturb slab surfaces prior to beginning finishing operations. “Wet Screed” placement of slabs is not allowed. 7. Maintain reinforcing in the proper position during concrete placement operations. mesh shall be lifted to 1/2 slab depth as pouring proceeds. D. 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. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt or other materials containing anti-freeze agents or chemical accelerators other than approved, non-chloride accelerating admixtures. 4. Do not allow carbon dioxide from heating units to contact freshly placed concrete surfaces for 48 hours. Vent heaters outside of enclosure. E. Hot Weather Placing: 1. Temperature of concrete delivered at job site shall not exceed 95 degrees F. Add ice to mixing water as required to control temperature of mixture. 2. Conform to ACI 305. 3. Use evaporation retarders, and finishing aids when necessary to achieve sound, durable syrfaces. 4. Wet forms thoroughly before placing concrete. 5. Do not use retarding admixtures without the written permission of the Engineer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 13 CDG 22004 CAST-IN-PLACE CONCRETE 3.03 CONCRETE JOINTS A. Construction Joints: 1. Locate as directed by Engineer or as shown on Drawings. Form keyway. Place perpe ndicular to main reinforcement. Continue reinforcement through joint. Locate joint so as not to affect structural integrity or appearance of the structure. Includes joint between wall and footing. B. Isolation Joints: 1. Form with keyway with bituminous preformed filler, 1/2 inch with strippable cap to install sealant. Reinforcement is non-continuous. Locate at points of contact between slab-on-grade and vertical structural concrete. C. Control Joints: 1. Locate on grid lines or on lines as shown on Drawings or as directed by Engineer. Joint size shall be 1/4 inch wide by 1/5 to 1/4 of slab depth. Continue reinforcement through joint. Contrac tor's option to tool or use insert. Do not tool joints in slabs to receive a finished flooring material. Control joints should be made within first 24 hours of concrete pour. 3.04 FINISHING A. General: 1. Strike and level concrete. Allow to set before floating. Power float on disappearance of water sheen. Hand float areas inaccessible to power float. Applicable to flat work to obtain smooth, uniform, granular texture. Floors shall be flat and level within tolerances given in Part 1, except where drains occur or sloped floors are indicated, in which case tolerance applies to planes indicated. B. Slab Surfaces 1. Float Finish a. Locations 1) Initial finish for all horizontal surfaces 2) Final finish where topping slabs, waterproofing membrane or roofing is to be places over finished surface b. Method: After concrete has been placed, consolidated, struck off and leveled begin first float. Check levelness and correct as required during first float. Second float shall produce a uniform and true surface with a sandy texture. 2. Trowel Finish a. Locations – All floor slabs expect where specifically required otherwise. b. Method: First apply float finish, then power-trowel and finally hand towel to produce a dense, smooth surface free of trowel marks and blemishes, and uniform in texture and appearance. Do not add cement slurry or water to surface during finishing. Grind high spots and fill low spots with specified materials. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 14 CDG 22004 CAST-IN-PLACE CONCRETE 3. Broom Finish a. Locations – Concrete ramp surfaces b. Method: After float finish, power-trowel and provide coarse transverse striations with a stiff fiber brush. After brushing, provide indentations perpendicular to the slope of the ramp approximatel y 1/4th inch wide and deep and at 6 inch intervals with a metal grooving tool. 4. Non-Slip Finish a. Locations: interior steel pan type stair treads and platforms, exterior concrete stair and ramps. b. Method: After floating, but before troweling, apply abrasive ag gregate to surface in accordance with manufacturers’ recommendations, then steel trowel to a smooth, even finish. Rub finished surfaces with abrasive stone or sandblast to remove laitance or cement coating in order to expose abrasive aggregate. C. Saw-Cutting Concrete Slabs-on-Grade 1. Saw joints as soon as possible after finishing, but only after concrete is hard enough. Concrete is hard enough when saw blade does not dislodge aggregate and when edges of sawcut do not travel. 2. Joints shall be a minimum of 1/4 inch wide and 1/4 of the slab thickness deep. 3. Formed strips may be used in lieu of saw-cutting in the same locations and to equal depth as sawn joints. D. Formed Surfaces 1. General: Holes resulting from the removal of bolts or tie rods shall be solidly filled with cement grout. Fill holes passing entirely through concrete members from inside face with a plunger -type grease gun or other device that will force the mortar through to the outside face. 2. Rough Form Finish: for surfaces not exposed to view a. Remove fins exceeding 1/4th inch in height, and grind bulges that interfere with other trades. b. Fill holes and honeycombs 3. Smooth Form Finish: For surfaces exposed to view a. Remove all fins, bulges and unsightly form marks. b. Fill holes and honeycombs to match surrounding concr ete surfaces. c. Provide rubbed finish where satisfactory form finish cannot be achieved. 4. Rubbed Finish a. Apply finish as soon as possible after casting concrete, no later than the day following form removal. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 15 CDG 22004 CAST-IN-PLACE CONCRETE b. Wet surface and rub with carborundum brick or other abrasive to produce uniform color and texture c. Form tie holes and honeycombs shall be patched and dressed to match color and texture of surrounding concrete. 5. Grout Cleaned Finish a. Thoroughly clean surfaces to be finished. b. Mix 1 part Portland cement and 1 ½ p arts fine sand with sufficient water to produce a grout with the consistency of thick paint. Use white cement as necessary to match color of surrounding concrete. Wet concrete surfaces to prevent absorption of water from the grout. Apply grout uniformly, filling all holes and air bubbles. Remove excess grout. After initial set, rub surface with burlap. Wet cure for minimum 36 hours after final rubbing. 3.05 CURING A. General: beginning immediately after placement, protect concrete from premature drying, excessivel y hot or cold temperatures and mechanical damage. B. Preservation of Moisture: protect surfaces not in contact with forms from moisture loss with one of the following methods immediately after finishing and continuing for a period of at least 7days. 1. Ponding or continuous sprinkling 2. Application of absorptive mats or fabric kept continuously wet. 3. Application of sand kept continuously wet. 4. Continuous application of steam or mist. 5. Application of waterproof sheet materials 6. Application of curing compound in conforma nce with ASTM C309, “Specification for Liquid Membrane-Forming Compounds for Curing Concrete”. Apply curing compounds in accordance with manufacturer’s recommendations. Do not use curing compound on any surface against which additional concrete is to be placed or other material is to be bonded unless it is proven that the compound will not inhibit bonding, or positive measures are taken to completely remove the compound from areas to received bonded materials. C. Protect surfaces cast against forms from moisture loss by keeping forms wet until removed. After form removal, protect exposed surfaces by one of the methods specified. D. Curing shall be continued for a period of 7 days for Type I cement, or 3 days for Type III cement or until tests indicate that the concrete has attained 70 percent of required strength. 3.06 REPAIRING AND PATCHING A. Concrete Surface Repairs: 1. Comply with ACI 301 “Specifications for Structural Concrete”. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 16 CDG 22004 CAST-IN-PLACE CONCRETE 2. Remove and replace, at no additional cost, concrete not formed as shown on Drawings, concret e out of alignment, surfaces beyond required tolerances or defective surfaces which cannot be properly repaired or patched, including concrete failing to meet strength requirements as determined by testing laboratory. 3. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removal of forms, when acceptable to Architect. Cut out honeycomb, rock pockets, voids over 1/4 inch 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 inch. Make edges of cuts perpendicular to concrete surface. Thoroughly clean, dampen with water and brush coat area to be patched with specified bonding agent. Place patching mortar after bonding compound has dried. 4. 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. Com pact mortar in place and strike-off slightly higher than surrounding surface. 5. Repair of Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Architect. Surface defects include color and te xture 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. 6. Repair concealed formed surfaces, where possible, that contain defects that affect durability of concrete. If defects cannot be repaired, remove and replace concrete. 7. Repair of Unformed Surfaces: Test unfor med surfaces, such as monolithic slabs, for smoothness and verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smo othness, using a template having required slope. 8. Repair finished unformed surfaces that contain defects that affect durability of concrete. Surface defects, include crazing, cracks in excess of 0.01 inch wide or which penetrate to reinforcement or completely through non-reinforced sections regardless of width, spalling, popouts, honeycomb, rock pockets and other objectionable conditions. 9. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days. 10. 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 leveling compounds may be used when acc eptable to Architect. 11. Repair defective areas, except random cracks and single holes not exceeding 1 inch 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 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding compound. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compac t and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 12. Repair isolated random cracks and single holes not over 1 inch in diameter by dry -pack method. Groove top of cracks and cut out holes to sound concrete and c lean of dust, dirt and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Mix dry -pack, consisting of 1 part Portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 17 CDG 22004 CAST-IN-PLACE CONCRETE as required for handling and placing. Place dry-pack after bonding compound has dried. Compact dry-pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for not less than 72 hours. 13. Do not use repair methods not specified above and do not perform structural repairs, except with prior written approval of Architect for method and procedure, using specified epoxy adhesive mortar. 3.07 QUALITY CONTROL TESTING DURING CONSTRUCTION A. General: 1. Sample fresh concrete to conform to ASTM C 172. B. Slump: 1. In accordance with ASTM C 143. One slump test at point of discharge from ready mix truck for each set of test cylinders taken, unless noted otherwise, with additional tests when concrete consistency seems to have changed. If measured slump falls outs ide limits specified, a check test shall be made immediately on another portion of the same sample. In the event of a second failure, concrete will be considered to have failed to comply with Specifications. Slump tests, when taken, shall be conducted after site addition of superplasticizer, however a visual estimate of slump shall be recorded prior to site addition of superplasticizer to a mix. Visual slump should only be used after correlation has been established with actual slump tests. C. Concrete Temperature: 1. In accordance with ASTM C 1064 each time a set of compression test specimen is made. D. Strength Tests: 1. Strength test for any class of concrete shall consist of 4 standard cylinders made from a composite sample secured from a single load of concrete in accordance with ASTM C 172, except when in the opinion of the Engineer, he may require additional specimens. 2. All Concrete: a. Make test cylinders in accordance with ASTM C 31. Each test shall consist of a minimum of 3 cylinders. b. After 24 hours, 3 cylinders to be carefully transported to testing laboratory for moist curing. c. 1 laboratory cured cylinder to be tested at 7 days and 2 laboratory cured cylinders to be tested at 28 days. 3. Maturity Methods: a. Maturity Methods are acceptable as long as they are done in addition to standard cylinder strength tests completed in accordance with ASTM C 172 and are completed in order to facilitate decision making opportunities for construction operations. b. Shall be completed in compliance with ASTM C 1074 “Standard Practice for Estimating Concrete Strength by the Maturity Method”. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 033000 - 18 CDG 22004 CAST-IN-PLACE CONCRETE c. Any modifications to the mixture design (including but not limited to admixtures) or material sources shall be accompanied by a re-calibration of strength-maturity relationship, datum temperature and activation energy. 4. Test results at 28 days shall be the average strength of specimens determined in accordance with ASTM C 39. 5. Strength test shall be made for: each day's pour exceeding 5 cubic yards; each class of concrete; each change of supplies or sources; and for each 150 cubic yards of concrete or fraction thereof. 6. Strength of each concrete class shall be deemed satisfactory when both of the following criteria are met: a. The average of three consecutive compressive-strength tests equals or exceeds specified compressive strength. b. Any individual compressive-strength test result does not fall below specified compressive strength by more than 500 psi. 7. Testing shall be performed in compliance with Division 01 provisions by an approved testing laboratory at Owner's expense, which shall submit complete reports of tests to General Contractor, Concrete Supplier, Engineer and Owner's representative. Reports of compressive strength tests shall contain project identification name and number, date of concrete placem ent, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, weather at time of placement and compressive breaking strength and type of break. An individual having ACI Level 1 Technician certification shall complete testing, including test cylinder production. Site protection of test cylinders shall be made in compliance with ASTM C 31. 8. If Engineer has reason to believe cylinder strength tests are not representative of strength of concrete in place, he shall require drilled cores to be cut and tested at Contractor's expense. Coring and testing shall be in accordance with ASTM C 42 “Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete”. Acceptance or rejection of concrete shall be based on cylinders made from concrete sampled at point of discharge. Impact hammer, sonoscope or other nondestructive device may be permitted, but shall not be used as the sole basis for acceptance or rejection. 9. Air and slump tests shall be performed at a rate coinciding with strength tests. Individual test reports need not be sent to A/E. A summary of test results shall be sent to A/E at completion of the Project. A/E shall be notified immediately by testing lab of any non-conforming tests. END OF SECTION 033000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 1 CDG 22004 UNIT MASONRY ASSEMBLIES SECTION 042000 - UNIT MASONRY ASSEMBLIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Face brick. 2. Mortar and grout. 3. Ties and anchors. 4. Miscellaneous masonry accessories. B. Related Sections: 1. Section 051200 "Structural Steel Framing" for installing anchor sections of adjustable masonry anchors for connecting to structural steel frame. 2. Section 055000 "Metal Fabrications" for furnishing steel shelf angles for unit masonry. 3. Section 076200 "Sheet Metal Flashing and Trim" for exposed sheet metal flashing and for furnishing manufactured reglets installed in masonry joints. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For the following: 1. Reinforcing Steel: Detail bending and placement of unit masonry reinforcing bars. Comply with ACI 315, "Details and Detailing of Concrete Reinforcement." Show elevations of reinforced walls. 2. Fabricated Flashing: Detail corner units, end-dam units, and other special applications. C. Samples for Verification: For each type and color of the following: 1. Face brick, in the form of straps of five or more bricks. 2. Special brick shapes. 3. (Pigmented) mortar. Make Samples using same sand and mortar ingredients to be used on Project. 4. Weep holes and vents. 5. Accessories embedded in masonry. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing agency. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 2 CDG 22004 UNIT MASONRY ASSEMBLIES B. Mix Designs: For each type of mortar and grout. Include description of type and proportions of ingredients. 1. Include test reports for mortar mixes required to comply with property specification. Test according to ASTM C 109/C 109M for compressive strength, ASTM C 1506 for water retention, and ASTM C 91 for air content. 2. Include test reports, according to ASTM C 1019, for grout mixes required to comply with compressive strength requirement. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM C 1093 for testing indicated. B. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from single source from single manufacturer for each product required. C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from single manufacturer for each cementitious component and from single source or producer for each aggregate. D. Masonry Standard: Comply with ACI 530.1/ASCE 6/TMS 602 unless modified by requirements in the Contract Documents. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Deliver preblended, dry mortar mix in moisture-resistant containers designed for use with dispensing silos. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in covered weatherproof dispensing silos. E. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.7 PROJECT CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. 1. Extend cover a minimum of 24 inches down both sides of walls and hold cover securely in place. 2. Where one wythe of multiwythe masonry walls is completed in advance of other wythes, secure cover a minimum of 24 inches down face next to unconstructed wythe and hold cover in place. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 3 CDG 22004 UNIT MASONRY ASSEMBLIES B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least three days after building masonry walls or columns. C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain-splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. 1. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and higher and will remain so until masonry has dried, but not less than seven days after completing cleaning. E. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. PART 2 - PRODUCTS 2.1 MASONRY UNITS, GENERAL A. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to contain chips, cracks, or other defects exceeding limits stated in the standard. Do not use units where such defects will be exposed in the completed Work. B. Fire-Resistance Ratings: Where indicated, provide units that comply with requirements for fire-resistance ratings indicated as determined by testing according to ASTM E 119, by equivalent masonry thickness, or by other means, as acceptable to authorities having jurisdiction. 2.2 BRICK A. General: Provide shapes indicated and as follows, with exposed surfaces matching finish and color of exposed faces of adjacent units: 1. For ends of sills and caps and for similar applications that would otherwise expose unfinished brick surfaces, provide units without cores or frogs and with exposed surfaces finished. 2. Provide special shapes for applications where stretcher units cannot accommodate special conditions, including those at corners, movement joints, bond beams, sashes, and lintels. 3. Provide special shapes for applications requiring brick of size, form, color, and texture on exposed surfaces that cannot be produced by sawing. 4. Provide special shapes for applications where shapes produced by sawing would result in sawed surfaces being exposed to view. B. Face Brick: Facing brick complying with ASTM C 216. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 4 CDG 22004 UNIT MASONRY ASSEMBLIES 1. Grade: MW or SW. 2. Type: FBX. 3. Initial Rate of Absorption: Less than 30 g/30 sq. in. per minute when tested per ASTM C 67. 4. Efflorescence: Provide brick that has been tested according to ASTM C 67 and is rated "not effloresced." 5. Surface Coating: Brick with colors or textures produced by application of coatings shall withstand 50 cycles of freezing and thawing per ASTM C 67 with no observable difference in the applied finish when viewed from 10 feet. 6. Application: Use where brick is exposed unless otherwise indicated. 7. Where shown to "match existing," provide face brick matching color range, texture, and size of existing adjacent brickwork. 8. Size, Color and Texture: As selected by Architect to match existing. 2.3 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold-weather construction. Provide natural color or white cement as required to produce mortar color indicated. B. Hydrated Lime: ASTM C 207, Type S. C. Portland Cement-Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. D. Mortar Cement: ASTM C 1329. E. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes and complying with ASTM C 979. Use only pigments with a record of satisfactory performance in masonry mortar. F. Colored Cement Product: Packaged blend made from portland cement and hydrated lime or mortar cement and mortar pigments, all complying with specified requirements, and containing no other ingredients. 1. Formulate blend as required to produce color indicated or, if not indicated, as selected from manufacturer's standard colors. 2. Pigments shall not exceed 10 percent of portland cement by weight. 3. Pigments shall not exceed 5 percent of mortar cement by weight. G. Aggregate for Mortar: ASTM C 144. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. H. Aggregate for Grout: ASTM C 404. I. Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C 494/C 494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated. J. Water: Potable. 2.4 TIES AND ANCHORS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 5 CDG 22004 UNIT MASONRY ASSEMBLIES A. Materials: Provide ties and anchors specified in this article that are made from materials that comply with the following unless otherwise indicated. 1. Hot-Dip Galvanized, Carbon-Steel Wire: ASTM A 82/A 82M; with ASTM A 153/A 153M, Class B-2 coating. 2. Galvanized Steel Sheet: ASTM A 653/A 653M, Commercial Steel, G60 zinc coating. 3. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. B. Rigid Anchors: Fabricate from steel bars bent to configuration indicate. 1. Corrosion Protection: Hot-dip galvanized to comply with ASTM A 153/A 153M. C. Adjustable Masonry-Veneer Anchors: 1. General: Provide anchors that allow vertical adjustment but resist tension and compression forces perpendicular to plane of wall, for attachment over sheathing to wood or metal studs, and as follows: a. Structural Performance Characteristics: Capable of withstanding a 100-lbf load in both tension and compression without deforming or developing play in excess of 0.05 inch. 2. Contractor's Option: Unless otherwise indicated, provide any of the following types of anchors: a. Slip-in, Masonry-Veneer Anchors: Units consisting of a wire tie section and an anchor section designed to interlock with metal studs and be slipped into place as sheathing is installed. 1) Wire-Type Anchor: Bent wire anchor section with an eye to receive the wire tie. Wire tie has a vertical leg that slips into the eye of anchor section and allows vertical adjustment. Both sections are made from 3/16-inch, hot-dip galvanized wire. b. Polymer-Coated, Steel Drill Screws for Steel Studs: ASTM C 954 except manufactured with hex washer head and neoprene or EPDM washer, No. 10 diameter by length required to penetrate steel stud flange with not less than three exposed threads, and with organic polymer coating with salt-spray resistance to red rust of more than 800 hours per ASTM B 117. c. Stainless-Steel Drill Screws for Steel Studs: Proprietary fastener consisting of carbon-steel drill point and 300 Series stainless-steel shank, complying with ASTM C 954 except manufactured with hex washer head and neoprene or EPDM washer, No. 10 diameter by length required to penetrate steel stud flange with not less than three exposed threads. 2.5 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene urethane or PVC. B. Preformed Control-Joint Gaskets: Made from styrene-butadiene-rubber compound, complying with ASTM D 2000, Designation M2AA-805 or PVC, complying with ASTM D 2287, Type PVC-65406 and designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. C. Weep/Vent Products: Use the following unless otherwise indicated: 1. Plastic mesh weep vents made from 100% recycled plastic in color to match brick. Cav Clear Weep Vents. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 6 CDG 22004 UNIT MASONRY ASSEMBLIES D. Masonry Mat: Non-woven plastic mesh made from 100% post-consumer recycled material. Install full height behind brick. Cav-Clear or approved equal. Mat to be 1/4”- 3/8” thinner than cavity air space. 2.6 MASONRY CLEANERS A. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 2.7 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders, water- repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Use portland cement-lime or mortar cement mortar unless otherwise indicated. 3. For exterior masonry, use portland cement-lime or mortar cement mortar. 4. For reinforced masonry, use portland cement-lime or mortar cement mortar. 5. Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification. Provide the following types of mortar for applications stated unless another type is indicated. 1. For masonry below grade or in contact with earth, use Type M. 2. For reinforced masonry, use Type S. 3. For mortar parge coats, use Type S. 4. For exterior, above-grade, load-bearing and non-load-bearing walls and parapet walls; for interior load-bearing walls; for interior non-load-bearing partitions; and for other applications where another type is not indicated, use Type N. 5. For interior non-load-bearing partitions, Type O may be used instead of Type N. D. Pigmented Mortar: Use colored cement product. 1. Pigments shall not exceed 10 percent of portland cement by weight. 2. Pigments shall not exceed 5 percent of mortar cement by weight. 3. Mix to match Architect's sample. 4. Application: Use pigmented mortar for exposed mortar joints with the following units: a. Face brick. E. Grout for Unit Masonry: Comply with ASTM C 476. 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with Table 1.15.1 in ACI 530.1/ASCE 6/TMS 602 for dimensions of grout spaces and pour height. 2. Proportion grout in accordance with ASTM C 476, paragraph 4.2.2 for specified 28-day compressive strength indicated, but not less than 2000 psi. 3. Provide grout with a slump of 8 to 11 inches as measured according to ASTM C 143/C 143M. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 7 CDG 22004 UNIT MASONRY ASSEMBLIES F. Epoxy Pointing Mortar: Mix epoxy pointing mortar to comply with mortar manufacturer's written instructions. 1. Application: Use epoxy pointing mortar for exposed mortar joints with the following units: PART 3 - EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of work. 2. Verify that foundations are within tolerances specified. 3. Verify that reinforcing dowels are properly placed. B. Before installation, examine rough-in and built-in construction for piping systems to verify actual locations of piping connections. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Thickness: Build cavity and composite walls and other masonry construction to full thickness shown. Build single-wythe walls to actual widths of masonry units, using units of widths indicated. B. Build chases and recesses to accommodate items specified in this and other Sections. C. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately adjacent to opening. D. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor-driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. E. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. 1. Mix units from several pallets or cubes as they are placed. F. Matching Existing Masonry: Match coursing, bonding, color, and texture of existing masonry. G. Wetting of Brick: Wet brick before laying if initial rate of absorption exceeds 30 g/30 sq. in. per minute when tested per ASTM C 67. Allow units to absorb water so they are damp but not wet at time of laying. 3.3 TOLERANCES A. Dimensions and Locations of Elements: 1. For dimensions in cross section or elevation do not vary by more than plus 1/2 inch or minus 1/4 inch. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 8 CDG 22004 UNIT MASONRY ASSEMBLIES 2. For location of elements in plan do not vary from that indicated by more than plus or minus 1/2 inch. 3. For location of elements in elevation do not vary from that indicated by more than plus or minus 1/4 inch in a story height or 1/2 inch total. B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls do not vary from level by more than 1/4 inch in 10 feet, or 1/2 inch maximum. 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. 3. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2 inch maximum. 4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. 5. For lines and surfaces do not vary from straight by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2 inch maximum. 6. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet, or 1/2 inch maximum. 7. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch except due to warpage of masonry units within tolerances specified for warpage of units. C. Joints: 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to 1/2 inch. 2. For exposed bed joints, do not vary from bed-joint thickness of adjacent courses by more than 1/8 inch. 3. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch or minus 1/4 inch. 4. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch. Do not vary from adjacent bed-joint and head-joint thicknesses by more than 1/8 inch. 5. For exposed bed joints and head joints of stacked bond, do not vary from a straight line by more than 1/16 inch from one masonry unit to the next. 3.4 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement-type joints, returns, and offsets. Avoid using less-than-half- size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry bond pattern indicated on Drawings; do not use units with less than nominal 4-inch horizontal face dimensions at corners or jambs. C. Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 2 inches. Bond and interlock each course of each wythe at corners. Do not use units with less than nominal 4-inch horizontal face dimensions at corners or jambs. D. Stopping and Resuming Work: Stop work by racking back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry. E. Built-in Work: As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 9 CDG 22004 UNIT MASONRY ASSEMBLIES F. Fill space between steel frames and masonry solidly with mortar unless otherwise indicated. G. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath, wire mesh, or plastic mesh in the joint below and rod mortar or grout into core. 3.5 CAVITY WALLS A. Bond wythes of cavity walls together using one of the following methods: 1. Masonry Joint Reinforcement: Installed in horizontal mortar joints. a. Where one wythe is of clay masonry and the other of concrete masonry, use adjustable (two-piece) type reinforcement with continuous horizontal wire in facing wythe attached to ties to allow for differential movement regardless of whether bed joints align. B. Bond wythes of cavity walls together using bonding system indicated on Drawings. C. Keep cavities clean of mortar droppings and other materials during construction. Bevel beds away from cavity, to minimize mortar protrusions into cavity. Do not attempt to trowel or remove mortar fins protruding into cavity. D. Install Masonry Mat the full height of the wall behind all brick in horizontal bands between anchors. Stagger ends of material. E. Parge cavity face of backup wythe in a single coat approximately 3/8 inch thick. Trowel face of parge coat smooth. F. Apply air barrier to face of backup wythe to comply with Section 072726 "Fluid-Applied Membrane Air Barriers." 3.6 CONTROL AND EXPANSION JOINTS A. General: Install control and expansion joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in-plane wall or partition movement. B. Form control joints in concrete masonry using one of the following methods: 1. Install preformed control-joint gaskets designed to fit standard sash block. 2. Install temporary foam-plastic filler in head joints and remove filler when unit masonry is complete for application of sealant. C. Form expansion joints in brick as follows: 1. Build flanges of factory-fabricated, expansion-joint units into masonry. 2. Build in compressible joint fillers where indicated. 3. Form open joint full depth of brick wythe and of width indicated, but not less than 3/8 inch for installation of sealant and backer rod specified in Division 7 Section "Joint Sealants." D. Provide horizontal, pressure-relieving joints by either leaving an air space or inserting a compressible filler of width required for installing sealant and backer rod specified in Division 7 Section "Joint Sealants," but not less than 3/8 inch. 1. Locate horizontal, pressure-relieving joints beneath shelf angles supporting masonry. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 10 CDG 22004 UNIT MASONRY ASSEMBLIES 3.7 LINTELS A. Provide masonry lintels where shown and where openings of more than 12 inches for brick-size units and 24 inches for block-size units are shown without structural steel or other supporting lintels. B. Provide minimum bearing of 8 inches at each jamb unless otherwise indicated. 3.8 FLASHING, WEEP HOLES, CAVITY DRAINAGE, AND VENTS A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. Install vents at shelf angles, ledges, and other obstructions to upward flow of air in cavities, and where indicated. B. Install flashing as follows unless otherwise indicated: 1. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through-wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. 2. At lintels and shelf angles, extend flashing a minimum of 6 inches into masonry at each end. At heads and sills, extend flashing 6 inches at ends and turn up not less than 2 inches to form end dams. 3. Cut flexible flashing off flush with face of wall after masonry wall construction is completed. C. Install reglets and nailers for flashing and other related construction where they are shown to be built into masonry. D. Install weep holes in head joints in exterior wythes of first course of masonry immediately above embedded flashing and as follows: 1. Use specified weep/vent products to form weep holes. 2. Space weep holes 24 inches o.c. unless otherwise indicated. 3. Space weep holes formed from plastic tubing 16 inches o.c. 4. Cover cavity side of weep holes with plastic insect screening at cavities insulated with loose-fill insulation. E. Place pea gravel in cavities as soon as practical to a height equal to height of first course above top of flashing, but not less than 2 inches, to maintain drainage. 1. Fill cavities full height by placing pea gravel in cavities as masonry is laid so that at any point masonry does not extend more than 24 inches above top of pea gravel. F. Install vents in head joints in exterior wythes at spacing indicated. Use specified weep/vent products to form vents. 1. Close cavities off vertically and horizontally with blocking in manner indicated. Install through- wall flashing and weep holes above horizontal blocking. 3.9 PARGING A. Parge exterior faces of below-grade masonry walls, where indicated, in 2 uniform coats to a total thickness of 3/4 inch. Dampen wall before applying first coat and scarify first coat to ensure full bond to subsequent coat. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 042000 - 11 CDG 22004 UNIT MASONRY ASSEMBLIES B. Use a steel-trowel finish to produce a smooth, flat, dense surface with a maximum surface variation of 1/8 inch per foot. Form a wash at top of parging and a cove at bottom. C. Damp-cure parging for at least 24 hours and protect parging until cured. 3.10 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. C. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean brick by bucket-and-brush hand-cleaning method described in BIA Technical Notes 20. 6. Clean masonry with a proprietary acidic cleaner applied according to manufacturer's written instructions. 7. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable to type of stain on exposed surfaces. 3.11 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. B. Waste Disposal as Fill Material: Dispose of clean masonry waste, including excess or soil-contaminated sand, waste mortar, and broken masonry units, by crushing and mixing with fill material as fill is placed. 1. Crush masonry waste to less than 4 inches in each dimension. 2. Mix masonry waste with at least two parts of specified fill material for each part of masonry waste. Generally retain subparagraph below. If required, increase limit if acid-soil plants are used for foundation plantings. 3. Do not dispose of masonry waste as fill within 18 inches of finished grade. C. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above, and other masonry waste, and legally dispose of off Owner's property. END OF SECTION 042000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 051200 - 1 CDG 22004 STRUCTURAL STEEL FRAMING SECTION 051200 – STRUCTURAL STEEL FRAMING PART 1 - GENERAL 1.01 SCOPE A. The work under this section includes labor, materials, equipment and services to provide structural steel framing installation as shown on the Drawings and specified herein. B. Structural steel includes elements defined as “Structural Steel” by the AISC “Code of Standard Practice for Steel Buildings and Bridges” plus field installed shear stud connectors and dowel bar anchors. 1.02 RELATED WORK A. Applicable provisions of Division 01 shall govern work of this Section. B. Section 03 12 00 – Concrete Forming C. Section 05 50 00 – Metal Fabrications D. Items furnished by this section but not installed: 1. Anchor rods 2. Anchor rod templates 1.03 REFERENCES (LATEST EDITIONS) A. Referenced codes and standards shall be those currently adopted by the Building Code enforced by the jurisdiction in which the Project is located, as of the date of these Contract Documents. Where no Building Code is enforced, referenced codes and standards shall be the most current published by the respective code bodies, unless noted otherwise. B. General Building Code 1. 2015 IBC C. American Institute of Steel Construction (AISC) 1. Specification for Structural Steel Buildings 2. Code of Standard Practice for Steel Buildings and Bridges 3. Manual of Steel Construction D. Research Council on Structural Connections (RCSC) 1. Specification for Structural Joints Using ASTM A325 or A490 Bolts E. ASTM International (ASTM) 1. ASTM standards as noted in short form throughout the specification text. F. American Welding Society (AWS): 1. AWS D1.1/D1.1M: 2006 Structural Welding Code – Steel, except remove the following items from this reference: a. Section 7.5.5 in its entirety, including sub-sections, Table 7.2, CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 051200 - 2 CDG 22004 STRUCTURAL STEEL FRAMING b. Section 7.7.3, and other references to manual welding of shear stud connectors, headed concrete anchors, deformed bar concrete anchors and threaded base studs. Manual welding of these items is not permitted. 2. AWS D1.3/D1.3M: 2007 Structural Welding Code - Sheet Steel 3. AWS A5.1/A5.1M: 2006 Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding 4. AWS A5.5/A5.5M:2006 Specification for Low-Alloy Steel Electrodes for Shielded Metal Arc Welding 5. AWS A5.17/A5.17M-97 Specification for Carbon Steel Electrodes and Fluxes for Submerged Arc Welding 6. AWS A5.23/A5.23M:1997 Specification for Low-Alloy Steel Electrodes and Fluxes for Submerged Arc Welding G. Steel Structures Painting Council (SSPC): 1. SSPC-SP 1 Solvent Cleaning 2. SSPC-SP 2 Hand Tool Cleaning 3. SSCP-SP 3 Power Tool Cleaning 4. SSPC-SP 6 Commercial Blast Cleaning 5. SSPC-SP 10 Near-White Blast Cleaning 1.04 SUBMITTALS A. Provide submittals in accordance with the requirements of Division 1. B. Product Data: prepared for review and approval; include manufacturer’s data for each product where specific request is made in Part 2. C. Shop Drawings: prepared for review and appro val; include erection plans, setting diagrams, erection details showing work required for structural steel framing installation, type of steel, details of structural members including cuts, connections, camber, holes, and other modifications to base member. Indicate type, size and length of bolts, distinguishing between shop and field bolts, and identifying pre-tensioned (PT) and slip-critical (SC) bolts. Indicate welds with standard AWS symbols, distinguishing between shop and field welds, and identifyin g size, length and type of weld D. Test reports: prepared for review; include the result and evaluation of tests performed by a qualified testing agency on structural steel framing elements and on shear stud connectors and dowel bar anchors; applies to tests performed at the fabrication plant and at the jobsite. E. Fabricator certifications: prepared for review; include documentation certifying that the structural steel fabricator meets the quality assurance requirements. F. Erector certifications: prepared for review; include documentation certifying that the structural steel erector meets the quality assurance requirements. G. Mill certifications of structural steel shapes: prepared for review when specifically requested by A/E; show heat number, chemical and mechanical properties and material test results of structural steel delivered to site. H. Mill certifications of high strength bolts, nuts and washers: prepared for review when specifically requested by A/E; show chemical and mechanical properties, and bolt test r esults for fasteners delivered to site. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 051200 - 3 CDG 22004 STRUCTURAL STEEL FRAMING I. Welder Certifications: document that structural steel welders performing work on Project are currently certified for welds and welding positions utilized. Include welder and welding operator qualification test records, certifications. 1.05 QUALITY ASSURANCE A. Comply with the applicable provisions of the specifications, standards and documents listed under References, except as modified by this specification. B. Fabricator: Fabricator shall have a minimum of 5 years of continu ous experience in the erection of similar structures. C. Erector: Erector shall have a minimum of 5 years of continuous experience in the erection of similar structures. D. Testing Agency: independent testing laboratory retained by the Owner and continuously en gaged in testing similar that required for the Project for a period of not less than five years. E. Welding: Qualify personnel and procedures according to AWS D1.1. 1.06 DELIVERY, STORAGE AND HANDLING A. Handle materials to avoid bending, twisting or other damage resulting in permanent deformation. B. Store materials to permit easy access for inspection and identification. C. Store members off ground by placing on appropriate supports and spacers, adjusted to permit water to drain from parts. Protect members from rust, corrosion and deterioration. D. Store fasteners in a protected place. Clean and re -lubricate bolts and nuts that become dirty or dry before use. E. Do not store material on completed or partially completed structure in a manner that might overload, cause distortion, or damage material or supporting structure. PART 2 - PRODUCTS 2.01 MATERIALS A. Rolled steel plates, shapes and bars, tubular steel and bolts shall be of domestic manufacture and be clean and free of rust and pitting. B. W and WT shapes: ASTM A992/A992M-06a (Fy = 50 ksi) C. Channels: ASTM A36/A36M-05 D. Angles: ASTM A36/A36M-05 E. HSS square and rectangular shapes: ASTM A500-03a Grade B F. HSS round shapes: ASTM A500-03a, Grade B. G. Pipe: ASTM A53/A53M-06a, Type E or S, Grade B CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 051200 - 4 CDG 22004 STRUCTURAL STEEL FRAMING H. Plates: ASTM A36/A36M-05 I. High Strength Bolts: ASTM A325-06, Type 1 or ASTM A490-06, Type 1, as detailed J. Anchor Bolts: ASTM F1554-04, Grade 36, Thread Class 2A K. Standard Washers: ASTM F436-04, Type 1 L. Plate Washers: ASTM A36/36M-05 M. Nuts for High Strength Bolts: ASTM A563, Type 1, Grade DH N. Nuts for Anchor Bolts: ASTM A563, Type 1, Grade A O. Twist-Off Tension-control Bolt Assemblies: ASTM F1852-05, Type 1, or ASTM F2280-06, Type 1 as detailed. P. Threaded Rods: ASTM A36/36M-05 Q. Welding Electrodes: E70XX R. Shear Studs 1. Headed fusion welded shear connectors with proper ferrules and accessories especially designed to create composite deck action by mating of shear connectors, concrete deck, and supporting beam. 2. Shall be manufactured from cold drawn bar stock conforming to ASTM A108 -03e1, Grades 1010 through 1020. Finished connecto rs shall meet the requirements of AWS D1.1, Type B. Acceptable products - S3L Shear Connector as manufactured by TRW Nelson 3. Studs shall be of uniform diameter, heads concentric and normal to shaft, and weld end chamfered and solid flux. S. Headed concrete anchors: manufactured from cold drawn bar stock conforming to ASTM A108-03e1, Grades 1010 through 1020. Finished connectors shall meet the requirements of AWS D1.1, Type A or Type B. Acceptable products - H4L Shear Connector as manufactured by TRW Nelson T. Deformed bar concrete anchors: ASTM A496/496M-05. Acceptable products - D2L as manufactured by TRW Nelson U. Primer paint: 1. Acceptable products for interior exposure: a. Series 88HS, Gray, as manufactured by Tnemec Inc. b. Interlac 393, Gray, as manufactured by International Paint Company c. Equal approved rust-inhibitive primer 2. Acceptable products for exterior exposure: a. Series 90-97 Tnemec-Zinc as manufactured by Tnemec Inc. b. Interzinc 52 Zinc-Rich Epoxy Primer, Gray, as manufactured by International Paint Company V. Grout for structural steel: Non-shrink, non-metallic, pre-mixed, factory-packaged grout conforming to ASTM C1107/C1107M-07. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 051200 - 5 CDG 22004 STRUCTURAL STEEL FRAMING 2.02 FABRICATION A. GENERAL 1. Fabricate and assemble in shop to the greatest extent possible. Fabricate in accordance with AISC “Code of Standard Practice for Steel Buildings and Bridges” 2. Fabricate items of structural steel according to approved Shop Drawings. Fabrication from Shop Drawings not approved by the Engineer is at the sole risk of the Fabricator. 3. Camber structural steel where noted. Where no camber is noted, beams shall be fabricated so that natural camber is upward in the erected condition. 4. Perform thermal cutting by machine. For cut edges to be welded, comply with AWS D1.1. 5. Combinations of bolts and welds on the same faying surface in the same connection are not permitted unless otherwise detailed. 6. Accurately finish ends of columns and other members transmitting bearing loads. 7. Required straightening of built-up sections shall be performed to minimize residual stresses. 8. Provide holes required for securing other work to structural steel framing and for passage of other work through steel framing members as shown on Structural Drawings or approved by Engineer. 9. Complete structural-steel assemblies before starting shop painting operations. 10. Properly mark materials for field assembly. B. WELDS 1. Comply with AWS D1.1 for welding procedures, tolerances, appearance and quality of welds, and for methods used in correcting welding work. Use only welders qualified in accordance with AWS D1.1 and possessing current valid welding certifications for the welds being performed. 2. Minimum fillet weld size shall be as specified by AISC for the thickness of the th inner part joined, but in no case less than 3/16 inch. 3. Perform welding to minimize residual stress and external distortion of welded assembly. 4. Provide backing bars and run-off tabs for full penetration welds. Remove backing bars and run-off tabs after completion of welds. C. BOLTS 1. Provide drilled or punched holes perpendicular to surface for shop and field bolted connections. Oversize or slotted holes shall not be used for connections unless specifically noted. 2. Shop bolted connections shall use high strength bolts and nuts and shall be installed “snug tight” as defined by RCSC unless noted otherwise. Washers are required where the outer face of the joint slopes greater than 1:20 with respect to the axis of the bolt, or where a slotted hole occurs in an outer ply. 3. Twist-off tension-control bolt assemblies shall be used for connections designated as pre- tensioned or slip-critical and may be used for other connections. Unless connection is designated as pre-tensioned (PT) or slip-critical (SC), bolts shall be tightened only to “snug tight” condition as defined by RCSC, and spline shall not be removed from bol t assembly. 2.03 FINISHES A. GALVANIZING 1. Steel designated to be galvanized, except for structural bolts, washers and nuts, shall be hot dip galvanized after fabrication in accordance with ASTM A123/A123M-02. 2. Galvanizing for structural bolts, washers and nuts shall conform to the following: a. Bolts conforming to ASTM A325 and associated washers and nuts shall be hot dip galvanized in accordance with ASTM A153/A153M-05. Nuts shall be lubricated after galvanizing. Bolts, washers and nuts shall be considered a fastener assembly, CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 051200 - 6 CDG 22004 STRUCTURAL STEEL FRAMING shall be provided by a single supplier, and shall be shipped together in the same shipping container. b. Bolt assemblies conforming to ASTM F1852-05 shall be mechanically galvanized in accordance with ASTM B695-04. Nuts shall be lubricated after galvanizing. c. Bolts conforming to ASTM A490 and associated washers and nuts, and bolt assemblies conforming to ASTM F2280-06 shall not be galvanized. 3. Galvanize components indicated and components exposed to the exterior whether indicated or not. For the purposes of this paragraph, components providing direct support for ext erior cladding shall be considered exposed to the exterior. 4. Fill vent holes and grind smooth after galvanizing. Apply galvanizing repair paint. B. PAINTING 1. After inspection and before shipping, clean steel work to be painted to remove oil, grease and similar contaminates complying with SSPC-SP 1. Further cleaning shall be in accordance with paint manufacturer’s requirements, but in no case less than the following: a. For interior members not exposed to view use SSPC-SP 2 or SSPC-SP 3 b. For interior members exposed to view use SSPC-S10 c. For exterior members exposed to atmosphere, and for faying surfaces of members at connections designated as slip-critical (SC) use SSPC-SP 6 or SSPC-SP 10 2. Shop paint structural steel except: a. Embedded portion of member further than 2 inches from surface of concrete or mortar in which it is embedded. b. Surfaces of members to receive field applied shear studs, dowel bar anchors, or similar welded attachments. c. Contact surfaces which are to be field welded. d. Faying surfaces of members where a slip-critical connection is required. Protect faying surfaces from overspray during painting operations. e. Members which are scheduled to receive sprayed -on fireproofing. f. Members designated to be galvanized. 3. Apply structural steel primer paint in accordance with manufacturer's instructions, but in no case at a rate less than that which provides a uniform dry film thickness of 2.0 mils to 3.5 mils for interior unexposed steel or 2.5 mils to 3.5 mils for interior exposed and exterior steel. 4. Use painting methods which result in coverage of joints, corners, edges and exposed surfaces. Stripe paint corners, crevices, bolts, welds, and sharp edges. Stripe paint shall set to touch before applying primer coat. 2.04 SOURCE QUALITY CONTROL A. GENERAL 1. Owner will engage an independent testing and inspection agency to perform shop tests and inspections and prepare test reports. 2. Cooperate with inspection and testing personnel to provide access at point of fabr ication. 3. Maintain schedule which permits required visual inspection and non-destructive tests to be performed in groups. Notify testing agency 48 hours prior to performing operations which require inspecting or testing prior to proceeding. 4. Testing agency shall specifically state in a report whether individual test specimens comply with or deviate from requirements of the Contract Documents. 5. Correct deficiencies that inspections and test reports indicate do not comply with the Contract Documents. Bear costs for repair or replacement of work that has been rejected for non-conformance with the Contract Documents, including the cost of additional testing or retesting. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 051200 - 7 CDG 22004 STRUCTURAL STEEL FRAMING B. WELDS 1. Verify that welders performing work on the project are qualified according to AWS D1 .1 for the welds being performed. 2. Visually inspect fillet and partial penetration welds for appropriate size, length and location. Perform appropriate non-destructive testing in accordance with AWS D1.1 on welds which appear defective. 3. Perform one of the following inspection procedures on full penetration welds: a. Magnetic Particle Inspection: ASTM E709. Perform on root pass and on finished weld. Presence of cracks or zones of incomplete fusion or penetration shall be cause for rejection of weld. b. Ultrasonic Inspection: ASTM E164. c. Radiographic Inspection: ASTM E94. C. BOLTS 1. Visually inspect [connection for proper number, size and type of bolt, and for proper installation of hardened and plate washers. 2. Verify presence of visible lubricant on threads of galvanized bolts. 3. For bolted connections, inspection shall be made in accordance with the “Specification for Structural Joints Using ASTM A325 or A490 Bolts”, paragraph 9.1. Where twist -off tension-control bolt assemblies are utilized in bolted connections not specifically identified as pre-tensioned (PT) or slip critical (SC), verify that splines have not been removed. If splines have been removed, bolts shall be removed, discarded, and replaced with properly tightened bolts. 4. For bolts identified as pre-tensioned (PT), inspection shall be made in accordance with the “Specification for Structural Joints Using ASTM A325 or A490 Bolts”, paragraphs 9.1 and 9.2.3. Additional inspection in accordance with paragraph 9.3 shall be made for bolts identified as slip critical (SC). PART 3 - EXECUTION 3.01 EXAMINATION A. Verify elevations of concrete and masonry bearing surfaces, and locations of anchor rods, bearing plates and other embedments. B. Do not proceed with installation until conditions not in conformance with the Contract Document s have been corrected. 3.02 PREPARATION A. Provide temporary guy lines to achieve and maintain proper alignment of structure as erection proceeds. B. Provide temporary shores, braces, and other supports during erection, including connections of sufficient strength to bear imposed loads. Temporary supports may be removed when permanent members and bracing are in place, and final connections have been made. C. These requirements do not relieve the Contractor of the responsibility for means, methods, techniques, sequences and procedures of construction, including but not limited to temporary supports, shoring, forming to support imposed loads and other sim ilar items. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 051200 - 8 CDG 22004 STRUCTURAL STEEL FRAMING 3.03 ERECTION A. GENERAL 1. Set structural steel accurately in locations and to elevations indicated, and in accordance with AISC “Code of Standard Practice for Steel Buildings and Bridges”. 2. Clean bearing surfaces and other surfaces which will be in permanent contact before assembly. 3. Align and adjust members before permanently fastening. 4. Do not grout beneath column base plates until columns bearing on the base plates have been set and plumbed. 5. Maintain erection tolerances of structural steel within the limits established by the AISC “Code of Standard Practice for Steel Buildings and Bridges”. 6. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. a. Do not splice members except where shown or specified. b. Do not enlarge unfair holes in members by burning or by use of drift pins. Ream holes that must be enlarged to admit bolts. c. Do not use gas cutting torches in the field to correct fabrication errors in structural framing. B. WELDS 1. Comply with AWS D1.1 for welding procedures, tolerances, appearance and quality of welds, and for methods used in correcting welding work. Use only welders qualified in accordance with AWS D1.1 and possessing current valid welding certifications for the welds being performed. 2. Utilize field welds only where shown. Field welds shall not be used to replace bolted connections in whole or in part. 3. Minimum fillet weld size shall be as specified by AISC for the thickness of the thinner part joined, but in no case less than 3/16 inch. 4. Perform welding to minimize residual stress and external distortion of welded assembly. 5. Provide backing bars and run-off tabs for full penetration field welds. Remove where noted on drawings or required for inspection. C. BOLTS 1. Fill bolt holes in connection with high strength bolts of the appropriate size and type. 2. Field bolted connections shall use high strength bolts and nuts and shall be installed snug tight as defined by RCSC unless noted otherwise. Washers are required where the outer face of the joint slopes greater than 1:20 with respect to the axis of the bolt, or where a slotted hole occurs in an outer ply. 3. Twist-off tension-control bolt assemblies shall be used for connections designated as pre- tensioned or slip-critical and may be used for other connections. Unless connection is designated as pre-tensioned (PT) or slip-critical (SC), bolts shall be tightened only to “snug tight” condition as defined by RCSC, and spline shall not be removed from bolt assembly. 3.04 REPAIR / RESTORATION A. Repair damaged galvanized coatings on galvanized items with zinc rich galvanized repair paint in accordance with ASTM A780-01 and manufacturer's written instructions. B. Immediately after installation clean, prepare, and prime or re -prime field connections, rust spots, and abraded surfaces of structural steel. 1. Clean and prepare surfaces by hand-tool cleaning to SSPC-SP 2, or power-tool cleaning to SSPC-SP 3. 2. Apply a compatible primer of same type as shop primer used on adjacent surfaces. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 051200 - 9 CDG 22004 STRUCTURAL STEEL FRAMING 3. Apply finish paint over dry primer to match adjacent surfaces. 3.05 FIELD QUALITY CONTROL A. GENERAL 1. Owner will engage an independent testing and inspection agency to perform field tests and inspections and prepare test reports. 2. Cooperate with inspection and testing personnel to provide access to site. 3. Maintain schedule which permits required visual inspection and non -destructive tests to be performed in groups. Notify testing agency 48 hours prior to performing operations which require inspecting or testing prior to proceeding. 4. Testing agency shall specifically state in a report whether individual test specimens comply with or deviate from requirements of th e Contract Documents. 5. Correct deficiencies that inspections and test reports indicate do not comply with the Contract Documents. Bear costs for repair or replacement of work that has been rejected for non-conformance with the Contract Documents, including the cost of additional testing or retesting. B. WELDS 1. Verify that welders performing work on the project are qualified according to AWS D1.1 for the welds being performed. 2. Visually inspect fillet and partial penetration welds for appropriate size, length and location. Perform appropriate non-destructive testing in accordance with AWS D1.1 on welds which appear defective. 3. Perform one of the following inspection procedures on full penetration welds: a. Magnetic Particle Inspection: ASTM E709. Perform on root pass and on finished weld. Presence of cracks or zones of incomplete fusion or penetration shall be cause for rejection of weld. b. Ultrasonic Inspection: ASTM E164. c. Radiographic Inspection: ASTM E94. C. BOLTS 1. Visually inspect connection for proper number, siz e and type of bolt, and for proper installation of hardened and plate washers. 2. Verify presence of visible lubricant on threads of galvanized bolts. 3. For bolted connections, inspection shall be made in accordance with the “Specification for Structural Joints Using ASTM A325 or A490 Bolts”, paragraph 9.1. Where twist-off tension-control bolt assemblies are utilized in bolted connections not specifically identified as pre-tensioned (PT) or slip critical (SC), verify that splines have not been removed. If splines have been removed, bolts shall be removed, discarded, and replaced with properly tightened bolts. 4. For bolts identified as pre-tensioned (PT), inspection shall be made in accordance with the “Specification for Structural Joints Using ASTM A325 or A490 Bolts”, paragraphs 9.1 & 9.2.3. Additional inspection in accordance with paragraph 9.3 shall be made for bolts identified as slip critical (SC). END OF SECTION 051200 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 052100 - 1 CDG 22004 STEEL JOIST FRAMING SECTION 052100 – STEEL JOIST FRAMING PART 1 - GENERAL 1.01 RELATED WORK A. Applicable provisions of Division 01 shall govern work of this Section. 1.02 SUMMARY A. Include materials, labor, services and incidentals necessary for completion of this Section of work. B. Include steel joists, bridging, bridging anchors, headers, and hangers required for framing around openings. 1.03 REFERENCES A. Industry Standards, Specifications and Codes: 1. General: a. Comply with provisions of the following codes and standards except as modified. b. Referenced codes and standards including revisions and commentaries shall be the most currently adopted as of the date of these Contract Documents. 2. Steel Joist Institute (SJI)/American Institute of Steel Construction (AISC): a. Standard Specifications for Open Web Steel Joists, K Series b. Recommended Code of Standard Practice for Steel Joists and Joist Girders. c. Steel Structures Painting Council Specification (SSPC) 3. American Welding Society (AWS): a. D1.1 Structural Welding Code - Steel b. C1.1 Recommended Practices for Resistive Welding 4. ASTM International (ASTM): a. Specific ASTM numbers are noted in later text. 5. 2015 IBC 1.04 DESIGN REQUIREMENTS A. General: 1. Design joists, joist girders and bridging to resist a minimum net wind uplift force of 10 psf unless noted otherwise in the Drawings. Provide additional bridging as required as determined by design. B. Joist Design: 1. Design joists for loading conditions shown on Drawings where joists are labeled "Special" or “SP”. Joists shall be designed for an L/360 live load deflection, unless noted otherwise on plan. 2. Design bridging and joists for net uplift where shown on Drawings. 1.05 QUALIFICATIONS A. Qualify welding processes, welders and welding operators in accordance with AWS D1.1 Structural Welding Code-Steel. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 052100 - 2 CDG 22004 STEEL JOIST FRAMING 1.06 SUBMITTALS A. Submit in accordance with Division 1. B. Shop Drawings: 1. Submit Shop Drawings for fabrication and erection of steel joists. Include plans, elevations, details of sections and connections, and list of materials. Show openings and headers, hangers or other framing required. When bridging is not shown on Drawings, detail and furnish in accordance with SJI Specifications. 2. Include manufacturer's certification that joists comply with SJI Specifications. 3. Reproduction of Contract Drawings shall not be used for drawings. 1.07 DELIVERY, STORAGE AND HANDLING A. Handle joists with care to avoid bending, twisting or other damage. B. Unload under supervision of Contractor. C. Place on blocking to keep joists off ground. D. Store joists to allow drainage of water from parts and additionally protect in manner recommended by manufacturer. PART 2 - PRODUCTS 2.01 MATERIALS A. "K" Series Joists: 1. Comply with requirements of "Standard Specifications for Open Web Steel Joists, K-Series", SJI/AISC. B. Shop Paint: 1. SSPC - Paint 15-68T Type I (Red Oxide). (Type II Asphalt coating not permitted). 2. Federal Specification TT-P-636 (Red Oxide). C. Accessories 1. Bridging and bridging clips: Shall conform to ASTM A-36 and A-6. 2. Bolts for bridging: Shall conform to ASTM A-307. 3. Bolts for joist splices: Shall conform to ASTM A-325 or A-490. 4. Sag rods: Shall conform to ASTM A-36 and A-6. 5. Welding: Shall conform to AWS A5.1 or A5.5, E70XX. 2.02 FABRICATION A. Provide diagonal or horizontal type bridging and end anchorages (1 inch by 1 inch by 1/8 inch angle minimum) as required by SJI and additional as may be noted on Drawings. B. Provide extended ends for top chords of joists where required. Refer to Drawings for size and locations. C. Provide accessories and bridging required for conformance with latest OSHA site and erection regulations. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 052100 - 3 CDG 22004 STEEL JOIST FRAMING D. Provide ceiling extensions or extend lower chord of steel joists where ceiling finish is directly applied to bottom of joists or where required for providing lateral bracing. E. Align panel points of joists scheduled to be exposed and where ducts pass through joi sts. F. Joists shall be straight and free of twist and uniformly level to allow direct application of finishes. G. Spacers between chord members shall be neat, evenly spaced and shall not extend beyond face of chords. H. Provide steel headers, hangers and other framing required to support steel joists and roof deck at openings where structural steel members do not completely frame opening. I. Where holes are provided in chord members for securing other work to steel joists, increase size of chord members necessary to provide full strength developed without holes. J. Refer to Drawings for profile of joists required for roof drainage. K. Provide beveled ends or sloped shoes where joist slope exceeds 1/8 inch in 12inches. 2.03 SHOP COAT OF PAINT A. Provide steel joists and bridging with 1 shop coat paint completely covering surfaces with minimum 1 mil thickness. Two mil thickness is required on exposed to view material. B. Thoroughly clean steel joists prior to application of shop coat in accord with SSPC SP -1, 2, 3 and 7. C. Do not paint joists schedule to receive spray-on fireproofing. D. Certify on Shop Drawings shop paint used. PART 3 - EXECUTION 3.01 ERECTION A. Use experienced personnel and proper equipment. B. Set joists accurately to line and level, securely spaced in position until deck has been placed an d construction operations which could load structure are complete. C. Where joists bear on steel beams, weld or bolt bearing points as shown on Drawings. If not shown, then weld or bolt in accordance with SJI specifications. D. Provide temporary bridging connections and anchors to ensure lateral stability during construction. Erect in accordance with SJI specifications. E. Install bridging simultaneously with joist erection before construction loads are applied. Anchor ends of bridging lines at top and bottom chords where terminating at walls and beams. F. Where "open-web" joist lengths are 40 feet and longer install a center row of bolted bridging to provide lateral stability before slacking of hoisting lines. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 052100 - 4 CDG 22004 STEEL JOIST FRAMING G. Modify requirements for anchorage, bridging and similar items as required by applicable local and state codes, including uplift requirements. H. Where joists are to be exposed to view, thoroughly clean members. I. After installation clean field bolt heads, nuts, joist members and bridging. Abraded, welded or rusty surfaces shall receive 1 coat of same paint used for shop painting. J. Repair or replace damaged joists prior to enclosing. K. Before enclosing, notify A/E so an inspection can be made prior to en closing. END OF SECTION 052100 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 053123 - 1 CDG 22004 STEEL ROOF DECKING SECTION 053123 – STEEL ROOF DECKING PART 1 - GENERAL 1.01 RELATED WORK A. Applicable provisions of Division 01 shall govern work of this Section. 1.02 SUMMARY A. Include materials, labor, services and incidentals necessary for completion of this Section of Work. B. Work generally includes detailing, supplying and installation of steel roof deck as detailed on Drawings. C. Include closures, accessories and fasteners. D. Related work includes field painting, fireproofing, roof sumps, flashings, drains, insulation and other items schedule elsewhere. 1.03 REFERENCES A. Industry Standards, Specifications and Codes: 1. General: a. Comply with provisions of the following codes and standards except as modified. b. Referenced codes and standards including revisions and commentaries shall be the most currently adopted as of the date of these Contract Documents. 2. Steel Deck Institute (SDI): a. No. 30 Design Manual for Composite Decks, Form Decks and Roof Decks b. No. DDM03 Diaphragm Design Manual 3. American Welding Society (AWS): a. D1.1 Structural Welding Code - Steel b. D1.3 Structural Welding Code - Sheet Steel 4. American Iron and Steel Institute (AISI): a. Specification for the Design of Cold Formed Steel Structural Members 5. ASTM International (ASTM): a. Specific ASTM numbers are noted in later text. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 053123 - 2 CDG 22004 STEEL ROOF DECKING 6. 2015 IBC 1.04 QUALIFICATIONS A. Qualify welding processes, welders and welding operators in accord with AWS, Structural Welding Code - Steel and Structural Welding Code - Sheet Steel. Welders shall be currently certified in accordance with the current Building Code. 1.05 UPLIFT LOADING A. Install and anchor roof deck units to resist a minimum gross uplift loading of 30 pounds per square foot. 1.06 SUBMITTALS A. Submit in accordance with Section 013300. B. Product Data: 1. Submit manufacture’s specifications/installation instructions for each deck type and sp ecified accessories. 2. Welder certificates signed by State certified welding instructor, certifying that welders comply with “Qualifications” Section’ or if mechanical fasteners are used, certification from manufacturer indicating compliance of mechanical fasteners with design requirements based upon comprehensive testing. 3. Shop Drawings: a. Submit detailed Shop Drawings showing deck type, gage, finish, layout including laps, extensions, profile orientation and anchorage details. Drawing should also show conditi ons requiring closure panels, supplementary framing, cut openings, roof sump pans, special jointing or other accessories. 1.07 DELIVERY, STORAGE AND HANDLING A. Steel deck shall be delivered, handled and stored in accordance with SDI Standard Specifications. B. Protect steel deck from corrosion, deformation, and other damage during delivery, storage, and handling. C. If ground storage is needed, deck bundles must be stored off the ground with 1 end elevated to provide drainage. Bundles must be protected against condensation with a ventilated waterproof covering. Bundles must be stacked so they remain stable and material is not damaged. Bundles must be anchored to prevent wind uplift. D. Bundles placed on building frame must be located near a main supporting beam/girder at a column or wall. Before bundles are placed, frames must be stable (bolting in place, bridging for joists installed). Contractor is responsible for properly bracing the frame during erection and ensuring frame will not be overloaded by placement of bundles. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 053123 - 3 CDG 22004 STEEL ROOF DECKING PART 2 - PRODUCTS 2.01 MATERIALS A. Steel Sheets: a. Thickness or gage shall be as specified or noted on Drawings. b. Shall conform to ASTM A-653/A-653M, Grade A with G60 coating for galvanized deck and accessories. Galvanizing shall conform to ASTM A-924. B. Steel Deck Units: 1. Type (gage), style (narrow, intermediate or wide rib) depth, finish (if other than painted) and acoustical configuration (if any) shall be as noted on Drawings. 2. Side joints shall overlap (no interlocking side joints are permitted). C. Paint: 1. Shall be manufacturer's baked on rust inhibitive primer. 2. Galvanized units to be field painted shall be specially cleaned prior to painting. D. Closures: 1. End Closures: Where detailed shall be 16 gage galvanized steel. 2. Side Closures: As required shall be same gage and finish as deck. 3. Cell Closures: Shall be neoprene or rubber to conform to deck profile. E. Fasteners: 1. Mechanical self-drilling type, #12 Teks/4, #12 Teks/5 or #12 Stitch Teks as required for condition of use. F. Powder Actuated or Pneumatic Fasteners: 1. Conforming with SDI Requirements 2. Hardness – 54.5 Rockwell C minimum; Tensile – 285,000 psi; shear – 175,000 psi; Knurled Shank, forged ballistic point with 1/2 inch nominal steel washer. 3. Zinc electroplating conforming to ASTM B633, SC. 1, Type II. a. Equal to Hilti, Inc.: b. For structural steel with flange greater than or equal to 1/4 inch CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 053123 - 4 CDG 22004 STEEL ROOF DECKING 1) ENP-19 MX, MXR 2) ENPH2 MX,MXR 4. For light chord joist with thickness less than or equal to 1/4 inch a. ENP2K-20-L15 b. X-EDN19 THQ12MX-HSN c. X-EDNK22 THQ12M-HSN G. Accessories: 1. All accessory gages are minimums. 2. Sump Pans: Shall be 14 gage galvanized. 3. Butt Plates: Shall be 20 gauge by 6 inches wide. 4. Ridge and Valley Plates: Shall be 20 gage by 6 inches wide. 5. Cant Strips: Shall be 20 gage by 10 inches wide. H. Welding Electrodes: 1. Shall conform to AWS A5.1 or A5.5, E60XX. 2.02 FABRICATION A. Metal Roof Deck Products: 1. When noted on plans as 1 1/2” type “B” metal roof deck, provide metal roof deck equivalent to Vulcraft type 1.5B, gauge as shown on drawings. Substitutions with equivalent structural properties will be considered if requested by General Contractor. B. Fabricate to sizes and details shown on Drawings. C. Provide lengths to extend over 4 or more supports where possible. (3 span condition) D. Provide minimum end lap of 2 inches. Provide laps over supports only. E. Form end laps to provide tight fit and prevent roofing bitumen from dripping through joint. F. Apply specified finish immediately after cleaning and phosphatizing surfaces . G. Preformed curved deck sections required to form roof contour shown on Drawings. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 053123 - 5 CDG 22004 STEEL ROOF DECKING PART 3 - EXECUTION 3.01 GENERAL A. Examine support framing and field conditions for compliance with requirements and installation tolerances and other conditions affecting performance of work of this Section. 3.02 INSTALLATION A. Place deck in accordance with approved Shop Drawings. All installation shall be weather tight. B. Install deck and accessories according to SDI specifications and recommendations, Shop Drawings, and this Section. C. Install steel roof decking directly to supporting steel members. D. Lap end joints over supports 2 inches minimum. E. Overlap at sides and fasten with #10 TEK screws at maximum spacing of 18 inches (unless otherwise noted on Drawings). F. Do not use deck units for storage or work platforms until permanently secured in place. Construction loads must not exceed load carrying capacity of deck. G. Install cover plates over open joint at changes in slopes with screws at not over 12 inches o.c. H. Install metal cants, curbs and closures to metal deck with screws spaced not over 12 inches o.c. I. Install neoprene cell closures flush with wall face at wall faces where deck is the finished ceiling. J. Cut and fit deck around openings through and adjacent to decking K. Trades which cut openings not shown on Drawings shall be responsible for reinforcing of decking. L. Provide holes through roof deck for installation of ventilators, pipes and other items. Where no other framing is provided, install steel angles welded to underside of decking to reinforce op enings where deck capacity is impaired by such openings. 3.03 DECK FASTENING A. Screwing: 1. Appropriate screws shall be selected for structural thickness to which deck is bein g attached. 2. Screws shall be spaced 6 inches on center (1 in each rib) at laps and intermediate supports. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 053123 - 6 CDG 22004 STEEL ROOF DECKING B. Welding: 1. Welding Limitations: a. 16 gage welding washers with a 3/8-inch diameter hole will be required on decks 22 gage or lighter. b. Deck to deck side seam welding will not be allowed (screw fastening only). c. Securely weld deck in place by electric arc method using proper amperage to accomplish proper fusion welds. d. 5/8-inch diameter puddle welds at each support shall be 6-inches on center at end laps and 12- inches on center at intermediate supports. e. If unsatisfactory welding results in damage to supporting members, make necessary repairs completing installation by use of mechanical fasteners. f. See Structural Drawings for increased fastening pattern when required to increase diaphragm capacity. C. Powder Actuated or Pneumatic Fastening: 1. Fasten at each rib at end laps and at 12-inch on center at intermediate supports. 2. Use tools as recommended for each fastener type, per manufacturer’s instructions. 3. Fastener stand-off shall be checked for conformance with manufacturer’s recommendations. 4. After erecting, touch up with same paint specified for shop coat/zinc-rich primer at galvanized deck, scarred areas both top and underside of decking including cuts, drill holes, rust spots, welds, weld scars and similar defects. D. Repairs: 1. Before placement of roof insulation and covering, deck shall be inspected for tears, dents or other damage that would prevent deck from acting as a tight and substantial form. Need for repair or shoring of damaged deck shall be determined by Engineer of Record. END OF SECTION 053123 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 054000 - 1 CDG 22004 COLD-FORMED METAL FRAMING SECTION 054000 – COLD-FORMED METAL FRAMING PART 1 - GENERAL 1.01 RELATED WORK A. Applicable provisions of Division 01 shall govern work of this Section. 1.02 SUMMARY A. Include materials, labor, services and incidentals necessary for completion of this Section of Work. B. Work includes axially or wind loaded light gage, cold -formed steel studs, tracks, joists, bridging and related accessories 18 gage and heavier indicated on Contract Drawings as "steel" studs and specified. C. Extent of cold-formed steel framing is shown on Drawings and includes, but is not limited to the following: 1. "C" shaped steel studs for exterior wall systems (18 gage and heavier). 2. "C" shaped steel studs for load bearing and non-load bearing wall systems (18 gage and heavier). 3. "C" shaped steel joists for floor and roof framing systems. 4. Fasteners and connectors for framing 1.03 REFERENCES A. Industry Standards, Specifications and Codes: 1. General: a. Comply with provisions of the following codes and standards except as modified: b. Referenced codes and standards including revisions and commentaries shall be the most currently adopted as of the date of these Contract Documents. 2. American Iron and Steel Institute (AISI): a. North American Specification for the Design of Cold -Formed Steel Structural Members b. Manual of Cold-Formed Steel Design c. Standard for Cold-formed Steel Framing – Header Design 3. American Welding Society (AWS): a. D1.1 Structural Welding Code - Steel b. D1.3 Specification for Welding Sheet Steel in Structures c. Standard Qualification Procedure 4. ASTM International (ASTM): Specific ASTM numbers are noted in later text. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 054000 - 2 CDG 22004 COLD-FORMED METAL FRAMING 5. American Institute of Steel Construction (AISC): Manual of Steel Construction 6. 2015 IBC 1.04 QUALITY ASSURANCE A. Design: 1. Compute structural properties of studs and joists in accordance with AISI "Specification for the Design of Cold-Formed Steel Structural Members." B. Weld Qualifications: 1. Welding: Use qualified welders and comply with the American Welding Society (AWS) D1.3, “Structural Welding Code Sheet Steel.” Welders shall be currently certified in accordance with the Section 6.0 “Inspection” of AWS D1.3. C. Fire Rated Assemblies: 1. Where framing units are components of assemblies indicated for a fire -resistance rating, including those required for compliance with governing regulations, provide units that have been approved by governing authorities that have jurisdiction. D. Pre-Installation Conference: 1. Prior to start of installation of steel framing systems, meet at proje ct site with Engineer and installers of other work, including door and window frames and mechanical and electrical work. Review areas of potential interference and conflicts and coordinate layout and support provisions for interfacing work. Do not start work until Shop Drawings have been approved, mock-up has been successfully tested and welds have been approved. E. Inspection and Quality Control: 1. Contractor shall provide effective full-time quality control over fabrication and erection activities. 2. As directed by Engineer, Owner's testing agency may inspect maintenance of a quality control program, including spot checking weldments and welding procedures in accordance with AWS standards. 3. Contractor shall remove and replace work, at Contractor’s expense, where test results indicate it does not comply with specified requirements. Additional testing and inspection of replaced work shall be a Contractor’s expense. 4. Steel framing manufacturer shall provide a qualified representative for periodic on -site review of fabrication and installation in accordance with manufacturer's recommendations. 5. Inspection by Owner's testing agency is not intended to be comprehensive or complete. Full responsibility for quality control shall remain with Contractor. 1.05 SUBMITTALS A. Submit in accordance with Division 01 B. Product Data: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 054000 - 3 CDG 22004 COLD-FORMED METAL FRAMING 1. Submit copies of manufacturer's product information and installation instructions for each item of cold- formed steel framing and accessories. Distribute an additional copy of installation instructions to installer. C. Samples: 1. Welders shall make sample welds of weld types. Welds shall be inspected by a testing laboratory retained by Owner. Welds shall be approved by lab before production welding begins. D. Welder Certifications: document that welders performing work on Project are currently certified for welds and welding positions utilized. Include welder and welding operator qualification test records, certifications. 1.06 DELIVERY, STORAGE AND HANDLING A. Protect steel framing units from rusting and damage. Deliver to project site in manufacturer's unopened containers or bundles, fully identified with name, brand, type and grade. Store off the ground in a dry ventilated space or protect from rain and snow or other harmful weather conditions with suitable waterproof coverings adequately vented to avoid condensation. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering "C" shaped, load -bearing and non-load bearing steel studs and joists which may be incorporated in the work inclu de, but are not limited to, the following: 1. Dietrich Industries, Inc. 2. Marino Industries, Inc. 3. Clark Western Building Systems, Inc. 4. Wheeling Corrugating Company B. With each type of steel framing required, provide manufacturer's standard steel runners (tracks), blocking, lintels, clip angles, shoes, reinforcements, fasteners and accessories as recommended by manufacturer for application indicated as needed to provide a complete steel framing system. 2.02 MATERIALS A. "C" Shaped Studs: 1. For 16 gage and heavier units, fabricate steel framing components of structural quality steel sheet with a minimum yield point of 50,000 PSI; ASTM A 1003/ A 1003M. 2. For 18 gage and lighter units, fabricate steel framing components of commercial quality steel sheet with a minimum yield point of 33,000 PSI; ASTM A 1003/ A 1003 M. 3. Provide galvanized finish to steel framing components and accessories in exterior walls complying with ASTM A 653/ A 653 M for minimum G 60 coating. 4. Provide prime coated finish to steel framing components and accessories in interior walls with 1 coat of shop applied red oxide, zinc chromate or other similar rust inhibitive primer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 054000 - 4 CDG 22004 COLD-FORMED METAL FRAMING 5. Runners: Tracks, deep leg tracks and bent plate tracks occurring at top and bottom of steel framing system shall be same gage as framing. 6. Provide miscellaneous and special heavy gage galvanized sheet steel shapes indicated on Drawings. 7. Finish of installation accessories to match that of main framing components unless noted otherwise. B. Welding Electrodes: 1. Shielded metal arc welding shall be made in accordance with the AWS "Specification for Welding Sheet Steel in Structures" and its commentary. C. Rolled Steel Plates, Shapes and Bars: 1. Shall meet requirements of ASTM A6/ A 6Mand A36/ A 36M for steel with Fy = 36 KSI. D. Power- Actuated Anchors: 1. Fastener system shall be of type suitable for application indicated, fabricated from corrosion - resistant materials, with capability to sustain without failure, a load equal to 10 times design load, as determined by testing per ASTM E1190 conducted by a qualified independent testing agency. E. Expansion Anchors: 1. Expansion bolts shall be hot-dipped galvanized. Expansion bolts with the capability to sustain without failure, a load equal to or more than 5 times design load, as determined by testing per ASTM E488 conducted by a qualified independent testing agency. F. Other Fasteners: 1. Shall be corrosion-resistant cadmium or zinc plated screws, nuts, bolts, washers and other fasteners. G. Sealer Gaskets: 1. Closed cell neoprene foam, 1/4-inch-thick, selected from manufacturer’s standard widths to match width of bottom track or rim track members. H. Zinc Rich Paint: 1. Touch up welds with zinc-rich paint in compliance with ASTM A 780. 2.03 PROPERTIES A. Physical and structural properties listed shall be considered minimum permitted for framing members. 2.04 SUBSTITUTIONS A. Substitutions must be approved in writing 10 days prior to bid date by Engineer. 2.05 FABRICATION A. General: 1. Framing components may be prefabricated into panels on or off-site prior to erecting. Fabricate panels plumb, square, true to line and braced against racking with joints welded. Reinforce, stiffen, CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 054000 - 5 CDG 22004 COLD-FORMED METAL FRAMING and brace framing assemblies to withstand handling, delivery, and erection stresses. Perform lifting of prefabricated units to prevent damage or distortion. 2. Framing components shall be cut squarely for attachment to perpendicular members or as required for an angular fit against abutting members. Members shall be held positively in place until properly fastened. 3. Fastenings: Attach components by welding, bolting, or screw fastening as sta ndard with manufacturer unless specific method of attachment is noted on Drawings. Wire tying of framing components is not permitted. Welding is permitted on 18 gage or heavier material only. Where Drawings indicate concentrated loads to be attached to ch annel by bolting, provide stud reinforcement as required at location of bolted connection. 4. Provide insulation equal to that specified elsewhere in double jamb studs and double header members which will not be accessible to Insulation Contractor. 5. Fabrication tolerances: Fabricate panels to a maximum allowable tolerance variation from plumb, level and true to line of 1/8 inch in 10'-0". PART 3 - EXECUTION 3.01 INSPECTION AND PREPARATION A. Inspection: 1. Prior to installation, inspect work of other trades. Verify that work is comp lete and accurate to the point where this installation may properly commence in strict accordance with framing Shop Drawings. B. Discrepancies: 1. Immediately notify Engineer of discrepancies. 2. Do not proceed with installation in areas of discrepancies until such discrepancy has been fully resolved. 3.02 PREPARATION A. Before sprayed fire-resistive materials are applied, attach continuous angles, supplementary framing, or tracks to structural members indicated to receive sprayed fire-resistive materials. B. After applying sprayed fire-resistive materials, remove only as much of these materials as needed to complete installation of cold-formed framing without reducing thickness or fire -resistive materials below that required to obtain fire-resistive rating indicated. Protect remaining fire-resistive materials from damage. 3.03 INSTALLATION A. General: 1. Install steel framing systems in accordance with manufacturer's printed or written instructions and recommendations and ASTM C1007 unless otherwise indicated. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 054000 - 6 CDG 22004 COLD-FORMED METAL FRAMING B. Runner Tracks: 1. Install continuous tracks sized to match studs. Align tracks accurately to layout at base and tops of studs. Secure tracks as required for design loads as noted in design calculations portion of this Specification and as recommended by stud manufacturer for type of construction involved, except do not exceed 24 inches o.c. spacing for nail or power driven fasteners, nor 16 inches o.c. for other types of attachment. Install concrete anchors only after full compressive strength has been achieved. Provide a sill sealer or gasket barrier between concrete and steel connections. Provide fasteners at corners and ends of tracks. 2. Install load bearing shims or grout between underside of wall bottom track or rim track and top of foundation wall or slab at stud or joist locations to ensure a uniform bearing surface on supporting concrete or masonry construction. 3. Track shall be securely anchored to supporting structure as shown on fabrication and erection drawings. 4. Track butt joints shall be securely anchored to a common structural element or they shall be butt-welded or spliced together. 5. Install framing members in 1-piece lengths unless splice connections are indicated for track or tension members. 6. Install insulation, specified in Division 07, in built-up exterior framing members such as headers, sills, boxed joints, and multiple studs at openings, that are inaccessible on completion of framing work. 7. Fasten hole reinforcing plate over web penetrations that exceed si ze of manufacturer’s standard punched openings. C. Wall Stud System: 1. Set studs plumb except as needed for diagonal bracing or required for non -plumb walls or warped surfaces and similar requirements. 2. Secure studs to top and bottom runner tracks by welding or screw fastening at both inside and outside flanges, except where vertical movement is specified. 3. Where stud system abuts structural columns or walls, including masonry walls, anchor ends of bridging to supporting structure. 4. Framed wall openings shall include headers and supporting studs. Install headers over wall openings wider than stud spacing, including those required for other trades. Locate headers above openings with double stud at each jamb of frame, except where more than 2 studs are either shown or indicated in manufacturer's instructions. Fabricate headers of compound shapes indicated or required to transfer load of supporting studs, complete with clip -angle connectors, web stiffeners, or gusset plates. Install runner tracks and jack studs below wall openings. Anchor tracks to jamb studs with stud shoes or by welding and space jack studs same as full-height studs of wall. Secure stud system to wall opening frame in manner indicated 5. Frame both sides of expansion and control joints as shown for wall systems with a separate stud and do not bridge joint with components of stud system. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 054000 - 7 CDG 22004 COLD-FORMED METAL FRAMING 6. Install horizontal bridging in stud system, spaced as recommended by manufacturer and at locations required by load-bearing conditions. Weld or mechanically fasten at each intersection. 7. Wall stud bridging shall be attached in a manner to prevent stud rotation. Bridging rows shall be spaced according to manufacturer's recommendation. Without supportive data, minimum bridging shall be 4'-0" on center. 8. Install jack studs or cripples below window sills, above window and door heads, at freestanding stair rails and elsewhere to furnish support, securely attached to supporting members. 9. Temporary bracing shall be provided until erection is completed. 10. Provide stud walls at locations indicated on Drawings as "shear walls" for frame stability and lateral load resistance. 11. Provision for structure vertical movement shall be provided where indicated on Drawings. 12. Erection Tolerances: Bolt or weld wall panels (at both horizontal and vertical junctures) to produce flush, even, true to line joints. Maximum variation in plane and true position between prefabricated assemblies should not exceed 1/16 inch. D. Supplementary Framing: 1. Install supplementary framing, blocking and bracing in steel framing system as required by AISI and wherever walls or partitions are indicated to support fixtures, equipment, services, casework, heavy trim and furnishings, and similar work requiring attachment to wall or partition. Where type of supplementary support is not otherwise indicated, comply with stud manufacturer's recommendations and industry standards in each case, considering weight or loading resulting from item supported. 2. Install suspended brick panel support as shown on approved Shop Drawings. E. Field Painting: 1. Touch-up shop applied protective coatings damaged durin g handling and installation. Use compatible primer for prime coated surfaces; use galvanizing zinc-rich paint for galvanized surfaces. Brush on or spray on paint to a minimum 2 mil dry film thickness. 2. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and installer that ensures cold-formed framing is without damage or deterioration at time of substantial completion. END OF SECTION 054000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061000 - 1 CDG 22004 ROUGH CARPENTRY SECTION 061000 - ROUGH CARPENTRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Rooftop equipment bases and support curbs. 2. Wood blocking and nailers. 3. Wood furring. 4. Wood sleepers. B. Related Requirements: 1. Section 061600 "Sheathing." 2. Section 313116 "Termite Control" for site application of borate treatment to wood framing. 1.3 DEFINITIONS A. Exposed Framing: Framing not concealed by other construction. B. Dimension Lumber: Lumber of 2 inches nominal or greater but less than 5 inches nominal in least dimension. C. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. NLGA: National Lumber Grades Authority. 2. WCLIB: West Coast Lumber Inspection Bureau. 3. RIS: Redwood Inspection Service. 4. WWPA: Western Wood Products Association. 1.4 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amount of preservative retained. 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials based on testing by a qualified independent testing agency. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061000 - 2 CDG 22004 ROUGH CARPENTRY 3. For fire-retardant treatments, include physical properties of treated lumber both before and after exposure to elevated temperatures, based on testing by a qualified independent testing agency according to ASTM D 5664. 4. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 5. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. Fastener Patterns: Full-size templates for fasteners in exposed framing. 1.5 INFORMATIONAL SUBMITTALS A. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: For testing agency providing classification marking for fire-retardant treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. 1.7 DELIVERY, STORAGE, AND HANDLING A. Stack lumber flat with spacers beneath and between each bundle to provide air circulation. Protect lumber from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules-writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece or omit grade stamp and provide certificates of grade compliance issued by grading agency. 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 4. Provide dressed lumber, S4S, unless otherwise indicated. B. Maximum Moisture Content of Lumber: 15 percent for 2-inch nominal thickness or less, 19 percent for more than 2-inch nominal thickness unless otherwise indicated. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061000 - 3 CDG 22004 ROUGH CARPENTRY 2.2 WOOD-PRESERVATIVE-TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. 2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. 1. For exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece or omit marking and provide certificates of treatment compliance issued by inspection agency. D. Application: Treat items indicated on Drawings, and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping,] and similar concealed members in contact with masonry or concrete. 3. Wood framing and furring attached directly to the interior of below-grade exterior masonry or concrete walls. 4. Wood framing members that are less than 18 inches above the ground in crawlspaces or unexcavated areas. 5. Wood floor plates that are installed over concrete slabs-on-grade. 2.3 FIRE-RETARDANT-TREATED MATERIALS A. General: Where fire-retardant-treated materials are indicated, use materials complying with requirements in this article, that are acceptable to authorities having jurisdiction, and with fire-test-response characteristics specified as determined by testing identical products per test method indicated by a qualified testing agency. Stamp must be visible upon inspection. B. Fire-Retardant-Treated Lumber and Plywood by Pressure Process: Products with a flame spread index of 25 or less when tested according to ASTM E 84, and with no evidence of significant progressive combustion when the test is extended an additional 20 minutes, and with the flame front not extending more than 10.5 feet beyond the centerline of the burners at any time during the test. 1. Use treatment that does not promote corrosion of metal fasteners. 2. Exterior Type: Treated materials shall comply with requirements specified above for fire- retardant-treated lumber and plywood by pressure process after being subjected to accelerated weathering according to ASTM D 2898. Use for exterior locations and where indicated. 3. Interior Type A: Treated materials shall have a moisture content of 28 percent or less when tested according to ASTM D 3201 at 92 percent relative humidity. Use where exterior type is not indicated. 4. Design Value Adjustment Factors: Treated lumber shall be tested according ASTM D 5664 and design value adjustment factors shall be calculated according to ASTM D 6841. For enclosed roof framing, framing in attic spaces, and where high temperature fire-retardant treatment is indicated, CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061000 - 4 CDG 22004 ROUGH CARPENTRY provide material with adjustment factors of not less than 0.85 modulus of elasticity and 0.75 for extreme fiber in bending for Project's climatological zone. C. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Kiln-dry plywood after treatment to a maximum moisture content of 15 percent. D. Identify fire-retardant-treated wood with appropriate classification marking of qualified testing agency. 1. For exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece or omit marking and provide certificates of treatment compliance issued by testing agency. E. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not bleed through, contain colorants, or otherwise adversely affect finishes. F. Application: Treat items indicated on Drawings, and the following: 1. Framing for raised platforms. 2. Framing for stages. 3. All Concealed blocking. 2.4 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. 3. Rooftop equipment bases and support curbs. 4. Cants. 5. Furring. 6. Grounds. B. For items of dimension lumber size, provide Construction or No. 2 grade lumber of any species. C. For concealed boards, provide lumber with 15 percent maximum moisture content and the following species and grades: 1. Hem-fir or hem-fir (north); Construction or No. 2 Common grade; NLGA, WCLIB, or WWPA. D. For blocking not used for attachment of other construction, Utility, Stud, or No. 3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose. E. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. F. For furring strips for installing plywood or hardboard paneling, select boards with no knots capable of producing bent-over nails and damage to paneling. 2.5 PLYWOOD BACKING PANELS A. Equipment Backing Panels: DOC PS 1, Exposure 1, C-D Plugged, in thickness indicated or, if not indicated, not less than 3/4-inch nominal thickness. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061000 - 5 CDG 22004 ROUGH CARPENTRY 2.6 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, pressure-preservative treated, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M. B. Nails, Brads, and Staples: ASTM F 1667. C. Power-Driven Fasteners: NES NER-272. D. Wood Screws: ASME B18.6.1. E. Lag Bolts: ASME B18.2.1. F. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. G. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry assemblies and equal to four times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Carbon-steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5. 2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2. 2.7 MISCELLANEOUS MATERIALS A. Sill-Sealer Gaskets: Closed-cell neoprene foam, 1/4 inch thick, selected from manufacturer's standard widths to suit width of sill members indicated. B. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, butyl rubber or rubberized-asphalt compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch. C. Adhesives for Gluing Furring and Sleepers to Concrete or Masonry: Formulation complying with ASTM D 3498 that is approved for use indicated by adhesive manufacturer. D. Water-Repellent Preservative: NWWDA-tested and -accepted formulation containing 3-iodo-2-propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking, and similar supports to comply with requirements for attaching other construction. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061000 - 6 CDG 22004 ROUGH CARPENTRY B. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. C. Install plywood backing panels by fastening to studs; coordinate locations with utilities requiring backing panels. D. Install sill sealer gasket to form continuous seal between sill plates and foundation walls. E. Do not splice structural members between supports unless otherwise indicated. F. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. 1. Provide metal clips for fastening gypsum board or lath at corners and intersections where framing or blocking does not provide a surface for fastening edges of panels. Space clips not more than 16 inches o.c. G. Provide fire blocking in furred spaces, stud spaces, and other concealed cavities as indicated and as follows: 1. Fire block furred spaces of walls, at each floor level, at ceiling, and at not more than 96 inches o.c. with solid wood blocking or noncombustible materials accurately fitted to close furred spaces. 2. Fire block concealed spaces of wood-framed walls and partitions at each floor level, at ceiling line of top story, and at not more than 96 inches o.c. Where fire blocking is not inherent in framing system used, provide closely fitted solid wood blocks of same width as framing members and 2- inch nominal- thickness. 3. Fire block concealed spaces between floor sleepers with same material as sleepers to limit concealed spaces to not more than 100 sq. ft. and to solidly fill space below partitions. 4. Fire block concealed spaces behind combustible cornices and exterior trim at not more than 20 feet o.c. H. Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. I. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber. 1. Use inorganic boron for items that are continuously protected from liquid water. 2. Use copper naphthenate for items not continuously protected from liquid water. J. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. NES NER-272 for power-driven fasteners. 2. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 3. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two-Family Dwellings. K. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. L. For exposed work, arrange fasteners in straight rows parallel with edges of members, with fasteners evenly spaced, and with adjacent rows staggered. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061000 - 7 CDG 22004 ROUGH CARPENTRY 1. Comply with approved fastener patterns where applicable. 2. Use finishing nails unless otherwise indicated. Countersink nail heads and fill holes with wood filler. 3. Use common nails unless otherwise indicated. Drive nails snug but do not countersink nail heads. M. Install 2x6 wood blocking behind gypsum board at all door hardware wall stop locations. Securely attach blocking to adjacent studs. N. Install 2x6 wood blocking behind gypsum board at all toilet accessories and compartment anchor locations. Securely attach blocking to adjacent studs. O. Install 2x6 wood blocking behind gypsum board at all undercounter support bracket locations. Securely attach blocking to adjacent studs. 3.2 WOOD SLEEPER, BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for screeding or attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces unless otherwise indicated. C. Where wood-preservative-treated lumber is installed adjacent to metal decking, install continuous flexible flashing separator between wood and metal decking. D. Provide permanent grounds of dressed, pressure-preservative-treated, key-beveled lumber not less than 1- 1/2 inches wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. 3.3 WOOD FURRING INSTALLATION A. Install level and plumb with closure strips at edges and openings. Shim with wood as required for tolerance of finish work. B. Furring to Receive Plywood or Hardboard Paneling: Install 1-by-3-inch nominal- size furring horizontally at 24 inches o.c. C. Furring to Receive Gypsum Board: Install 1-by-2-inch nominal- size furring vertically at 16 inches o.c. 3.4 <PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes sufficiently wet that moisture content exceeds that specified, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. END OF SECTION 061000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061600 - 1 CDG 22004 SHEATHING SECTION 061600 - SHEATHING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Wall sheathing. 2. Sheathing joint and penetration treatment. B. Related Requirements: 1. Section 061000 "Rough Carpentry" for plywood backing panels. 1.3 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated plywood complies with requirements. Indicate type of preservative used and net amount of preservative retained. 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated plywood complies with requirements. Include physical properties of treated materials. 3. For fire-retardant treatments, include physical properties of treated plywood both before and after exposure to elevated temperatures, based on testing by a qualified independent testing agency according to ASTM D 5516. 4. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 5. Include copies of warranties from chemical treatment manufacturers for each type of treatment. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: For testing agency providing classification marking for fire-retardant- treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. 1.5 DELIVERY, STORAGE, AND HANDLING CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061600 - 2 CDG 22004 SHEATHING A. Stack panels flat with spacers beneath and between each bundle to provide air circulation. Protect sheathing from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire-Test-Response Characteristics: For assemblies with fire-resistance ratings, provide materials and construction identical to those of assemblies tested for fire resistance per ASTM E 119 by a testing and inspecting agency acceptable to authorities having jurisdiction. 1. Fire-Resistance Ratings: Indicated by design designations from UL's "Fire Resistance Directory.". 2.2 WALL SHEATHING A. Glass-Mat Gypsum Wall Sheathing: ASTM C 1177/1177M. 1. Type and Thickness: Regular, 1/2 inch thick. 2. Size: 48 by 96 inches for vertical installation. 2.3 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. B. Power-Driven Fasteners: NES NER-272. C. Screws for Fastening Wood Structural Panels to Cold-Formed Metal Framing: ASTM C 954, except with wafer heads and reamer wings, length as recommended by screw manufacturer for material being fastened. 1. For wall and roof sheathing panels, provide screws with organic-polymer or other corrosion- protective coating having a salt-spray resistance of more than 800 hours according to ASTM B 117. D. Screws for Fastening Gypsum Sheathing to Cold-Formed Metal Framing: Steel drill screws, in length recommended by sheathing manufacturer for thickness of sheathing to be attached, with organic-polymer or other corrosion-protective coating having a salt-spray resistance of more than 800 hours according to ASTM B 117. 1. For steel framing less than 0.0329 inch thick, use screws that comply with ASTM C 1002. 2. For steel framing from 0.033 to 0.112 inch thick, use screws that comply with ASTM C 954. 2.4 SHEATHING JOINT-AND-PENETRATION TREATMENT MATERIALS A. Sealant for Glass-Mat Gypsum Sheathing: Silicone emulsion sealant complying with ASTM C 834, compatible with sheathing tape and sheathing and recommended by tape and sheathing manufacturers for use with glass-fiber sheathing tape and for covering exposed fasteners. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061600 - 3 CDG 22004 SHEATHING 1. Sheathing Tape: Self-adhering glass-fiber tape, minimum 2 inches wide, 10 by 10 or 10 by 20 threads/inch, of type recommended by sheathing and tape manufacturers for use with silicone emulsion sealant in sealing joints in glass-mat gypsum sheathing and with a history of successful in-service use. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Do not use materials with defects that impair quality of sheathing or pieces that are too small to use with minimum number of joints or optimum joint arrangement. Arrange joints so that pieces do not span between fewer than three support members. B. Cut panels at penetrations, edges, and other obstructions of work; fit tightly against abutting construction unless otherwise indicated. C. Securely attach to substrate by fastening as indicated, complying with the following: 1. NES NER-272 for power-driven fasteners. 2. Table 2304.9.1, "Fastening Schedule," in ICC's "International Building Code." 3. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's "International Residential Code for One- and Two-Family Dwellings." D. Coordinate wall and roof sheathing installation with flashing and joint-sealant installation so these materials are installed in sequence and manner that prevent exterior moisture from passing through completed assembly. E. Do not bridge building expansion joints; cut and space edges of panels to match spacing of structural support elements. F. Coordinate sheathing installation with installation of materials installed over sheathing so sheathing is not exposed to precipitation or left exposed at end of the workday when rain is forecast. 3.2 WOOD STRUCTURAL PANEL INSTALLATION A. General: Comply with applicable recommendations in APA Form No. E30, "Engineered Wood Construction Guide," for types of structural-use panels and applications indicated. B. Fastening Methods: Fasten panels as indicated below: 1. Wall and Roof Sheathing: a. Screw to cold-formed metal framing. b. Space panels 1/8 inch apart at edges and ends. 3.3 GYPSUM SHEATHING INSTALLATION A. Comply with GA-253 and with manufacturer's written instructions. 1. Fasten gypsum sheathing to wood framing with screws. 2. Fasten gypsum sheathing to cold-formed metal framing with screws. 3. Install boards with a 3/8-inch gap where non-load-bearing construction abuts structural elements. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 061600 - 4 CDG 22004 SHEATHING 4. Install boards with a 1/4-inch gap where they abut masonry or similar materials that might retain moisture, to prevent wicking. B. Apply fasteners so heads bear tightly against face of sheathing, but do not cut into facing. C. Horizontal Installation: Install sheathing with V-grooved edge down and tongue edge up. Interlock tongue with groove to bring long edges in contact with edges of adjacent boards without forcing. Abut ends of boards over centers of studs, and stagger end joints of adjacent boards not less than one stud spacing. Attach boards at perimeter and within field of board to each steel stud. 1. Space fasteners approximately 8 inches o.c. and set back a minimum of 3/8 inch from edges and ends of boards. 2. For sheathing under stucco cladding, boards may be initially tacked in place with screws if overlying self-furring metal lath is screw-attached through sheathing to studs immediately after sheathing is installed. D. Vertical Installation: Install board vertical edges centered over studs. Abut ends and edges of each board with those of adjacent boards. Attach boards at perimeter and within field of board to each stud. 1. Space fasteners approximately 8 inches o.c. and set back a minimum of 3/8 inch from edges and ends of boards. 2. For sheathing under stucco cladding, boards may be initially tacked in place with screws if overlying self-furring metal lath is screw-attached through sheathing to studs immediately after sheathing is installed. E. Seal sheathing joints according to sheathing manufacturer's written instructions. 1. Apply glass-fiber sheathing tape to glass-mat gypsum sheathing joints and apply and trowel silicone emulsion sealant to embed entire face of tape in sealant. Apply sealant to exposed fasteners with a trowel so fasteners are completely covered. Seal other penetrations and openings. END OF SECTION 061600 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 064116 - 1 CDG 22004 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS SECTION 064116 - PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Plastic-laminate-faced architectural cabinets. 2. Wood furring, blocking, shims, and hanging strips for installing plastic-laminate-faced architectural cabinets unless concealed within other construction before cabinet installation. B. Related Requirements: 1. Section 061000 "Rough Carpentry" for wood furring, blocking, shims, and hanging strips required for installing cabinets and concealed within other construction before cabinet installation. 2. Section 123661 “Simulated Stone Countertops” for countertops scheduled with Solid Surface, Quartz, Granite, or other such materials. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product, including panel products high-pressure decorative laminate adhesive for bonding plastic laminate and cabinet hardware and accessories. B. Shop Drawings: Show location of each item, dimensioned plans and elevations, large-scale details, attachment devices, and other components. 1. Show details full size. 2. Show locations and sizes of furring, blocking, and hanging strips, including concealed blocking and reinforcement specified in other Sections. 3. Show locations and sizes of cutouts and holes for electrical switches and outlets and other items installed in architectural plastic-laminate cabinets. C. Samples for Verification: 1. Plastic laminates, 8 by 10 inches, for each type, color, pattern, and surface finish, with one sample applied to core material and specified edge material applied to one edge. 2. Wood-grain plastic laminates, 8 by 10 inches, for each type, pattern and surface finish, with one sample applied to core material and specified edge material applied to one edge. 3. Thermoset decorative panels, 8 by 10 inches, for each color, pattern, and surface finish, with edge banding on one edge. 4. Corner pieces as follows: a. Cabinet-front frame joints between stiles and rails, as well as exposed end pieces, 18 inches high by 18 inches wide by 6 inches deep. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 064116 - 2 CDG 22004 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS b. Miter joints for standing trim. 5. Exposed cabinet hardware and accessories, one unit for each type and finish. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer and fabricator. B. Product Certificates: For each type of product including the following: 1. Composite wood products. 2. High-pressure decorative laminate. 3. Glass. 4. Adhesives. C. Evaluation Reports: For fire-retardant-treated materials, from ICC-ES. 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: Shop that employs skilled workers who custom fabricate products similar to those required for this Project and whose products have a record of successful in-service performance. B. Installer Qualifications: Fabricator of products and/or Certified participant in AWI's Quality Certification Program. C. Testing Agency Qualifications: For testing agency providing classification marking for fire-retardant- treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. D. Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockups of typical plastic-laminate cabinets as shown on Drawings. 2. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not deliver cabinets until painting and similar operations that could damage woodwork have been completed in installation areas. If cabinets must be stored in other than installation areas, store only in areas where environmental conditions comply with requirements specified in "Field Conditions" Article. 1.7 FIELD CONDITIONS A. Environmental Limitations: Do not deliver or install cabinets until building is enclosed, wet work is complete, and HVAC system is operating and maintaining temperature and relative humidity at occupancy levels during the remainder of the construction period. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 064116 - 3 CDG 22004 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS B. Environmental Limitations: Do not deliver or install cabinets until building is enclosed, wet work is complete, and HVAC system is operating and maintaining temperature between 60 and 90 deg F and relative humidity between 25 and 55 percent during the remainder of the construction period. C. Field Measurements: Where cabinets are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication, and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1. Locate concealed framing, blocking, and reinforcements that support cabinets by field measurements before being enclosed, and indicate measurements on Shop Drawings. D. Established Dimensions: Where cabinets are indicated to fit to other construction, establish dimensions for areas where cabinets are to fit. Provide allowance for trimming at site, and coordinate construction to ensure that actual dimensions correspond to established dimensions. 1.8 COORDINATION A. Coordinate sizes and locations of framing, blocking, furring, reinforcements, and other related units of Work specified in other Sections to ensure that cabinets can be supported and installed as indicated. PART 2 - PRODUCTS 2.1 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS A. Quality Standard: Unless otherwise indicated, comply with the "Architectural Woodwork Standards" for grades of architectural plastic-laminate cabinets indicated for construction, finishes, installation, and other requirements. 1. The Contract Documents contain selections chosen from options in the quality standard and additional requirements beyond those of the quality standard. Comply with those selections and requirements in addition to the quality standard. B. Grade: Custom. C. Type of Construction: Reveal overlay. D. Cabinet, Door, and Drawer Front Interface Style: Reveal overlay. E. Reveal Dimension: 1/4 inch. F. High-Pressure Decorative Laminate: NEMA LD 3, grades as indicated or if not indicated, as required by woodwork quality standard. G. Laminate Cladding for Exposed Surfaces (Anything visible when looking at cabinets from either standing or sitting position and tops of upper cabinets): 1. Horizontal Surfaces: Grade HGS. 2. Vertical Surfaces: Grade HGS. 3. Edges: Grade HGS. 4. Cabinet doors and Drawer fronts: (either) a. Grade HGS to match face laminate. Install edge banding before face laminate. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 064116 - 4 CDG 22004 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS b. 3mm PVC edge banding that matches face laminate. Sample must be submitted and approved by Architect to match. Otherwise, laminate edge banding will be required. 5. Pattern Direction: Vertically for drawer fronts, doors, and fixed panels. H. Materials for Semi-exposed Surfaces (areas behind closed doors or drawers): 1. Surfaces Other Than Drawer Bodies: 3/4" Thermoset Decorative Panels a. Edges of Plastic-Laminate Shelves: PVC edge banding, 3mm thick, matching laminate in color, pattern, and finish. b. Edges of Thermoset Decorative Panel Shelves: 1mm thick PVC edge banding on all edges. c. For semi-exposed backs of panels with exposed plastic-laminate surfaces (i.e. cabinet doors or drawer fronts), provide surface of high-pressure decorative laminate, NEMA LD 3, Grade VGS. 2. Drawer Sides and Backs: 3/4” Thermoset decorative panels with 1mm thick PVC edge banding on all edges. 3. Drawer Bottoms: 1/4" Thermoset decorative panels. I. Dust Panels: 1/4-inch plywood or tempered hardboard above compartments and drawers unless located directly under tops. J. Concealed Backs of Panels with Exposed Plastic-Laminate Surfaces: High-pressure decorative laminate, NEMA LD 3, Grade BKL. K. Drawer Construction: Fabricate with exposed fronts fastened to subfront with mounting screws from interior of body. 1. Join subfronts, backs, and sides with Shoulder Lock, glued and pin nailed. L. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements: a. Refer to the Finish and Materials Schedule in Section 099999. 2.2 WOOD MATERIALS A. Wood Products: Provide materials that comply with requirements of referenced quality standard for each type of woodwork and quality grade specified unless otherwise indicated. 1. Wood Moisture Content: 4 to 9 percent. B. Composite Wood Products: Provide materials that comply with requirements of referenced quality standard for each type of woodwork and quality grade specified unless otherwise indicated. 1. Medium-Density Fiberboard: ANSI A208.2, Grade 130. 2. Thermoset Decorative Panels: Medium-density fiberboard finished with thermally fused, melamine-impregnated decorative paper and complying with requirements of NEMA LD 3, Grade VGL, for test methods 3.3, 3.4, 3.6, 3.8, and 3.10. 3. Hardboard: Tempered Masonite, ¼” thick at form shelves where indicated. 2.3 CABINET HARDWARE AND ACCESSORIES CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 064116 - 5 CDG 22004 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS A. General: Provide cabinet hardware and accessory materials associated with architectural cabinets except for items specified in Section 087100 "Door Hardware." B. Frameless Concealed Hinges (European Type): BHMA A156.9, B01602, 170 degrees of opening, self- closing. C. Wire Pulls: Back mounted, solid metal, 4 inches long, 5/16 inch in diameter. D. Catches: Hafele Automatic Door Catch 245.58.754 (245.58.156 for bronze finish where indicated) at all pairs of doors indicated with cam lock. E. Adjustable Shelf Standards and Supports: BHMA A156.9, B04071; with shelf rests, B04081. Metal and recess mounted. F. Drawer Slides: BHMA A156.9. 1. Grade 1HD-100 and Grade 1HD-200: Side mounted; full-extension type; zinc-plated-steel ball- bearing slides. 2. For drawers more than 3 inches high but not more than 6 inches high and not more than 24 inches wide, provide Grade 1HD-100. 3. For drawers more than 6 inches high or more than 24 inches wide, provide Grade 1HD-200. 4. For trash bins not more than 20 inches high and 16 inches wide, provide Grade 1HD-200. G. Grommets for Cable Passage through Countertops: 2-inch OD, black, molded-plastic grommets and matching plastic caps with slot for wire passage. 1. Product: Subject to compliance with requirements, provide "TG3 series" by Doug Mockett & Company, Inc. H. Door Locks: BHMA A156.11, E07121. Contractor is to coordinate keying schedule with Owner. Keying may be, at the Owner’s option, either keyed alike, keyed separately, or a combination of the above. I. Drawer Locks: BHMA A156.11, E07041. Contractor is to coordinate keying schedule with Owner. Keying may be, at the Owner’s option, either keyed alike, keyed separately, or a combination of the above. J. Door and Drawer Silencers: BHMA A156.16, L03011. Small, round, clear rubber adhesive cabinet bumpers. K. Countertop Support: Rakks extruded aluminum counter support bracket in recommended size for countertop depth and height. Off-White Powder coat finish. L. Exposed Hardware Finishes: For exposed hardware, provide finish that complies with BHMA A156.18 for BHMA finish number indicated. 1. Satin Chromium Plated: BHMA 626 for brass or bronze base; BHMA 652 for steel base. M. For concealed hardware, provide manufacturer's standard finish that complies with product class requirements in BHMA A156.9. 2.4 MISCELLANEOUS MATERIALS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 064116 - 6 CDG 22004 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS A. Furring, Blocking, Shims, and Hanging Strips: Fire-retardant-treated softwood lumber, kiln dried to less than 15 percent moisture content. B. Anchors: Select material, type, size, and finish required for each substrate for secure anchorage. Provide metal expansion sleeves or expansion bolts for post-installed anchors. Use nonferrous-metal or hot-dip galvanized anchors and inserts at inside face of exterior walls and at floors. C. Adhesives: Do not use adhesives that contain urea formaldehyde. D. Adhesives: Use adhesives that meet the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." E. Adhesive for Bonding Plastic Laminate: Unpigmented contact cement. 1. Adhesive for Bonding Edges: Hot-melt adhesive or adhesive specified above for faces. 2.5 FABRICATION A. Sand fire-retardant-treated wood lightly to remove raised grain on exposed surfaces before fabrication. B. Fabricate cabinets to dimensions, profiles, and details indicated. C. Complete fabrication, including assembly and hardware application, to maximum extent possible before shipment to Project site. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. 1. Notify Architect seven days in advance of the dates and times woodwork fabrication will be complete. 2. Trial fit assemblies at fabrication shop that cannot be shipped completely assembled. Install dowels, screws, bolted connectors, and other fastening devices that can be removed after trial fitting. Verify that various parts fit as intended and check measurements of assemblies against field measurements before disassembling for shipment. D. Shop-cut openings to maximum extent possible to receive hardware, appliances, electrical work, and similar items. Locate openings accurately and use templates or roughing-in diagrams to produce accurately sized and shaped openings. Sand edges of cutouts to remove splinters and burrs. E. Install glass to comply with applicable requirements in Section 088000 "Glazing" and in GANA's "Glazing Manual." For glass in wood frames, secure glass with removable stops. PART 3 - EXECUTION 3.1 PREPARATION A. Before installation, condition cabinets to average prevailing humidity conditions in installation areas. B. Before installing cabinets, examine shop-fabricated work for completion and complete work as required. 3.2 INSTALLATION CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 064116 - 7 CDG 22004 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS A. Grade: Install cabinets to comply with same grade as item to be installed. B. Assemble cabinets and complete fabrication at Project site to the extent that it was not completed in the shop. C. Install cabinets level, plumb, true, and straight. Shim as required with concealed shims. Install level and plumb to a tolerance of 1/8 inch in 96 inches. D. Scribe and cut cabinets to fit adjoining work, refinish cut surfaces, and repair damaged finish at cuts. E. Anchor cabinets to anchors or blocking built in or directly attached to substrates. Secure with countersunk, concealed fasteners and blind nailing. Use fine finishing nails or finishing screws for exposed fastening, countersunk and filled flush with woodwork. 1. Use filler matching finish of items being installed. F. Cabinets: Install without distortion so doors and drawers fit openings properly and are accurately aligned. Adjust hardware to center doors and drawers in openings and to provide unencumbered operation. Complete installation of hardware and accessory items as indicated. 1. Install cabinets with no more than 1/8 inch in 96-inch sag, bow, or other variation from a straight line. 2. Fasten wall cabinets through back, near top and bottom, and at ends not more than 16 inches o.c. with No. 10 wafer-head screws sized for not less than 1-1/2-inch penetration into wood framing, blocking, or hanging strips. 3. Install a minimum of two rubber bumpers on each cabinet door and drawer front. 3.3 ADJUSTING AND CLEANING A. Repair damaged and defective cabinets, where possible, to eliminate functional and visual defects; where not possible to repair, replace woodwork. Adjust joinery for uniform appearance. B. Clean, lubricate, and adjust hardware. C. Clean cabinets on exposed and semi-exposed surfaces. END OF SECTION 064116 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 072100 - 1 CDG 22004 THERMAL INSULATION SECTION 072100 - THERMAL INSULATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Glass-fiber blanket insulation. B. Related Sections: 1. Section 042000 "Unit Masonry" for insulation installed in cavity walls and masonry cells. 2. Section 061600 "Sheathing" for foam-plastic board sheathing over wood or steel framing. 3. Section 075423 "Thermoplastic Polyolefin (TPO) Roofing" for insulation specified as part of roofing construction. 4. Section 078446 "Fire-Resistive Joint Systems" for insulation installed as part of a perimeter fire- resistive joint system. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1.4 INFORMATIONAL SUBMITTALS A. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each product. 1.5 QUALITY ASSURANCE A. Surface-Burning Characteristics: As determined by testing identical products according to ASTM E 84 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1.6 DELIVERY, STORAGE, AND HANDLING A. Protect insulation materials from physical damage and from deterioration due to moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during installation. B. Protect foam-plastic board insulation as follows: 1. Do not expose to sunlight except to necessary extent for period of installation and concealment. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 072100 - 2 CDG 22004 THERMAL INSULATION 2. Protect against ignition at all times. Do not deliver foam-plastic board materials to Project site before installation time. 3. Quickly complete installation and concealment of foam-plastic board insulation in each area of construction. PART 2 - PRODUCTS 2.1 SOURCE LIMITATION A. For each of the Products listed below, each must come from a single approved manufacturer. Mixing of different manufacturer’s similar products on the project is not acceptable. 2.2 GLASS-FIBER BLANKET INSULATION A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. CertainTeed Corporation. 2. Johns Manville. 3. Knauf Insulation. 4. Owens Corning. B. Unfaced, Glass-Fiber Blanket Insulation: ASTM C 665, Type I; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively, per ASTM E 84; passing ASTM E 136 for combustion characteristics. C. Provide glass-fiber blanket insulation as follows: 1. Free of Formaldehyde: Insulation manufactured with 100 percent acrylic binders and no formaldehyde. 2. Low Emitting: Insulation tested according to ASTM D 5116 and shown to emit less than 0.05- ppm formaldehyde. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and applications indicated. B. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed to ice, rain, or snow at any time. C. Extend insulation to envelop entire area to be insulated. Cut and fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. D. Provide sizes to fit applications indicated and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation units to produce thickness indicated unless multiple layers are otherwise shown or required to make up total thickness. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 072100 - 3 CDG 22004 THERMAL INSULATION 3.2 INSTALLATION OF INSULATION FOR FRAMED CONSTRUCTION A. Apply insulation units to substrates by method indicated, complying with manufacturer's written instructions. If no specific method is indicated, bond units to substrate with adhesive or use mechanical anchorage to provide permanent placement and support of units. B. Glass-Fiber or Mineral-Wool Blanket Insulation: Install in cavities formed by framing members according to the following requirements: 1. Use insulation widths and lengths that fill the cavities formed by framing members. If more than one length is required to fill the cavities, provide lengths that will produce a snug fit between ends. 2. Place insulation in cavities formed by framing members to produce a friction fit between edges of insulation and adjoining framing members. 3. Maintain 3-inch clearance of insulation around recessed lighting fixtures not rated for or protected from contact with insulation. 4. Install eave ventilation troughs between roof framing members in insulated attic spaces at vented eaves. 5. For metal-framed wall cavities where cavity heights exceed 96 inches, support unfaced blankets mechanically and support faced blankets by taping flanges of insulation to flanges of metal studs. 6. For wood-framed construction, install blankets according to ASTM C 1320 and as follows: a. With faced blankets having stapling flanges, secure insulation by inset, stapling flanges to sides of framing members. b. With faced blankets having stapling flanges, lap blanket flange over flange of adjacent blanket to maintain continuity of vapor retarder once finish material is installed over it. 3.3 INSTALLATION OF INSULATION IN CEILINGS FOR SOUND ATTENUATION A. Where glass-fiber blankets are indicated for sound attenuation above ceilings, install blanket insulation over entire ceiling area in thicknesses indicated. Extend insulation 48 inches up either side of partitions. END OF SECTION 072100 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 072726 - 1 CDG 22004 FLUID-APPLIED MEMBRANE AIR BARRIERS SECTION 072726 - FLUID-APPLIED MEMBRANE AIR BARRIERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes fluid-applied, vapor-permeable membrane air barriers. B. Related Requirements: 1. Section 061600 "Sheathing" for wall sheathings and wall sheathing joint-and-penetration treatments. 1.3 DEFINITIONS A. Air-Barrier Material: A primary element that provides a continuous barrier to the movement of air. B. Air-Barrier Accessory: A transitional component of the air barrier that provides continuity. C. Air-Barrier Assembly: The collection of air-barrier materials and accessory materials applied to an opaque wall, including joints and junctions to abutting construction, to control air movement through the wall. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include manufacturer's written instructions for evaluating, preparing, and treating substrate; technical data; and tested physical and performance properties of products. 1.5 INFORMATIONAL SUBMITTALS A. Product Certificates: From air-barrier manufacturer, certifying compatibility of air barriers and accessory materials with Project materials that connect to or that come in contact with the barrier. B. Product Test Reports: For each air-barrier assembly, for tests performed by a qualified testing agency. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 072726 - 2 CDG 22004 FLUID-APPLIED MEMBRANE AIR BARRIERS 1. Installer shall be licensed by ABAA according to ABAA's Quality Assurance Program and shall employ ABAA-certified installers and supervisors on Project. 1.7 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: Owner will engage a qualified testing agency to perform preconstruction testing on field mockups. 1.8 DELIVERY, STORAGE, AND HANDLING A. Remove and replace liquid materials that cannot be applied within their stated shelf life. B. Protect stored materials from direct sunlight. 1.9 FIELD CONDITIONS A. Environmental Limitations: Apply air barrier within the range of ambient and substrate temperatures recommended by air-barrier manufacturer. 1. Protect substrates from environmental conditions that affect air-barrier performance. 2. Do not apply air barrier to a damp or wet substrate or during snow, rain, fog, or mist. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Source Limitations: Obtain primary air-barrier materials and air-barrier accessories from single source from single manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. General: Air barrier shall be capable of performing as a continuous vapor- permeable air barrier and as a liquid-water drainage plane flashed to discharge to the exterior incidental condensation or water penetration. Air-barrier assemblies shall be capable of accommodating substrate movement and of sealing substrate expansion and control joints, construction material changes, penetrations, tie-ins to installed waterproofing, and transitions at perimeter conditions without deterioration and air leakage exceeding specified limits. B. Air-Barrier Assembly Air Leakage: Maximum 0.04 cfm/sq. ft. of surface area at 1.57 lbf/sq. ft., when tested according to ASTM E 2357. 2.3 VAPOR-PERMEABLE MEMBRANE AIR-BARRIER A. Fluid-Applied, Vapor-Permeable Membrane Air Barrier: synthetic polymer membrane. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 072726 - 3 CDG 22004 FLUID-APPLIED MEMBRANE AIR BARRIERS a. Synthetic Polymer Membrane: 1) W.R. Meadows.; Air-Shield LMP 2) Carlisle Coatings & Waterproofing Inc.; Barritech VP. 2. Physical and Performance Properties: a. Air Permeance: Maximum 0.004 cfm/sq. ft. of surface area at 1.57-lbf/sq. ft. pressure difference; ASTM E 2178. b. Vapor Permeance: Minimum 10 perms; ASTM E 96/E 96M. c. Ultimate Elongation: Minimum 500 percent; ASTM D 412, Die C. 2.4 ACCESSORY MATERIALS A. General: Accessory materials recommended by air-barrier manufacturer to produce a complete air-barrier assembly and compatible with primary air-barrier material. B. Counterflashing Strip: Modified bituminous, 40-mil- thick, self-adhering sheet consisting of 32 mils of rubberized asphalt laminated to an 8-mil- thick, cross-laminated polyethylene film with release liner backing. C. Adhesive and Tape: Air-barrier manufacturer's standard adhesive and pressure-sensitive adhesive tape. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements and other conditions affecting performance of the Work. 1. Verify that substrates are sound and free of oil, grease, dirt, excess mortar, or other contaminants. 2. Verify that concrete has cured and aged for minimum time period recommended by air-barrier manufacturer. 3. Verify that concrete is visibly dry and free of moisture. Test for capillary moisture by plastic sheet method according to ASTM D 4263. 4. Verify that masonry joints are flush and completely filled with mortar. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 SURFACE PREPARATION A. Clean, prepare, treat, and seal substrate according to manufacturer's written instructions. Provide clean, dust-free, and dry substrate for air-barrier application. B. Mask off adjoining surfaces not covered by air barrier to prevent spillage and overspray affecting other construction. C. Remove grease, oil, bitumen, form-release agents, paints, curing compounds, and other penetrating contaminants or film-forming coatings from concrete. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 072726 - 4 CDG 22004 FLUID-APPLIED MEMBRANE AIR BARRIERS D. Remove fins, ridges, mortar, and other projections and fill honeycomb, aggregate pockets, holes, and other voids in concrete with substrate-patching membrane. E. Remove excess mortar from masonry ties, shelf angles, and other obstructions. F. At changes in substrate plane, apply sealant or termination mastic beads at sharp corners and edges to form a smooth transition from one plane to another. G. Cover gaps in substrate plane and form a smooth transition from one substrate plane to another with stainless-steel sheet mechanically fastened to structural framing to provide continuous support for air barrier. 3.3 JOINT TREATMENT A. Concrete and Masonry: Prepare, treat, rout, and fill joints and cracks in substrate according to ASTM C 1193 and air-barrier manufacturer's written instructions. Remove dust and dirt from joints and cracks complying with ASTM D 4258 before coating surfaces. 1. Prime substrate and apply a single thickness of air-barrier manufacturer's recommended preparation coat extending a minimum of 3 inches along each side of joints and cracks. Apply a double thickness of fluid air-barrier material and embed a joint reinforcing strip in preparation coat. B. Gypsum Sheathing: Fill joints greater than 1/4 inch with sealant according to ASTM C 1193 and air- barrier manufacturer's written instructions. Apply first layer of fluid air-barrier material at joints. Tape joints with joint reinforcing strip after first layer is dry. Apply a second layer of fluid air-barrier material over joint reinforcing strip. 3.4 TRANSITION STRIP INSTALLATION A. General: Install strips, transition strips, and accessory materials according to air-barrier manufacturer's written instructions to form a seal with adjacent construction and maintain a continuous air barrier. 1. Coordinate the installation of air barrier with installation of roofing membrane and base flashing to ensure continuity of air barrier with roofing membrane. B. Apply primer to substrates at required rate and allow it to dry. Limit priming to areas that will be covered by fluid air-barrier material on same day. Reprime areas exposed for more than 24 hours. 1. Prime glass-fiber-surfaced gypsum sheathing with number of prime coats needed to achieve required bond, with adequate drying time between coats. C. Connect and seal exterior wall air-barrier material continuously to roofing-membrane air barrier, concrete below-grade structures, floor-to-floor construction, exterior glazing and window systems, glazed curtain- wall systems, storefront systems, exterior louvers, exterior door framing, and other construction used in exterior wall openings, using accessory materials. D. At end of each working day, seal top edge of strips and transition strips to substrate with termination mastic. E. Apply joint sealants forming part of air-barrier assembly within manufacturer's recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 072726 - 5 CDG 22004 FLUID-APPLIED MEMBRANE AIR BARRIERS F. Fill gaps in perimeter frame surfaces of windows, curtain walls, storefronts, and doors, and miscellaneous penetrations of air-barrier material with foam sealant. G. Seal strips and transition strips around masonry reinforcing or ties and penetrations with termination mastic. H. Seal top of through-wall flashings to air barrier with an additional 6-inch- wide, counterflashing strip. I. Seal exposed edges of strips at seams, cuts, penetrations, and terminations not concealed by metal counterflashings or ending in reglets with termination mastic. J. Repair punctures, voids, and deficient lapped seams in strips and transition strips. Slit and flatten fishmouths and blisters. Patch with transition strips extending 6 inches beyond repaired areas in strip direction. 3.5 FLUID AIR-BARRIER MEMBRANE INSTALLATION A. General: Apply fluid air-barrier material to form a seal with strips and transition strips and to achieve a continuous air barrier according to air-barrier manufacturer's written instructions. Apply fluid air-barrier material within manufacturer's recommended application temperature ranges. 1. Apply primer to substrates at required rate and allow it to dry. 2. Limit priming to areas that will be covered by fluid air-barrier material on same day. Reprime areas exposed for more than 24 hours. 3. Prime glass-fiber-surfaced gypsum sheathing with number of prime coats needed to achieve required bond, with adequate drying time between coats. B. Membrane Air Barriers: Apply a continuous unbroken air-barrier membrane to substrates according to the following thickness. Apply air-barrier membrane in full contact around protrusions such as masonry ties. 1. Vapor-Permeable Membrane Air Barrier: Total dry film thickness as recommended in writing by manufacturer to meet performance requirements, but not less than 40-mil dry film thickness, applied in one or more equal coats. C. Apply strip and transition strip a minimum of 1 inch onto cured air-barrier material according to air- barrier manufacturer's written instructions. D. Do not cover air barrier until it has been tested and inspected by Owner's testing agency. E. Correct deficiencies in or remove air barrier that does not comply with requirements; repair substrates and reapply air-barrier components. 3.6 CLEANING AND PROTECTION A. Protect air-barrier system from damage during application and remainder of construction period, according to manufacturer's written instructions. 1. Protect air barrier from exposure to UV light and harmful weather exposure as required by manufacturer. If exposed to these conditions for more than 30 days, remove and replace air barrier or install additional, full-thickness, air-barrier application after repairing and preparing the overexposed membrane according to air-barrier manufacturer's written instructions. 2. Protect air barrier from contact with incompatible materials and sealants not approved by air- barrier manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 072726 - 6 CDG 22004 FLUID-APPLIED MEMBRANE AIR BARRIERS B. Clean spills, stains, and soiling from construction that would be exposed in the completed work using cleaning agents and procedures recommended by manufacturer of affected construction. C. Remove masking materials after installation. END OF SECTION 072726 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 075423 - 1 CDG 22004 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING SECTION 075423 - THERMOPLASTIC POLYOLEFIN (TPO) ROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Adhered thermoplastic polyolefin (TPO) roofing system. 2. Roof insulation. B. Related Requirements: 1. Section 061000 "Rough Carpentry" for wood nailers, curbs, and blocking; and for wood-based, structural-use roof deck panels. 2. Section 061600 "Sheathing" for wood-based, structural-use roof deck panels. 3. Section 076200 "Sheet Metal Flashing and Trim" for metal roof flashings and counterflashings. 4. Section 079200 "Joint Sealants" for joint sealants, joint fillers, and joint preparation. 1.3 DEFINITIONS A. Roofing Terminology: Definitions in ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" apply to work of this Section. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work, including: 1. Base flashings and membrane terminations. 2. Tapered insulation, including slopes. 3. Roof plan showing orientation of steel roof deck and orientation of roofing, fastening spacings, and patterns for mechanically fastened roofing. 4. Insulation fastening patterns for corner, perimeter, and field-of-roof locations. C. Samples for Verification: For the following products: 1. Sheet roofing, of color required. 2. Roof Insulation 3. Walkway pads or rolls, of color required. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 075423 - 2 CDG 22004 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer and manufacturer. B. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Article. 1. Submit evidence of compliance with performance requirements. C. Product Test Reports: For components of roofing system, tests performed by manufacturer and witnessed by a qualified testing agency. D. Research/Evaluation Reports: For components of roofing system, from ICC-ES. E. Field quality-control reports. F. Sample Warranties: For manufacturer's special warranties. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For roofing system to include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer that is UL listed for roofing system identical to that used for this Project. B. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's special warranty. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. D. Handle and store roofing materials, and place equipment in a manner to avoid permanent deflection of deck. 1.9 FIELD CONDITIONS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 075423 - 3 CDG 22004 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. 1.10 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period. 1. Special warranty includes roofing, base flashings, roof insulation, fasteners, cover boards, roofing accessories, and other components of roofing system. 2. Warranty Period: 20 years from date of Substantial Completion with No Dollar Limit coverage. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Carlisle SynTec Incorporated. 2. Firestone Building Products. 3. GAF Materials Corporation. 4. Johns Manville. B. Source Limitations: Obtain components including fasteners for roofing system from same manufacturer as membrane roofing or manufacturer approved by membrane roofing manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. General Performance: Installed roofing and base flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Roofing and base flashings shall remain watertight. 1. Accelerated Weathering: Roofing system shall withstand 2000 hours of exposure when tested according to ASTM G 152, ASTM G 154, or ASTM G 155. 2. Impact Resistance: Roofing system shall resist impact damage when tested according to ASTM D 3746 or ASTM D 4272. B. Material Compatibility: Roofing materials shall be compatible with one another and adjacent materials under conditions of service and application required, as demonstrated by roofing manufacturer based on testing and field experience. A. Roofing System Design: Provide membrane roofing system that is identical to systems that have been successfully tested by a qualified testing and inspecting agency to resist uplift pressure calculated according to ASCE/SEI 7. B. FM Global Listing: Roofing, base flashings, and component materials shall comply with requirements in FM Global 4450 or FM Global 4470 as part of a built-up roofing system, and shall be listed in FM CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 075423 - 4 CDG 22004 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING Global's "RoofNav" for Class 1 or noncombustible construction, as applicable. Identify materials with FM Global markings. 1. Fire/Windstorm Classification: Class 1A-90. 2. Hail-Resistance Rating: SH. C. Solar Reflectance Index: Not less than 78 when calculated according to ASTM E 1980, based on testing identical products by a qualified testing agency. D. Energy Star Listing: Roofing system shall be listed on the DOE's ENERGY STAR "Roof Products Qualified Product List" for low-slope roof products. E. Energy Performance: Roofing system shall have an initial solar reflectance index of not less than 0.70 and an emissivity of not less than 0.75 when tested according to CRRC-1. F. Exterior Fire-Test Exposure: ASTM E 108 or UL 790, Class A; for application and roof slopes indicated; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. G. Fire-Resistance Ratings: Comply with fire-resistance-rated assembly designs indicated. Identify products with appropriate markings of applicable testing agency. 2.3 TPO ROOFING A. Fabric-Reinforced TPO Sheet: ASTM D 6878, internally fabric- or scrim-reinforced, uniform, flexible TPO sheet. 1. Thickness: 60 mils, nominal. 2. Exposed Face Color: White. 2.4 AUXILIARY ROOFING MATERIALS A. General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with roofing. 1. Liquid-type auxiliary materials shall comply with VOC limits of authorities having jurisdiction. B. Sheet Flashing: Manufacturer's standard unreinforced TPO sheet flashing, 55 mils thick, minimum, of same color as TPO sheet. C. Bonding Adhesive: Manufacturer's standard, solvent based. D. Metal Termination Bars: Manufacturer's standard, predrilled stainless-steel or aluminum bars, approximately 1 by 1/8 inch thick; with anchors. E. Metal Battens: Manufacturer's standard, aluminum-zinc-alloy-coated or zinc-coated steel sheet, approximately 1 inch wide by 0.05 inch thick, prepunched. F. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening roofing to substrate, and acceptable to roofing system manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 075423 - 5 CDG 22004 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING G. Miscellaneous Accessories: Provide pourable sealers, preformed cone and vent sheet flashings, preformed inside and outside corner sheet flashings, T-joint covers, lap sealants, termination reglets, and other accessories. 2.5 ROOF INSULATION A. General: Preformed roof insulation boards manufactured or approved by TPO roofing manufacturer, selected from manufacturer's standard sizes suitable for application, of thicknesses indicated. B. Polyisocyanurate Board Insulation: ASTM C 1289, Type II, Class 1, Grade 2, felt or glass-fiber mat facer on both major surfaces. C. Tapered Insulation: Provide factory-tapered insulation boards fabricated to slopes indicated. D. Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes where indicated for sloping to drain. Fabricate to slopes indicated. 2.6 INSULATION ACCESSORIES A. General: Roof insulation accessories recommended by insulation manufacturer for intended use and compatibility with roofing. B. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening roof insulation and cover boards to substrate, and acceptable to roofing system manufacturer C. Cover Board: ASTM C 1177/C 1177M, glass-mat, water-resistant gypsum substrate, 1/2 inch thick. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Georgia-Pacific Corporation; Dens Deck Dens, Deck DuraGuard, or Dens Deck Prime. b. National Gypsum Company; Gold Bond eXP Extended Exposure Sheathing. c. USG Corporation; Securock Glass Mat Roof Board. 2.7 WALKWAYS A. Flexible Walkways: Factory-formed, nonporous, heavy-duty, slip-resisting, surface-textured walkway rolls, approximately 3/16 inch thick and acceptable to roofing system manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements and other conditions affecting performance of the Work: 1. Verify that roof openings and penetrations are in place, curbs are set and braced, and roof-drain bodies are securely clamped in place. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 075423 - 6 CDG 22004 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING 2. Verify that wood blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 3. Verify that surface plane flatness and fastening of steel roof deck complies with requirements in Section 053100 "Steel Decking." 4. Verify that minimum concrete drying period recommended by roofing system manufacturer has passed. 5. Verify that concrete substrate is visibly dry and free of moisture. Test for capillary moisture by plastic sheet method according to ASTM D 4263. 6. Verify that concrete-curing compounds that will impair adhesion of roofing components to roof deck have been removed. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. B. Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast. C. Install insulation strips according to acoustical roof deck manufacturer's written instructions. D. Install acoustical roof deck rib insulation strips, if specified in Division 5 Section "Steel Deck," according to acoustical roof deck manufacturer's written instructions, immediately before installation of overlying construction and to remain dry. 3.3 ROOFING INSTALLATION, GENERAL A. Install roofing system according to roofing system manufacturer's written instructions. B. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system at the end of the workday or when rain is forecast. Remove and discard temporary seals before beginning work on adjoining roofing. C. Install roofing and auxiliary materials to tie in to existing roofing to maintain weathertightness of transition and to not void warranty for existing roofing system if applicable. 3.4 INSULATION INSTALLATION A. Coordinate installing roofing system components so insulation is not exposed to precipitation or left exposed at the end of the workday. B. Comply with roofing system and insulation manufacturer's written instructions for installing roof insulation. C. Install tapered insulation under area of roofing to conform to slopes indicated. D. Install insulation under area of roofing to achieve required thickness. Where overall insulation thickness is 2.7 inches or greater, install two or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches in each direction. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 075423 - 7 CDG 22004 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING 1. Where installing composite and noncomposite insulation in two or more layers, install noncomposite board insulation for bottom layer and intermediate layers, if applicable, and install composite board insulation for top layer. E. Trim surface of insulation where necessary at roof drains so completed surface is flush and does not restrict flow of water. F. Install insulation with long joints of insulation in a continuous straight line with end joints staggered between rows, abutting edges and ends between boards. Fill gaps exceeding 1/4 inch with insulation. 1. Cut and fit insulation within 1/4 inch of nailers, projections, and penetrations. G. Mechanically Fastened Insulation: Install each layer of insulation and secure to deck using mechanical fasteners specifically designed and sized for fastening specified board-type roof insulation to deck type. 1. Fasten insulation according to requirements in FM Global's "RoofNav" for specified Windstorm Resistance Classification. 2. Fasten insulation to resist uplift pressure at corners, perimeter, and field of roof. H. Install cover boards over insulation with long joints in continuous straight lines with end joints staggered between rows. Offset joints of insulation below a minimum of 6 inches in each direction. Loosely butt cover boards together. 1. Fasten cover boards according to requirements in FM Global's "RoofNav" for specified Windstorm Resistance Classification. 2. Fasten cover boards to resist uplift pressure at corners, perimeter, and field of roof. 3.5 ADHERED ROOFING INSTALLATION A. Adhere roofing over area to receive roofing according to roofing system manufacturer's written instructions. Unroll roofing and allow to relax before retaining. B. Start installation of roofing in presence of roofing system manufacturer's technical personnel. C. Accurately align roofing, and maintain uniform side and end laps of minimum dimensions required by manufacturer. Stagger end laps. D. Bonding Adhesive: Apply to substrate and underside of roofing at rate required by manufacturer, and allow to partially dry before installing roofing. Do not apply to splice area of roofing. E. In addition to adhering, mechanically fasten roofing securely at terminations, penetrations, and perimeter of roofing. F. Apply roofing with side laps shingled with slope of roof deck where possible. G. Seams: Clean seam areas, overlap roofing, and hot-air weld side and end laps of roofing and sheet flashings according to manufacturer's written instructions, to ensure a watertight seam installation. 1. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of sheet. 2. Verify field strength of seams a minimum of twice daily, and repair seam sample areas. 3. Repair tears, voids, and lapped seams in roofing that do not comply with requirements. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 075423 - 8 CDG 22004 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING H. Spread sealant bed over deck-drain flange at roof drains, and securely seal roofing in place with clamping ring. 3.6 BASE FLASHING INSTALLATION A. Install sheet flashings and preformed flashing accessories, and adhere to substrates according to roofing system manufacturer's written instructions. B. Apply bonding adhesive to substrate and underside of sheet flashing at required rate, and allow to partially dry. Do not apply to seam area of flashing. C. Flash penetrations and field-formed inside and outside corners with cured or uncured sheet flashing. D. Clean seam areas, overlap, and firmly roll sheet flashings into the adhesive. Hot-air weld side and end laps to ensure a watertight seam installation. E. Terminate and seal top of sheet flashings and mechanically anchor to substrate through termination bars. 3.7 WALKWAY INSTALLATION A. Flexible Walkways: Install walkway products in locations indicated. Heat weld to substrate or adhere walkway products to substrate with compatible adhesive according to roofing system manufacturer's written instructions. 3.8 FIELD QUALITY CONTROL A. Flood Testing: Flood test each roofing area for leaks, according to recommendations in ASTM D 5957, after completing roofing and flashing but before overlying construction is placed. Install temporary containment assemblies, plug or dam drains, and flood with potable water. 1. Flood to an average depth of 2-1/2 inches with a minimum depth of 1 inch and not exceeding a depth of 4 inches. Maintain 2 inches of clearance from top of base flashing. 2. Flood each area for 48 hours. 3. After flood testing, repair leaks, repeat flood tests, and make further repairs until roofing and flashing installations are watertight. B. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion. C. Repair or remove and replace components of roofing system where inspections indicate that they do not comply with specified requirements. D. Additional testing and inspecting, at Contractor's expense, will be performed to determine if replaced or additional work complies with specified requirements. 3.9 PROTECTING AND CLEANING A. Protect roofing system from damage and wear during remainder of construction period. When remaining construction does not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copies to Architect and Owner. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 075423 - 9 CDG 22004 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING B. Correct deficiencies in or remove roofing system that does not comply with requirements, repair substrates, and repair or reinstall roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 075423 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 1 CDG 22004 SHEET METAL FLASHING AND TRIM SECTION 076200 - SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Manufactured through-wall flashing with counterflashing. 2. Manufactured reglets with counterflashing. B. Related Requirements: 1. Section 061000 "Rough Carpentry" for wood nailers, curbs, and blocking. 2. Section 077200 "Roof Accessories" for set-on-type curbs, equipment supports, roof hatches, vents, and other manufactured roof accessory units. 3. Section 079500 "Expansion Control" for manufactured sheet metal expansion-joint covers. 1.3 COORDINATION A. Coordinate sheet metal flashing and trim layout and seams with sizes and locations of penetrations to be flashed, and joints and seams in adjacent materials. B. Coordinate sheet metal flashing and trim installation with adjoining roofing and wall materials, joints, and seams to provide leakproof, secure, and noncorrosive installation. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. B. Shop Drawings: For sheet metal flashing and trim. 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion-joint locations, and keyed details. Distinguish between shop- and field-assembled work. 3. Include identification of material, thickness, weight, and finish for each item and location in Project. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 2 CDG 22004 SHEET METAL FLASHING AND TRIM 7. Include details of expansion joints and expansion-joint covers, including showing direction of expansion and contraction from fixed points. 8. Include details of roof-penetration flashing. 9. Include details of edge conditions, including eaves, ridges, valleys, rakes, crickets, and counterflashings as applicable. 10. Include details of special conditions. 11. Include details of connections to adjoining work. 12. Detail formed flashing and trim at scale of not less than 1-1/2 inches per 12 inches. C. Samples for Initial Selection: For each type of sheet metal and accessory indicated with factory-applied finishes. D. Samples for Verification: For each type of exposed finish. 1. Sheet Metal Flashing: 12 inches long by actual width of unit, including finished seam and in required profile. Include fasteners, cleats, clips, closures, and other attachments. 2. Trim, Metal Closures, Expansion Joints, Joint Intersections, and Miscellaneous Fabrications: 12 inches long and in required profile. Include fasteners and other exposed accessories. 3. Unit-Type Accessories and Miscellaneous Materials: Full-size Sample. 4. Anodized Aluminum Samples: Samples to show full range to be expected for each color required. 1.5 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of coping and roof edge flashing that is SPRI ES-1 tested and FM Approvals approved. B. Product Test Reports: For each product, for tests performed by a qualified testing agency. C. Sample Warranty: For special warranty. 1.6 QUALITY ASSURANCE A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. 1. For copings and roof edge flashings that are SPRI ES-1 tested and FM Approvals approved, shop shall be listed as able to fabricate required details as tested and approved. 1.7 DELIVERY, STORAGE, AND HANDLING A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flashing and trim materials away from uncured concrete and masonry. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to extent necessary for period of sheet metal flashing and trim installation. 1.8 WARRANTY A. Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory-applied finishes within specified warranty period. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 3 CDG 22004 SHEET METAL FLASHING AND TRIM 1. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. c. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. C. Sheet Metal Standard for Copper: Comply with CDA's "Copper in Architecture Handbook." Conform to dimensions and profiles shown unless more stringent requirements are indicated. D. FM Approvals Listing: Manufacture and install copings and roof edge flashings that are listed in FM Approvals' "RoofNav" and approved for windstorm classification, Class 1-90. Identify materials with name of fabricator and design approved by FM Approvals. E. SPRI Wind Design Standard: Manufacture and install copings and roof edge flashings tested according to SPRI ES-1 and capable of resisting the following design pressure: 1. Design Pressure: 90 psf. F. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change: 120 deg F , ambient; 180 deg F , material surfaces. 2.2 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying strippable, temporary protective film before shipping. B. Copper Sheet: ASTM B 370, cold-rolled copper sheet, H00 or H01 temper. 1. Nonpatinated Exposed Finish: Mill. C. Aluminum Sheet: ASTM B 209 , alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required; with smooth, flat surface. 1. Clear Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A41, Class I, 0.018 mm or thicker. 2. Color Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A42/A44, Class I, 0.018 mm or thicker. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 4 CDG 22004 SHEET METAL FLASHING AND TRIM a. Color: As selected by Architect from full range of industry colors and color densities. b. Color Range: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 3. Color: Match Architect's sample. 4. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with minimum total dry film thickness of 0.5 mil . D. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304, dead soft, fully annealed; with smooth, flat surface. 1. Finish: 2B (bright, cold rolled). E. Zinc-Tin Alloy-Coated Stainless-Steel Sheet: ASTM A 240/A 240M, Type 304, dead-soft, fully annealed, stainless-steel sheet of minimum uncoated thickness indicated; coated on both sides with zinc- tin alloy (50 percent zinc, 50 percent tin), with factory-applied gray preweathering. F. Zinc-Tin Alloy-Coated Copper Sheet: ASTM B 370, cold-rolled copper sheet, H00 temper, of minimum uncoated weight (thickness) indicated; coated on both sides with zinc-tin alloy (50 percent zinc, 50 percent tin). G. Metallic-Coated Steel Sheet: Provide zinc-coated (galvanized) steel sheet according to ASTM A 653/A 653M, G90 coating designation or aluminum-zinc alloy-coated steel sheet according to ASTM A 792/A 792M, Class AZ50 coating designation, Grade 40 ; prepainted by coil-coating process to comply with ASTM A 755/A 755M. 1. Surface: Smooth, flatand mill phosphatized for field painting. 2. Exposed Coil-Coated Finish: a. Three-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. b. Metallic Fluoropolymer: AAMA 621. Three-coat fluoropolymer finish with suspended metallic flakes containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 3. Color: Match Architect's sample. 4. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with minimum total dry film thickness of 0.5 mil . 2.3 UNDERLAYMENT MATERIALS A. Synthetic Underlayment: Laminated or reinforced, woven polyethylene or polypropylene, synthetic roofing underlayment; bitumen free; slip resistant; suitable for high temperatures over 220 deg F ; and complying with physical requirements of ASTM D 226/D 226M for Type I and Type II felts. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 5 CDG 22004 SHEET METAL FLASHING AND TRIM 2.4 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, protective coatings, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self-drilling screws, gasketed, with hex-washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory- applied coating. Provide metal-backed EPDM or PVC sealing washers under heads of exposed fasteners bearing on weather side of metal. b. Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. c. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching internal gutter width. 2. Fasteners for Copper Sheet: Copper, hardware bronze or passivated Series 300 stainless steel. 3. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. 4. Fasteners for Stainless-Steel Sheet: Series 300 stainless steel. 5. Fasteners for Zinc-Tin Alloy-Coated Stainless-Steel Sheet: Series 300 stainless steel. 6. Fasteners for Zinc-Coated (Galvanized) Steel Sheet: Series 300 stainless steel or hot-dip galvanized steel according to ASTM A 153/A 153M or ASTM F 2329. 7. Fasteners for Zinc Sheet: Series 300 stainless steel or hot-dip galvanized steel according to ASTM A 153/A 153M or ASTM F 2329. C. Solder: 1. For Copper: ASTM B 32,with maximum lead content of 0.2 percent. D. Sealant Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound sealant tape with release- paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch thick. E. Elastomeric Sealant: ASTM C 920, elastomeric silicone polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. F. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked-type expansion joints with limited movement. G. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam-cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riveted joints. H. Bituminous Coating: Cold-applied asphalt emulsion according to ASTM D 1187. I. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application. 2.5 MANUFACTURED SHEET METAL FLASHING AND TRIM A. Through-Wall, Ribbed, Sheet Metal Flashing: Manufacture through-wall sheet metal flashing for embedment in masonry, with ribs at 3-inch intervals along length of flashing to provide integral mortar CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 6 CDG 22004 SHEET METAL FLASHING AND TRIM bond. Manufacture through-wall flashing with interlocking counterflashing on exterior face, of same metal as flashing. 1. Copper: 10-oz. 2. Stainless Steel: 0.016 inch thick. B. Reglets: Units of type, material, and profile required, formed to provide secure interlocking of separate reglet and counterflashing pieces, and compatible with flashing indicated with factory-mitered and - welded corners and junctions and with interlocking counterflashing on exterior face, of same metal as reglet. 1. Material: Aluminum, 0.024 inch thick. 2. Surface-Mounted Type: Provide with slotted holes for fastening to substrate, with neoprene or other suitable weatherproofing washers, and with channel for sealant at top edge. 3. Accessories: a. Flexible-Flashing Retainer: Provide resilient plastic or rubber accessory to secure flexible flashing in reglet where clearance does not permit use of standard metal counterflashing or where Drawings show reglet without metal counterflashing. b. Counterflashing Wind-Restraint Clips: Provide clips to be installed before counterflashing to prevent wind uplift of counterflashing's lower edge. 4. Finish: Mill. 2.6 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with details shown and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 1. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 2. Obtain field measurements for accurate fit before shop fabrication. 3. Form sheet metal flashing and trim to fit substrates without excessive oil canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 4. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet on slope and location lines indicated on Drawings and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. C. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to tolerances specified in MCA's "Guide Specification for Residential Metal Roofing." D. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with butyl sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. E. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal to provide for proper installation of elastomeric sealant according to cited sheet metal standard. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 7 CDG 22004 SHEET METAL FLASHING AND TRIM F. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. G. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard and by FM Global Property Loss Prevention Data Sheet 1-49 for application, but not less than thickness of metal being secured. H. Seams: Fabricate nonmoving seams with flat-lock seams. Form seams and seal with elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. Rivet joints where necessary for strength. I. Seams for Aluminum: Fabricate nonmoving seams with flat-lock seams. Form seams and seal with epoxy seam sealer. Rivet joints where necessary for strength. J. Do not use graphite pencils to mark metal surfaces. 2.7 ROOF-DRAINAGE SHEET METAL FABRICATIONS A. Hanging Gutters: Fabricate to cross section required, complete with end pieces, outlet tubes, and other accessories as required. Fabricate in minimum 96-inch-long sections. Furnish flat-stock gutter brackets and flat-stock gutter spacers and straps fabricated from same metal as gutters, of size recommended by cited sheet metal standard but with thickness not less than twice the gutter thickness. Fabricate expansion joints, expansion-joint covers, gutter bead reinforcing bars, and gutter accessories from same metal as gutters. Shop fabricate interior and exterior corners. 1. Gutter Profile: Refer to drawings 2. Expansion Joints: Lap type. 3. Accessories: Continuous, removable leaf screen with sheet metal frame and hardware cloth screen. B. Downspouts: Fabricate rectangular downspouts to dimensions indicated, complete with mitered elbows. Furnish with metal hangers from same material as downspouts and anchors. Shop fabricate elbows. 1. Fabricated Hanger Style: Fig 1-35A according to SMACNA's "Architectural Sheet Metal Manual." 2. Fabricate from the following materials: a. Galvanized Steel: 0.022 inch thick. C. Parapet Scuppers: Fabricate scuppers to dimensions required, with closure flange trim to exterior, 4-inch- wide wall flanges to interior, and base extending 4 inches beyond cant or tapered strip into field of roof. Fasten gravel guard angles to base of scupper. Fabricate from the following materials: 1. Galvanized Steel: 0.028 inch thick. D. Conductor Heads: Fabricate conductor heads with flanged back and stiffened top edge and of dimensions and shape required, complete with outlet tubes, exterior flange trim, and built-in overflows. Fabricate from the following materials: 1. Galvanized Steel: 0.028 inch thick. E. Splash Pans: Fabricate to dimensions and shape required and from the following materials: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 8 CDG 22004 SHEET METAL FLASHING AND TRIM 1. Aluminum: 0.040 inch thick. 2.8 LOW-SLOPE ROOF SHEET METAL FABRICATIONS A. Roof Edge Flashing (Gravel Stop) and Fascia Cap: Fabricate in minimum 96-inch-long, but not exceeding 12-foot-long sections. Furnish with 6-inch- wide, joint cover plates. Shop fabricate interior and exterior corners. 1. Joint Style: Overlapped, 4 inches wide. 2. Fabricate with scuppers spaced 10 feet apart, to dimensions required with 4-inch-wide flanges and base extending 4 inches beyond cant or tapered strip into field of roof. Fasten gravel guard angles to base of scupper. 3. Fabricate from the Following Materials: a. Galvanized Steel: 0.028 inch thick. B. Copings: Fabricate in minimum 96-inch-long, but not exceeding 12-foot- long, sections. Fabricate joint plates of same thickness as copings. Furnish with continuous cleats to support edge of external leg and drill elongated holes for fasteners on interior leg. Miter corners, fasten and seal, or solder if copper, watertight. Shop fabricate interior and exterior corners. 1. Coping Profile: Fig 3-4A according to SMACNA's "Architectural Sheet Metal Manual." 2. Joint Style: Butted with expansion space and 6-inch-wide, concealed backup plate. 3. Fabricate from the Following Materials a. Galvanized Steel: 0.040 inch thick. C. Base Flashings and roof penetration flashings: Shop fabricate interior and exterior corners. Fabricate from the following materials: 1. Galvanized Steel: 0.028 inch thick. D. All other flashings: Shop fabricate interior and exterior corners. Fabricate from the following materials: 1. Galvanized Steel: 0.022 inch thick. 2.9 STEEP-SLOPE ROOF SHEET METAL FABRICATIONS A. Valley Flashings or roof penetration flashings: Fabricate from the following materials: 1. Galvanized Steel: 0.028 inch thick. B. All other flashings: Shop fabricate interior and exterior corners. Fabricate from the following materials: 1. Galvanized Steel: 0.022 inch thick. 2.10 WALL SHEET METAL FABRICATIONS A. Through-Wall Flashing: Fabricate continuous flashings in minimum 96-inch-long, but not exceeding 12- foot-long, sections, under copings, and at shelf angles. Fabricate discontinuous lintel, sill, and similar flashings to extend 6 inches beyond each side of wall openings; and form with 2-inch-high, end dams. Fabricate from the following materials: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 9 CDG 22004 SHEET METAL FLASHING AND TRIM 1. Galvanized Steel: 0.028 inch thick. B. Opening Flashings in Frame Construction: Fabricate head, sill, and similar flashings to extend 4 inches beyond wall openings. Form head and sill flashing with 2-inch-high, end dams. Fabricate from the following materials: 1. Galvanized Steel: 0.028 inch thick. 2. MISCELLANEOUS SHEET METAL FABRICATIONS C. Equipment Support Flashing: Fabricate from the following materials: 1. Galvanized Steel: 0.028 inch thick. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, substrate, and other conditions affecting performance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. 3. Verify that air- or water-resistant barriers have been installed over sheathing or backing substrate to prevent air infiltration or water penetration. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 UNDERLAYMENT INSTALLATION A. Synthetic Underlayment: Install synthetic underlayment, wrinkle free, according to manufacturers' written instructions, and using adhesive where possible to minimize use of mechanical fasteners under sheet metal. 3.3 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uniform, neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Space cleats not more than 12 inches apart. Attach each cleat with at least two fasteners. Bend tabs over fasteners. 4. Install exposed sheet metal flashing and trim with limited oil canning, and free of buckling and tool marks. 5. Torch cutting of sheet metal flashing and trim is not permitted. 6. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure-treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 10 CDG 22004 SHEET METAL FLASHING AND TRIM surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. 1. Coat concealed side of uncoated-aluminum and stainless-steel sheet metal flashing and trim with bituminous coating where flashing and trim contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing sheet metal flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at maximum of 10 feet with no joints within 24 inches of corner or intersection. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. D. Fasteners: Use fastener sizes that penetrate substrate not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. F. Seal joints as required for watertight construction. 1. Use sealant-filled joints unless otherwise indicated. Embed hooked flanges of joint members not less than 1 inch into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is between 40 and 70 deg F , set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant-type joints at temperatures below 40 deg F . 2. Prepare joints and apply sealants to comply with requirements in Section 079200 "Joint Sealants." G. Rivets: Rivet joints in uncoated aluminum where necessary for strength. 3.4 ROOF-DRAINAGE SYSTEM INSTALLATION A. General: Install sheet metal roof-drainage items to produce complete roof-drainage system according to cited sheet metal standard unless otherwise indicated. Coordinate installation of roof perimeter flashing with installation of roof-drainage system. B. Hanging Gutters: Join sections with riveted and soldered joints or joints sealed with sealant. Provide for thermal expansion. Attach gutters at eave or fascia to firmly anchor them in position. Provide end closures and seal watertight with sealant. Slope to downspouts. 1. Fasten gutter spacers to front and back of gutter. 2. Anchor and loosely lock back edge of gutter to continuous cleat. 3. Anchor back of gutter that extends onto roof deck with cleats spaced not more than 24 inches apart. 4. Anchor gutter with straps spaced not more than 24 inches apart to roof deck, unless otherwise indicated, and loosely lock to front gutter bead. 5. Install gutter with expansion joints at locations indicated, but not exceeding, 50 feet apart. Install expansion-joint caps. 6. Install continuous gutter screens on gutters with noncorrosive fasteners, removable for cleaning gutters. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 11 CDG 22004 SHEET METAL FLASHING AND TRIM C. Downspouts: Join sections with 1-1/2-inch telescoping joints. 1. Provide hangers with fasteners designed to hold downspouts securely to walls. Locate hangers at top and bottom and at approximately 60 inches o.c. 2. Provide elbows at base of downspout to direct water away from building. 3. Connect downspouts to underground drainage system. D. Splash Pans: Install where downspouts discharge on low-slope roofs. Set in elastomeric sealant compatible with the substrate. E. Parapet Scuppers: Continuously support scupper, set to correct elevation, and seal flanges to interior wall face, over cants or tapered edge strips, and under roofing membrane. 1. Anchor scupper closure trim flange to exterior wall and solder or seal with elastomeric sealant to scupper. 2. Loosely lock front edge of scupper with conductor head. 3. Solder or seal with elastomeric sealant exterior wall scupper flanges into back of conductor head. F. Conductor Heads: Anchor securely to wall, with elevation of conductor head rim at minimum of 1 inch below scupper discharge. 3.5 ROOF FLASHING INSTALLATION A. General: Install sheet metal flashing and trim to comply with performance requirements, sheet metal manufacturer's written installation instructions, and cited sheet metal standard. Provide concealed fasteners where possible, and set units true to line, levels, and slopes. Install work with laps, joints, and seams that are permanently watertight and weather resistant. B. Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations in cited sheet metal standard unless otherwise indicated. Interlock bottom edge of roof edge flashing with continuous cleat anchored to substrate at staggered 3-inch centers. C. Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations in FM Global Property Loss Prevention Data Sheet 1-49 for FM Approvals' listing for required windstorm classification. D. Copings: Anchor to resist uplift and outward forces according to recommendations in cited sheet metal standard unless otherwise indicated. 1. Interlock exterior bottom edge of coping with continuous cleat anchored to substrate at16-inch centers. 2. Anchor interior leg of coping with washers and screw fasteners through slotted holes at 24-inch centers. E. Copings: Anchor to resist uplift and outward forces according to recommendations in FM Global Property Loss Prevention Data Sheet 1-49 for specified FM Approvals' listing for required windstorm classification. F. Pipe or Post Counterflashing: Install counterflashing umbrella with close-fitting collar with top edge flared for elastomeric sealant, extending minimum of 4 inches over base flashing. Install stainless-steel draw band and tighten. G. Counterflashing: Coordinate installation of counterflashing with installation of base flashing. Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend counterflashing 4 inches CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 076200 - 12 CDG 22004 SHEET METAL FLASHING AND TRIM over base flashing. Lap counterflashing joints minimum of 4 inches . Secure in waterproof manner by means of snap-in installation and sealant or lead wedges and sealant unless otherwise indicated. H. Roof-Penetration Flashing: Coordinate installation of roof-penetration flashing with installation of roofing and other items penetrating roof. Seal with elastomeric sealant and clamp flashing to pipes that penetrate roof. 3.6 WALL FLASHING INSTALLATION A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to cited sheet metal standard unless otherwise indicated. Coordinate installation of wall flashing with installation of wall-opening components such as windows, doors, and louvers. B. Through-Wall Flashing: Installation of through-wall flashing may be specified in other sections. C. Reglets: Installation of reglets may be specified in other sections D. Opening Flashings in Frame Construction: Install continuous head, sill, and similar flashings to extend 4 inches beyond wall openings. 3.7 MISCELLANEOUS FLASHING INSTALLATION A. Equipment Support Flashing: Coordinate installation of equipment support flashing with installation of roofing and equipment. Weld or seal flashing with elastomeric sealant to equipment support member. 3.8 ERECTION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet on slope and location lines indicated on Drawings and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. B. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerances specified in MCA's "Guide Specification for Residential Metal Roofing." 3.9 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean off excess sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of sheet metal flashing and trim installation, remove unused materials and clean finished surfaces as recommended by sheet metal flashing and trim manufacturer. Maintain sheet metal flashing and trim in clean condition during construction. D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 076200 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 078413 - 1 CDG 22004 PENETRATION FIRESTOPPING SECTION 078413 - PENETRATION FIRESTOPPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Penetrations in fire-resistance-rated walls. 2. Penetrations in horizontal assemblies. 3. Penetrations in smoke barriers. B. Related Sections: 1. Section 078446 "Fire-Resistive Joint Systems" for joints in or between fire-resistance-rated construction, at exterior curtain-wall/floor intersections, and in smoke barriers. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Product Schedule: For each penetration firestopping system. Include location and design designation of qualified testing and inspecting agency. 1. Where Project conditions require modification to a qualified testing and inspecting agency's illustration for a particular penetration firestopping condition, submit illustration, with modifications marked, approved by penetration firestopping manufacturer's fire-protection engineer as an engineering judgment or equivalent fire-resistance-rated assembly. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. B. Installer Certificates: From Installer indicating penetration firestopping has been installed in compliance with requirements and manufacturer's written recommendations. C. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for penetration firestopping. 1.5 QUALITY ASSURANCE CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 078413 - 2 CDG 22004 PENETRATION FIRESTOPPING A. Installer Qualifications: A firm that has been approved by FM Global according to FM Global 4991, "Approval of Firestop Contractors," or been evaluated by UL and found to comply with its "Qualified Firestop Contractor Program Requirements." B. Installer Qualifications: A firm experienced in installing penetration firestopping similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful performance. Qualifications include having the necessary experience, staff, and training to install manufacturer's products per specified requirements. Manufacturer's willingness to sell its penetration firestopping products to Contractor or to Installer engaged by Contractor does not in itself confer qualification on buyer. C. Fire-Test-Response Characteristics: Penetration firestopping shall comply with the following requirements: 1. Penetration firestopping tests are performed by a qualified testing agency acceptable to authorities having jurisdiction. 2. Penetration firestopping is identical to those tested per testing standard referenced in "Penetration Firestopping" Article. Provide rated systems complying with the following requirements: a. Penetration firestopping products bear classification marking of qualified testing and inspecting agency. b. Classification markings on penetration firestopping correspond to designations listed by the following: 1) UL in its "Fire Resistance Directory." D. Preinstallation Conference: Conduct conference at Project site. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not install penetration firestopping when ambient or substrate temperatures are outside limits permitted by penetration firestopping manufacturers or when substrates are wet because of rain, frost, condensation, or other causes. B. Install and cure penetration firestopping per manufacturer's written instructions using natural means of ventilations or, where this is inadequate, forced-air circulation. 1.7 COORDINATION A. Coordinate construction of openings and penetrating items to ensure that penetration firestopping is installed according to specified requirements. B. Coordinate sizing of sleeves, openings, core-drilled holes, or cut openings to accommodate penetration firestopping. C. Notify Owner's testing agency at least seven days in advance of penetration firestopping installations; confirm dates and times on day preceding each series of installations. PART 2 - PRODUCTS 2.1 MANUFACTURERS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 078413 - 3 CDG 22004 PENETRATION FIRESTOPPING A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Hilti, Inc. 2. RectorSeal Corporation. 3. Specified Technologies Inc. 4. 3M Fire Protection Products. 5. Tremco, Inc.; Tremco Fire Protection Systems Group. 2.2 PENETRATION FIRESTOPPING A. Provide penetration firestopping that is produced and installed to resist spread of fire according to requirements indicated, resist passage of smoke and other gases, and maintain original fire-resistance rating of construction penetrated. Penetration firestopping systems shall be compatible with one another, with the substrates forming openings, and with penetrating items if any. B. Penetrations in Fire-Resistance-Rated Walls: Provide penetration firestopping with ratings determined per ASTM E 814 or UL 1479, based on testing at a positive pressure differential of 0.01-inch wg. 1. Fire-resistance-rated walls include fire walls, fire-barrier walls, smoke-barrier walls, and fire partitions. 2. F-Rating: Not less than the fire-resistance rating of constructions penetrated. C. Penetrations in Horizontal Assemblies: Provide penetration firestopping with ratings determined per ASTM E 814 or UL 1479, based on testing at a positive pressure differential of 0.01-inch wg. 1. Horizontal assemblies include floors and floor/ceiling assemblies. 2. F-Rating: At least 1 hour, but not less than the fire-resistance rating of constructions penetrated. 3. T-Rating: At least 1 hour, but not less than the fire-resistance rating of constructions penetrated except for floor penetrations within the cavity of a wall. D. Penetrations in Smoke Barriers: Provide penetration firestopping with ratings determined per UL 1479. E. Accessories: Provide components for each penetration firestopping system that are needed to install fill materials and to maintain ratings required. Use only those components specified by penetration firestopping manufacturer and approved by qualified testing and inspecting agency for firestopping indicated. 1. Permanent forming/damming/backing materials, including the following: a. Slag-wool-fiber or rock-wool-fiber insulation. b. Sealants used in combination with other forming/damming/backing materials to prevent leakage of fill materials in liquid state. c. Fire-rated form board. d. Fillers for sealants. 2. Temporary forming materials. 3. Substrate primers. 4. Collars. 5. Steel sleeves. 2.3 FILL MATERIALS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 078413 - 4 CDG 22004 PENETRATION FIRESTOPPING A. Firestop Devices: Factory-assembled collars formed from galvanized steel and lined with intumescent material sized to fit specific diameter of penetrant. B. Intumescent Putties: Nonhardening dielectric, water-resistant putties containing no solvents, inorganic fibers, or silicone compounds. C. Pillows/Bags: Reusable heat-expanding pillows/bags consisting of glass-fiber cloth cases filled with a combination of mineral-fiber, water-insoluble expansion agents, and fire-retardant additives. Where exposed, cover openings with steel-reinforcing wire mesh to protect pillows/bags from being easily removed. D. Silicone Sealants: Single-component, silicone-based, neutral-curing elastomeric sealants of grade indicated below: 1. Grade: Pourable (self-leveling) formulation for openings in floors and other horizontal surfaces, and nonsag formulation for openings in vertical and sloped surfaces, unless indicated firestopping limits use of nonsag grade for both opening conditions. 2.4 MIXING A. For those products requiring mixing before application, comply with penetration firestopping manufacturer's written instructions for accurate proportioning of materials, water (if required), type of mixing equipment, selection of mixer speeds, mixing containers, mixing time, and other items or procedures needed to produce products of uniform quality with optimum performance characteristics for application indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for opening configurations, penetrating items, substrates, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning: Clean out openings immediately before installing penetration firestopping to comply with manufacturer's written instructions and with the following requirements: 1. Remove from surfaces of opening substrates and from penetrating items foreign materials that could interfere with adhesion of penetration firestopping. 2. Clean opening substrates and penetrating items to produce clean, sound surfaces capable of developing optimum bond with penetration firestopping. Remove loose particles remaining from cleaning operation. 3. Remove laitance and form-release agents from concrete. B. Priming: Prime substrates where recommended in writing by manufacturer using that manufacturer's recommended products and methods. Confine primers to areas of bond; do not allow spillage and migration onto exposed surfaces. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 078413 - 5 CDG 22004 PENETRATION FIRESTOPPING 3.3 INSTALLATION A. General: Install penetration firestopping to comply with manufacturer's written installation instructions and published drawings for products and applications indicated. B. Install forming materials and other accessories of types required to support fill materials during their application and in the position needed to produce cross-sectional shapes and depths required to achieve fire ratings indicated. 3.4 IDENTIFICATION A. Identify penetration firestopping with preprinted metal or plastic labels. Attach labels permanently to surfaces adjacent to and within 6 inches of firestopping edge so labels will be visible to anyone seeking to remove penetrating items or firestopping. Use mechanical fasteners or self-adhering-type labels with adhesives capable of permanently bonding labels to surfaces on which labels are placed. Include the following information on labels: 1. The words "Warning - Penetration Firestopping - Do Not Disturb. Notify Building Management of Any Damage." 2. Contractor's name, address, and phone number. 3. Designation of applicable testing and inspecting agency. 4. Date of installation. 5. Manufacturer's name. 6. Installer's name. 3.5 CLEANING AND PROTECTION A. Clean off excess fill materials adjacent to openings as the Work progresses by methods and with cleaning materials that are approved in writing by penetration firestopping manufacturers and that do not damage materials in which openings occur. B. Provide final protection and maintain conditions during and after installation that ensure that penetration firestopping is without damage or deterioration at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, immediately cut out and remove damaged or deteriorated penetration firestopping and install new materials to produce systems complying with specified requirements. 3.6 PENETRATION FIRESTOPPING SCHEDULE A. Where UL-classified systems are indicated, they refer to system numbers in UL's "Fire Resistance Directory" under product Category XHEZ. B. Contractor to submit a firestopping system schedule to include all anticipated applications. Schedule should indicate the type of wall/floor being penetrated, the penetrating object, the required fire-rating of the system, and the selected system to be used. All data cabling penetration systems are to utilize a firestop device that allows for addition and removal of data cables without compromising the integrity of the system. Provide devices with 125% capacity of the lines scheduled to pass through the system. END OF SECTION 078413 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 078446 - 1 CDG 22004 FIRE-RESISTIVE JOINT SYSTEMS SECTION 078446 - FIRE-RESISTIVE JOINT SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Joints in or between fire-resistance-rated constructions. 2. Joints in smoke barriers. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Product Schedule: For each fire-resistive joint system. Include location and design designation of qualified testing agency. 1. Where Project conditions require modification to a qualified testing agency's illustration for a particular fire-resistive joint system condition, submit illustration, with modifications marked, approved by fire-resistive joint system manufacturer's fire-protection engineer as an engineering judgment or equivalent fire-resistance-rated assembly. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. B. Installer Certificates: From Installer indicating fire-resistive joint systems have been installed in compliance with requirements and manufacturer's written recommendations. C. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for fire-resistive joint systems. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A firm that has been approved by FM Global according to FM Global 4991, "Approval of Firestop Contractors," or been evaluated by UL and found to comply with UL's "Qualified Firestop Contractor Program Requirements." B. Installer Qualifications: A firm experienced in installing fire-resistive joint systems similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful performance. Qualifications include having the necessary experience, staff, and training to install manufacturer's products per specified requirements. Manufacturer's willingness to sell its fire- CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 078446 - 2 CDG 22004 FIRE-RESISTIVE JOINT SYSTEMS resistive joint system products to Contractor or to Installer engaged by Contractor does not in itself confer qualification on buyer. C. Fire-Test-Response Characteristics: Fire-resistive joint systems shall comply with the following requirements: 1. Fire-resistive joint system tests are performed by a qualified testing agency acceptable to authorities having jurisdiction. 2. Fire-resistive joint systems are identical to those tested per testing standard referenced in "Fire- Resistive Joint Systems" Article. Provide rated systems complying with the following requirements: a. Fire-resistive joint system products bear classification marking of qualified testing agency. b. Fire-resistive joint systems correspond to those indicated by reference to designations listed by the following: 1) UL in its "Fire Resistance Directory." D. Preinstallation Conference: Conduct conference at Project site. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not install fire-resistive joint systems when ambient or substrate temperatures are outside limits permitted by fire-resistive joint system manufacturers or when substrates are wet due to rain, frost, condensation, or other causes. B. Install and cure fire-resistive joint systems per manufacturer's written instructions using natural means of ventilation or, where this is inadequate, forced-air circulation. 1.7 COORDINATION A. Coordinate construction of joints to ensure that fire-resistive joint systems are installed according to specified requirements. B. Coordinate sizing of joints to accommodate fire-resistive joint systems. C. Notify Owner's testing agency at least seven days in advance of fire-resistive joint system installations; confirm dates and times on day preceding each series of installations. PART 2 - PRODUCTS 2.1 FIRE-RESISTIVE JOINT SYSTEMS A. Where required, provide fire-resistive joint systems that are produced and installed to resist spread of fire according to requirements indicated, resist passage of smoke and other gases, and maintain original fire- resistance rating of assemblies in or between which fire-resistive joint systems are installed. Fire- resistive joint systems shall accommodate building movements without impairing their ability to resist the passage of fire and hot gases. B. Joints in or between Fire-Resistance-Rated Construction: Provide fire-resistive joint systems with ratings determined per ASTM E 1966 or UL 2079: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 078446 - 3 CDG 22004 FIRE-RESISTIVE JOINT SYSTEMS 1. Joints include those installed in or between fire-resistance-rated walls, floor or floor/ceiling assemblies, and roofs or roof/ceiling assemblies. 2. Fire-Resistance Rating: Equal to or exceeding the fire-resistance rating of construction they will join. 3. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Fire Trak Corp. b. Hilti, Inc. c. RectorSeal Corporation. d. Specified Technologies Inc. e. 3M Fire Protection Products. f. Tremco, Inc.; Tremco Fire Protection Systems Group. C. Joints in Smoke Barriers: Provide fire-resistive joint systems with ratings determined per UL 2079. 1. L-Rating: Not exceeding 5.0 cfm/ft of joint at 0.30 inch wg at both ambient and elevated temperatures. 2. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Hilti, Inc. b. RectorSeal Corporation. c. Specified Technologies Inc. d. 3M Fire Protection Products. e. Tremco, Inc.; Tremco Fire Protection Systems Group. D. Exposed Fire-Resistive Joint Systems: Provide products with flame-spread and smoke-developed indexes of less than 25 and 450, respectively, as determined per ASTM E 84. E. Accessories: Provide components of fire-resistive joint systems, including primers and forming materials, that are needed to install fill materials and to maintain ratings required. Use only components specified by fire-resistive joint system manufacturer and approved by the qualified testing agency for systems indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for joint configurations, substrates, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning: Clean joints immediately before installing fire-resistive joint systems to comply with fire-resistive joint system manufacturer's written instructions and the following requirements: 1. Remove from surfaces of joint substrates foreign materials that could interfere with adhesion of fill materials. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 078446 - 4 CDG 22004 FIRE-RESISTIVE JOINT SYSTEMS 2. Clean joint substrates to produce clean, sound surfaces capable of developing optimum bond with fill materials. Remove loose particles remaining from cleaning operation. 3. Remove laitance and form-release agents from concrete. B. Priming: Prime substrates where recommended in writing by fire-resistive joint system manufacturer using that manufacturer's recommended products and methods. Confine primers to areas of bond; do not allow spillage and migration onto exposed surfaces. 3.3 INSTALLATION A. General: Install fire-resistive joint systems to comply with manufacturer's written installation instructions and published drawings for products and applications indicated. B. Install forming materials and other accessories of types required to support fill materials during their application and in position needed to produce cross-sectional shapes and depths required to achieve fire ratings indicated. 1. After installing fill materials and allowing them to fully cure, remove combustible forming materials and other accessories not indicated as permanent components of fire-resistive joint system. C. Install fill materials for fire-resistive joint systems by proven techniques to produce the following results: 1. Fill voids and cavities formed by joints and forming materials as required to achieve fire- resistance ratings indicated. 2. Apply fill materials so they contact and adhere to substrates formed by joints. 3. For fill materials that will remain exposed after completing the Work, finish to produce smooth, uniform surfaces that are flush with adjoining finishes. 3.4 CLEANING AND PROTECTING A. Clean off excess fill materials adjacent to joints as the Work progresses by methods and with cleaning materials that are approved in writing by fire-resistive joint system manufacturers and that do not damage materials in which joints occur. B. Provide final protection and maintain conditions during and after installation that ensure fire-resistive joint systems are without damage or deterioration at time of Substantial Completion. If damage or deterioration occurs despite such protection, cut out and remove damaged or deteriorated fire-resistive joint systems immediately and install new materials to produce fire-resistive joint systems complying with specified requirements. 3.5 FIRE-RESISTIVE JOINT SYSTEM SCHEDULE A. Where UL-classified systems are indicated, they refer to system numbers in UL's "Fire Resistance Directory" under product Category XHBN or Category XHDG. B. Contractor to submit a fire-resistive joint system schedule to include all anticipated applications. Schedule should indicate the location of the joint, the types of items being joined, the required fire- rating of the system, and the selected system to be used. END OF SECTION 078446 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 079200 - 1 CDG 22004 JOINT SEALANTS SECTION 079200 - JOINT SEALANTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Urethane joint sealants. 3. Latex joint sealants. B. Related Sections: 1. Section 042000 "Unit Masonry" for masonry control and expansion joint fillers and gaskets. 2. Section 078446 "Fire-Resistive Joint Systems" for sealing joints in fire-resistance-rated construction. 3. Section 088000 "Glazing" for glazing sealants. 4. Section 092900 "Gypsum Board" for sealing perimeter joints. 5. Section 093000 "Tiling" for sealing tile joints. 6. Section 095113 "Acoustical Panel Ceilings" for sealing edge moldings at perimeters with acoustical sealant. 1.3 ACTION SUBMITTALS A. Product Data: For each joint-sealant product indicated. B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C. Samples for Verification: For each kind and color of joint sealant required, provide Samples with joint sealants in 1/2-inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. D. Joint-Sealant Schedule: Include the following information: 1. Joint-sealant application, joint location, and designation. 2. Joint-sealant manufacturer and product name. 3. Joint-sealant formulation. 4. Joint-sealant color. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For each kind of joint sealant and accessory, from manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 079200 - 2 CDG 22004 JOINT SEALANTS B. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, indicating that sealants comply with requirements. C. Warranties: Sample of special warranties. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. B. Source Limitations: Obtain each kind of joint sealant from single source from single manufacturer. C. Mockups: Install sealant in mockups of assemblies specified in other Sections that are indicated to receive joint sealants specified in this Section. Use materials and installation methods specified in this Section. 1.6 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint-sealant manufacturer or are below 40 deg F. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.7 WARRANTY A. Special Manufacturer's Warranty: Manufacturer's standard form in which joint-sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: 5 years from date of Substantial Completion. B. Special warranties specified in this article exclude deterioration or failure of joint sealants from the following: 1. Movement of the structure caused by structural settlement or errors attributable to design or construction resulting in stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression. 2. Disintegration of joint substrates from natural causes exceeding design specifications. 3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 079200 - 3 CDG 22004 JOINT SEALANTS A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint- sealant manufacturer, based on testing and field experience. B. Liquid-Applied Joint Sealants: Comply with ASTM C 920 and other requirements indicated for each liquid-applied joint sealant specified, including those referencing ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint substrates. 1. Suitability for Immersion in Liquids. Where sealants are indicated for Use I for joints that will be continuously immersed in liquids, provide products that have undergone testing according to ASTM C 1247. Liquid used for testing sealants is deionized water, unless otherwise indicated. C. Stain-Test-Response Characteristics: Where sealants are specified to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. D. Suitability for Contact with Food: Where sealants are indicated for joints that will come in repeated contact with food, provide products that comply with 21 CFR 177.2600. E. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range. 2.2 SILICONE JOINT SEALANTS A. Single-Component, Nonsag, Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S, Grade NS, Class 50, for Use NT. 2.3 URETHANE JOINT SEALANTS A. Single-Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S, Grade NS, Class 50, for Use NT. B. Single-Component, Nonsag, Traffic-Grade, Urethane Joint Sealant: ASTM C 920. Type S, Grade NS, Class 25, for Use T. 2.4 LATEX JOINT SEALANTS A. Latex Joint Sealant: Acrylic latex or siliconized acrylic latex, ASTM C 834, Type OP, Grade NF. 2.5 JOINT SEALANT BACKING A. General: Provide sealant backings of material that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed-cell material with a surface skin), Type O (open-cell material), Type B (bicellular material with a surface skin), or any of the preceding types, as approved in writing by joint-sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. 2.6 MISCELLANEOUS MATERIALS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 079200 - 4 CDG 22004 JOINT SEALANTS A. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint-sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil-free compressed air. Porous joint substrates include the following: a. Concrete. b. Masonry. c. Unglazed surfaces of ceramic tile. d. Exterior insulation and finish systems. 3. Remove laitance and form-release agents from concrete. 4. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: a. Metal. b. Glass. c. Porcelain enamel. d. Glazed surfaces of ceramic tile. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint- sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 079200 - 5 CDG 22004 JOINT SEALANTS C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. D. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. 4. Provide flush joint profile where indicated per Figure 8B in ASTM C 1193. 5. Provide recessed joint configuration of recess depth and at locations indicated per Figure 8C in ASTM C 1193. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. 3.4 FIELD QUALITY CONTROL A. Evaluation of Field-Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 079200 - 6 CDG 22004 JOINT SEALANTS 3.5 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.6 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 3.7 JOINT-SEALANT SCHEDULE A. Joint-Sealant Application: Exterior joints in horizontal traffic surfaces. 1. Joint Locations: a. Isolation and contraction joints in cast-in-place concrete slabs. 2. Urethane Joint Sealant: Single component, nonsag, traffic grade. 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. B. Joint-Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Control and expansion joints in unit masonry. b. Joints in exterior insulation and finish systems. c. Joints between different materials listed above. d. Perimeter joints between materials listed above and frames of [doors] [windows]. 2. Urethane Joint Sealant: Single component, nonsag, Class 50. 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. C. Joint-Sealant Application: Interior joints in horizontal traffic surfaces. 1. Joint Locations: a. Isolation joints in cast-in-place concrete slabs. 2. Urethane Joint Sealant: Single component, nonsag, traffic grade. 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. D. Joint-Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterior openings where indicated. c. Vertical joints on exposed surfaces of [interior unit masonry] [walls]. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 079200 - 7 CDG 22004 JOINT SEALANTS d. Perimeter joints between interior wall surfaces and frames of [interior doors] [windows]. 2. Joint Sealant: Latex. 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. E. Joint-Sealant Application: Mildew-resistant interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Sealant Location: a. Joints between plumbing fixtures and adjoining walls, floors, and counters. 2. Silicone Joint Sealant: Single Component, nonsag, neutral curing, Class 50. 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. END OF SECTION 079200 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081113 - 1 CDG 22004 HOLLOW METAL DOORS AND FRAMES SECTION 081113 - HOLLOW METAL DOORS AND FRAMES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes hollow-metal work. B. Related Requirements: 1. Section 087100 "Door Hardware" for door hardware for hollow-metal doors. 1.3 DEFINITIONS A. Minimum Thickness: Minimum thickness of base metal without coatings according to NAAMM- HMMA 803 or SDI A250.8. 1.4 COORDINATION A. Coordinate anchorage installation for hollow-metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, core descriptions, fire-resistance ratings, and finishes. B. Shop Drawings: Include the following: 1. Elevations of each door type. 2. Details of doors, including vertical- and horizontal-edge details and metal thicknesses. 3. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 4. Locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages, joints, field splices, and connections. 7. Details of accessories. 8. Details of moldings, removable stops, and glazing. 9. Details of conduit and preparations for power, signal, and control systems. C. Samples for Verification: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081113 - 2 CDG 22004 HOLLOW METAL DOORS AND FRAMES 1. For each type of exposed finish required, prepared on Samples of not less than 3 by 5 inches. 2. For "Doors" and "Frames" subparagraphs below, prepare Samples approximately 12 by 12 inches to demonstrate compliance with requirements for quality of materials and construction: a. Doors: Show vertical-edge, top, and bottom construction; core construction; and hinge and other applied hardware reinforcement. Include separate section showing glazing if applicable. b. Frames: Show profile, corner joint, floor and wall anchors, and silencers. Include separate section showing fixed hollow-metal panels and glazing if applicable. D. Schedule: Provide a schedule of hollow-metal work prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. Coordinate with final Door Hardware Schedule. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver hollow-metal work palletized, packaged, or crated to provide protection during transit and Project-site storage. Do not use non-vented plastic. 1. Provide additional protection to prevent damage to factory-finished units. B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions. C. Store hollow-metal work vertically under cover at Project site with head up. Place on minimum 4-inch- high wood blocking. Provide minimum 1/4-inch space between each stacked door to permit air circulation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain hollow-metal work from single source from single manufacturer. 2.2 REGULATORY REQUIREMENTS A. Fire-Rated Assemblies: Complying with NFPA 80 and listed and labeled by a qualified testing agency acceptable to authorities having jurisdiction for fire-protection ratings indicated, based on testing at positive pressure according to NFPA 252 or UL 10C. 1. Smoke- and Draft-Control Assemblies: Provide an assembly with gaskets listed and labeled for smoke and draft control by a qualified testing agency acceptable to authorities having jurisdiction, based on testing according to UL 1784 and installed in compliance with NFPA 105. 2.3 INTERIOR DOORS AND FRAMES A. Construct interior doors and frames to comply with the standards indicated for materials, fabrication, hardware locations, hardware reinforcement, tolerances, and clearances, and as specified. B. Heavy-Duty Doors and Frames: SDI A250.8, Level 2. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081113 - 3 CDG 22004 HOLLOW METAL DOORS AND FRAMES 1. Physical Performance: Level B according to SDI A250.4. 2. Doors: a. Type: As indicated in the Door and Frame Schedule. b. Thickness: 1-3/4 inches. c. Face: Uncoated, cold-rolled steel sheet, minimum thickness of 16 gauge. d. Edge Construction: Model 2, Seamless. e. Core: Manufacturer's standard kraft-paper honeycomb, polystyrene, polyurethane, polyisocyanurate, mineral-board, or vertical steel-stiffener core at manufacturer's discretion. 3. Frames: a. Materials: Uncoated steel sheet, minimum thickness of 16 gauge. b. Construction: Full profile welded. 4. Exposed Finish: Prime. 2.4 EXTERIOR HOLLOW-METAL DOORS AND FRAMES A. Construct exterior doors and frames to comply with the standards indicated for materials, fabrication, hardware locations, hardware reinforcement, tolerances, and clearances, and as specified. B. Extra-Heavy-Duty Doors and Frames: SDI A250.8, Level 3. 1. Physical Performance: Level A according to SDI A250.4. 2. Doors: a. Type: As indicated in the Door and Frame Schedule. b. Thickness: 1-3/4 inches c. Face: Metallic-coated steel sheet, minimum thickness of 14 gauge, with minimum A40 coating. d. Edge Construction: Model 2, Seamless. e. Core: Polyurethane. 1) Thermal-Rated Doors: Provide doors fabricated with thermal-resistance value (R- value) of not less than 6. 3. Frames: a. Materials: Metallic-coated steel sheet, minimum thickness of 14 gauge, with minimum A40 coating. b. Construction: Full profile welded. 4. Exposed Finish: Prime. 2.5 FRAME ANCHORS A. Jamb Anchors: 1. Masonry Type: Adjustable strap-and-stirrup or T-shaped anchors to suit frame size, not less than 0.042 inch thick, with corrugated or perforated straps not less than 2 inches wide by 10 inches long; or wire anchors not less than 0.177 inch thick. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081113 - 4 CDG 22004 HOLLOW METAL DOORS AND FRAMES 2. Stud-Wall Type: Designed to engage stud, welded to back of frames; not less than 0.042 inch thick. B. Floor Anchors: Formed from same material as frames, minimum thickness of 0.042 inch, and as follows: 1. Monolithic Concrete Slabs: Clip-type anchors, with two holes to receive fasteners. 2.6 MATERIALS A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications. B. Hot-Rolled Steel Sheet: ASTM A 1011/A 1011M, Commercial Steel (CS), Type B; free of scale, pitting, or surface defects; pickled and oiled. C. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B. D. Frame Anchors: ASTM A 879/A 879M, Commercial Steel (CS), 04Z coating designation; mill phosphatized. 1. For anchors built into exterior walls, steel sheet complying with ASTM A 1008/A 1008M or ASTM A 1011/A 1011M, hot-dip galvanized according to ASTM A 153/A 153M, Class B. E. Inserts, Bolts, and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153M. F. Power-Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion-resistant materials, with clips or other accessory devices for attaching hollow- metal frames of type indicated. G. Grout: ASTM C 476, except with a maximum slump of 4 inches, as measured according to ASTM C 143/C 143M. H. Mineral-Fiber Insulation: ASTM C 665, Type I (blankets without membrane facing); consisting of fibers manufactured from slag or rock wool; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively; passing ASTM E 136 for combustion characteristics. I. Glazing: Comply with requirements in Section 088000 "Glazing." J. Bituminous Coating: Cold-applied asphalt mastic, compounded for 15-mil dry film thickness per coat. Provide inert-type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. 2.7 FABRICATION A. Fabricate hollow-metal work to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for metal thickness. Where practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project site, clearly identify work that cannot be permanently factory assembled before shipment. B. Hollow-Metal Doors: 1. Vertical Edges for Single-Acting Doors: Bevel edges 1/8 inch in 2 inches. 2. Top Edge Closures: Close top edges of doors with flush closures of same material as face sheets. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081113 - 5 CDG 22004 HOLLOW METAL DOORS AND FRAMES 3. Bottom Edge Closures: Close bottom edges of doors with end closures or channels of same material as face sheets. 4. Exterior Doors: Provide weep-hole openings in bottoms of exterior doors to permit moisture to escape. Seal joints in top edges of doors against water penetration. 5. Astragals: Provide overlapping astragal on one leaf of pairs of doors where required by NFPA 80 for fire-performance rating or where indicated. Extend minimum 3/4 inch beyond edge of door on which astragal is mounted or as required to comply with published listing of qualified testing agency. C. Hollow-Metal Frames: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames. 1. Sidelight and Transom Bar Frames: Provide closed tubular members with no visible face seams or joints, fabricated from same material as door frame. Fasten members at crossings and to jambs by butt welding. 2. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners unless otherwise indicated. 3. Floor Anchors: Weld anchors to bottoms of jambs with at least four spot welds per anchor; however, for slip-on drywall frames, provide anchor clips or countersunk holes at bottoms of jambs. 4. Jamb Anchors: Provide number and spacing of anchors as follows: a. Masonry Type: Locate anchors not more than 16 inches from top and bottom of frame. Space anchors not more than 32 inches o.c., to match coursing, and as follows: 1) Two anchors per jamb up to 60 inches high. 2) Three anchors per jamb from 60 to 90 inches high. 3) Four anchors per jamb from 90 to 120 inches high. 4) Four anchors per jamb plus one additional anchor per jamb for each 24 inches or fraction thereof above 120 inches high. b. Stud-Wall Type: Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches o.c. and as follows: 1) Three anchors per jamb up to 60 inches high. 2) Four anchors per jamb from 60 to 90 inches high. 3) Five anchors per jamb from 90 to 96 inches high. 4) Five anchors per jamb plus one additional anchor per jamb for each 24 inches or fraction thereof above 96 inches high. 5. Head Anchors: Two anchors per head for frames more than 42 inches wide and mounted in metal- stud partitions. 6. Door Silencers: Except on weather-stripped frames, drill stops to receive door silencers as follows. Keep holes clear during construction. a. Single-Door Frames: Drill stop in strike jamb to receive three door silencers. b. Double-Door Frames: Drill stop in head jamb to receive two door silencers. 7. Terminated Stops: When indicated in the schedule, terminate stops 6 inches above finish floor with a 45-degree angle cut, and close open end of stop with steel sheet closure. Cover opening in extension of frame with welded-steel filler plate, with welds ground smooth and flush with frame. D. Fabricate concealed stiffeners and edge channels from either cold- or hot-rolled steel sheet. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081113 - 6 CDG 22004 HOLLOW METAL DOORS AND FRAMES E. Hardware Preparation: Factory prepare hollow-metal work to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to SDI A250.6, the Door Hardware Schedule, and templates. 1. Reinforce doors and frames to receive nontemplated, mortised, and surface-mounted door hardware. 2. Comply with applicable requirements in SDI A250.6 and BHMA A156.115 for preparation of hollow-metal work for hardware. F. Stops and Moldings: Provide stops and moldings around glazed lites and louvers where indicated. Form corners of stops and moldings with mitered hairline joints. 1. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of hollow-metal work. 2. Multiple Glazed Lites: Provide fixed and removable stops and moldings so that each glazed lite is capable of being removed independently. 3. Provide fixed frame moldings on outside of exterior and on secure side of interior doors and frames. 4. Provide loose stops and moldings on inside of hollow-metal work. 5. Coordinate rabbet width between fixed and removable stops with glazing and installation types indicated. 2.8 STEEL FINISHES A. Prime Finish: Clean, pretreat, and apply manufacturer's standard primer. 1. Shop Primer: Manufacturer's standard, fast-curing, lead- and chromate-free primer complying with SDI A250.10; recommended by primer manufacturer for substrate; compatible with substrate and field-applied coatings despite prolonged exposure. 2.9 ACCESSORIES A. Mullions and Transom Bars: Join to adjacent members by welding or rigid mechanical anchors. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine roughing-in for embedded and built-in anchors to verify actual locations before frame installation. C. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081113 - 7 CDG 22004 HOLLOW METAL DOORS AND FRAMES A. Remove welded-in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. B. Drill and tap doors and frames to receive nontemplated, mortised, and surface-mounted door hardware. 3.3 INSTALLATION A. General: Install hollow-metal work plumb, rigid, properly aligned, and securely fastened in place. Comply with Drawings and manufacturer's written instructions. B. Hollow-Metal Frames: Install hollow-metal frames of size and profile indicated. Comply with SDI A250.11 or NAAMM-HMMA 840 as required by standards specified. 1. Set frames accurately in position; plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. a. At fire-rated openings, install frames according to NFPA 80. b. Where frames are fabricated in sections because of shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. c. Install frames with removable stops located on secure side of opening. d. Install door silencers in frames before grouting. e. Remove temporary braces necessary for installation only after frames have been properly set and secured. f. Check plumb, square, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. g. Field apply bituminous coating to backs of frames that will be filled with grout containing antifreezing agents. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, and secure with postinstalled expansion anchors. a. Floor anchors may be set with power-actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings. 3. Metal-Stud Partitions: Solidly pack mineral-fiber insulation inside frames. 4. Masonry Walls: Coordinate installation of frames to allow for solidly filling space between frames and masonry with grout. 5. In-Place Concrete or Masonry Construction: Secure frames in place with postinstalled expansion anchors. Countersink anchors, and fill and make smooth, flush, and invisible on exposed faces. 6. Installation Tolerances: Adjust hollow-metal door frames for squareness, alignment, twist, and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. c. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor. C. Hollow-Metal Doors: Fit hollow-metal doors accurately in frames, within clearances specified below. Shim as necessary. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081113 - 8 CDG 22004 HOLLOW METAL DOORS AND FRAMES 1. Non-Fire-Rated Steel Doors: a. Between Door and Frame Jambs and Head: 1/8 inch plus or minus 1/32 inch. b. Between Edges of Pairs of Doors: 1/8 inch to 1/4 inch plus or minus 1/32 inch. c. At Bottom of Door: 5/8 inch plus or minus 1/32 inch. d. Between Door Face and Stop: 1/16 inch to 1/8 inch plus or minus 1/32 inch. 2. Fire-Rated Doors: Install doors with clearances according to NFPA 80. 3. Smoke-Control Doors: Install doors and gaskets according to NFPA 105. D. Glazing: Comply with installation requirements in Section 088000 "Glazing" and with hollow-metal manufacturer's written instructions. 1. Secure stops with countersunk flat- or oval-head machine screws spaced uniformly not more than 9 inches o.c. and not more than 2 inches o.c. from each corner. 3.4 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including hollow-metal work that is warped, bowed, or otherwise unacceptable. B. Remove grout and other bonding material from hollow-metal work immediately after installation. C. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying, rust-inhibitive primer. D. Metallic-Coated Surface Touchup: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION 081113 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081416 - 1 CDG 22004 FLUSH WOOD DOORS SECTION 081416 - FLUSH WOOD DOORS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Solid-core doors with plastic-laminate faces. 2. Factory fitting flush wood doors to frames and factory machining for hardware. B. Related Requirements: 1. Section 088000 "Glazing" for glass view panels in flush wood doors. 1.3 ACTION SUBMITTALS A. Product Data: For each type of door. Include details of core and edge construction and trim for openings. B. Shop Drawings: Indicate location, size, and hand of each door; elevation of each kind of door; construction details not covered in Product Data; and the following: 1. Dimensions and locations of blocking. 2. Dimensions and locations of mortises and holes for hardware. 3. Dimensions and locations of cutouts. 4. Undercuts. 5. Requirements for veneer matching. 6. Fire-protection ratings for fire-rated doors. C. Samples for Verification: 1. Plastic laminate or veneer as applicable, 6 inches square, for each color, texture, and pattern selected. 2. Corner sections of doors, approximately 8 by 10 inches, with door faces and edges representing actual materials to be used. a. Provide Samples for each color, texture, and pattern of plastic laminate required. 1.4 INFORMATIONAL SUBMITTALS A. Sample Warranty: For special warranty. B. Quality Standard Compliance Certificates: AWI Quality Certification Program certificates. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081416 - 2 CDG 22004 FLUSH WOOD DOORS 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer that is a certified participant in AWI's Quality Certification Program. 1.6 DELIVERY, STORAGE, AND HANDLING A. Comply with requirements of referenced standard and manufacturer's written instructions. B. Package doors individually in plastic bags or cardboard cartons. C. Mark each door on top and bottom rail with opening number used on Shop Drawings. 1.7 FIELD CONDITIONS A. Environmental Limitations: Do not deliver or install doors until spaces are enclosed and weathertight, wet work in spaces is complete and dry, and HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during remainder of construction period. B. Environmental Limitations: Do not deliver or install doors until spaces are enclosed and weathertight, wet work in spaces is complete and dry, and HVAC system is operating and maintaining temperature between 60 and 90 deg F and relative humidity between 25 and 55 percent during remainder of construction period. 1.8 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace doors that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Warping (bow, cup, or twist) more than 1/4 inch in a 42-by-84-inch section. b. Telegraphing of core construction in face veneers exceeding 0.01 inch in a 3-inch span. 2. Warranty shall also include installation and finishing that may be required due to repair or replacement of defective doors. 3. Warranty Period for Solid-Core Interior Doors: Life of installation. PART 2 - PRODUCTS 2.1 FLUSH WOOD DOORS, GENERAL A. Quality Standard: In addition to requirements specified, comply with AWI's, AWMAC's, and WI's "Architectural Woodwork Standards." 1. Provide AWI Quality Certification Labels indicating that doors comply with requirements of grades specified. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081416 - 3 CDG 22004 FLUSH WOOD DOORS B. Fire-Rated Wood Doors: When indicated in the schedule, provide doors complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire-protection ratings indicated, based on testing at positive pressure according to UL 10C. 1. Oversize Fire-Rated Door Assemblies: For units exceeding sizes of tested assemblies, provide certification by a qualified testing agency that doors comply with standard construction requirements for tested and labeled fire-rated door assemblies except for size. 2. Temperature-Rise Limit: At vertical exit enclosures and exit passageways, provide doors that have a maximum transmitted temperature end point of not more than 450 deg F above ambient after 30 minutes of standard fire-test exposure. 3. Cores: Provide core specified or mineral core as needed to provide fire-protection rating indicated. 4. Edge Construction: Provide edge construction with intumescent seals concealed by outer stile. Comply with specified requirements for exposed edges. 5. Pairs: Provide fire-retardant stiles that are listed and labeled for applications indicated without formed-steel edges and astragals. Provide stiles with concealed intumescent seals. Comply with specified requirements for exposed edges. C. Smoke- and Draft-Control Door Assemblies: Listed and labeled for smoke and draft control, based on testing according to UL 1784. D. Particleboard-Core Doors: 1. Particleboard: ANSI A208.1, Grade LD-2. 2. Blocking: Provide wood blocking in particleboard-core doors as follows: a. 5-inch top-rail blocking, in doors indicated to have closers. b. 5-inch bottom-rail blocking, in exterior doors and doors indicated to have kick, mop, or armor plates. c. 5-inch midrail blocking, in doors indicated to have exit devices. E. Mineral-Core Doors: 1. Core: Noncombustible mineral product complying with requirements of referenced quality standard and testing and inspecting agency for fire-protection rating indicated. 2. Blocking: Provide composite blocking with improved screw-holding capability approved for use in doors of fire-protection ratings indicated as follows: a. 5-inch top-rail blocking. b. 5-inch bottom-rail blocking, in doors indicated to have protection plates. c. 5-inch midrail blocking, in doors indicated to have armor plates. d. 5-inch midrail blocking, in doors indicated to have exit devices. 3. Edge Construction: At hinge stiles, provide laminated-edge construction with improved screw- holding capability and split resistance. Comply with specified requirements for exposed edges. a. Screw-Holding Capability: 550 lbf per WDMA T.M.-10. 2.2 PLASTIC-LAMINATE-FACED DOORS A. Interior Solid-Core Doors: 1. Grade: Custom. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081416 - 4 CDG 22004 FLUSH WOOD DOORS 2. Plastic-Laminate Faces: High-pressure decorative laminates complying with NEMA LD 3, Grade HGS. 3. Colors, Patterns, and Finishes: Refer to Finish and Materials Schedule Section 099999. 4. Exposed Vertical and Top Edges: Plastic laminate that matches faces, applied before faces. 5. Core: Particleboard. 6. Construction: Five plies. Stiles and rails are bonded to core, then entire unit is abrasive planed before faces and crossbands are applied. Faces are bonded to core using a hot press. 2.3 LIGHT FRAMES A. Metal Frames for Light Openings: Manufacturer's standard frame formed of 0.048-inch- thick, cold- rolled steel sheet; with field painted, sprayed finish in a color to be determined by the Architect and approved for use in doors of fire-protection rating indicated. 2.4 FABRICATION A. Factory fit doors to suit frame-opening sizes indicated. Comply with clearance requirements of referenced quality standard for fitting unless otherwise indicated. 1. Comply with NFPA 80 requirements for fire-rated doors. B. Transom and Side Panels: Fabricate matching panels with same construction, exposed surfaces, and finish as specified for associated doors. Finish bottom edges of transoms and top edges of rabbeted doors same as door stiles. 1. Fabricate door and transom panels with full-width, solid-lumber, rabbeted, meeting rails. Provide factory-installed spring bolts for concealed attachment into jambs of metal door frames. C. Openings: Factory cut and trim openings through doors. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine doors and installed door frames, with Installer present, before hanging doors. 1. Verify that installed frames comply with indicated requirements for type, size, location, and swing characteristics and have been installed with level heads and plumb jambs. 2. Reject doors with defects. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Hardware: For installation, see Section 087100 "Door Hardware." B. Installation Instructions: Install doors to comply with manufacturer's written instructions and referenced quality standard, and as indicated. 1. Install fire-rated doors according to NFPA 80. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 081416 - 5 CDG 22004 FLUSH WOOD DOORS 2. Install smoke- and draft-control doors according to NFPA 105. C. Factory-Fitted Doors: Align in frames for uniform clearance at each edge. 3.3 ADJUSTING A. Operation: Rehang or replace doors that do not swing or operate freely. B. Finished Doors: Replace doors that are damaged or that do not comply with requirements. Doors may be repaired or refinished if Work complies with requirements and shows no evidence of repair or refinishing. END OF SECTION 081416 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 084113 - 1 CDG 22004 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS SECTION 084113 - ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Exterior and interior storefront framing. 2. Storefront framing for punched openings. 3. Exterior and interior manual-swing entrance doors and door-frame units. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: For aluminum-framed entrances and storefronts. Include plans, elevations, sections, full-size details, and attachments to other work. 1. Include details of provisions for assembly expansion and contraction and for draining moisture occurring within the assembly to the exterior. 2. Include full-size isometric details of each vertical-to-horizontal intersection of aluminum-framed entrances and storefronts, showing the following: a. Joinery, including concealed welds. b. Anchorage. c. Expansion provisions. d. Glazing. e. Flashing and drainage. 3. Show connection to and continuity with adjacent thermal, weather, air, and vapor barriers. C. Samples for Initial Selection: For units with factory-applied color finishes. D. Samples for Verification: For each type of exposed finish required, in manufacturer's standard sizes. E. Fabrication Sample: Of each vertical-to-horizontal intersection of assemblies, made from 12-inch lengths of full-size components and showing details of the following: 1. Joinery, including concealed welds. 2. Anchorage. 3. Expansion provisions. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 084113 - 2 CDG 22004 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 4. Glazing. 5. Flashing and drainage. F. Entrance Door Hardware Schedule: Prepared by or under supervision of supplier, detailing fabrication and assembly of entrance door hardware, as well as procedures and diagrams. Coordinate final entrance door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of entrance door hardware. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. 1. Basis for Certification: NFRC-certified energy performance values for each aluminum-framed entrance and storefront. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For aluminum-framed entrances and storefronts to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. B. Testing Agency Qualifications: Qualified according to ASTM E 699 for testing indicated. C. Product Options: Information on Drawings and in Specifications establishes requirements for aesthetic effects and performance characteristics of assemblies. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one another, and to adjoining construction. 1. Do not change intended aesthetic effects, as judged solely by Architect, except with Architect's approval. If changes are proposed, submit comprehensive explanatory data to Architect for review. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General Performance: Comply with performance requirements specified, as determined by testing of aluminum-framed entrances and storefronts representing those indicated for this Project without failure due to defective manufacture, fabrication, installation, or other defects in construction. 1. Aluminum-framed entrances and storefronts shall withstand movements of supporting structure including, but not limited to, story drift, twist, column shortening, long-term creep, and deflection from uniformly distributed and concentrated live loads. 2. Failure also includes the following: a. Thermal stresses transferring to building structure. b. Glass breakage. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 084113 - 3 CDG 22004 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS c. Noise or vibration created by wind and thermal and structural movements. d. Loosening or weakening of fasteners, attachments, and other components. e. Failure of operating units. B. Thermal Movements: Allow for thermal movements resulting from ambient and surface temperature changes: 1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. 2. Thermal Cycling: No buckling; stress on glass; sealant failure; excess stress on framing, anchors, and fasteners; or reduction of performance when tested according to AAMA 501.5. 2.2 FRAMING A. Basis of Design: The design for aluminum-framed systems is based on Kawneer 451 B. Framing Members: Manufacturer's extruded- or formed-aluminum framing members of thickness required and reinforced as required to support imposed loads. 1. Construction: Thermally broken. 2. Glazing System: Retained mechanically with gaskets on four sides. 3. Glazing Plane: Center. 4. Finish: Clear anodic finish. 5. Fabrication Method: Field-fabricated stick system. C. Backer Plates: Manufacturer's standard, continuous backer plates for framing members, if not integral, where framing abuts adjacent construction. D. Brackets and Reinforcements: Manufacturer's standard high-strength aluminum with nonstaining, nonferrous shims for aligning system components. E. Materials: 1. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. a. Sheet and Plate: ASTM B 209. b. Extruded Bars, Rods, Profiles, and Tubes: ASTM B 221. c. Extruded Structural Pipe and Tubes: ASTM B 429/B 429M. d. Structural Profiles: ASTM B 308/B 308M. 2.3 ENTRANCE DOOR SYSTEMS A. Entrance Doors: Manufacturer's standard glazed entrance doors for manual-swing operation. 1. Door Construction: 1-3/4-inch overall thickness, with minimum 0.125-inch- thick, extruded- aluminum tubular rail and stile members. Mechanically fasten corners with reinforcing brackets that are deeply penetrated and fillet welded or that incorporate concealed tie rods. 2. Door Design: Medium stile; 3-1/2-inch nominal width. Bottom stile is to be a minimum of 10” tall. 3. Glazing Stops and Gaskets: Square, snap-on, extruded-aluminum stops and preformed gaskets. a. Provide nonremovable glazing stops on outside of door. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 084113 - 4 CDG 22004 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS 2.4 ENTRANCE DOOR HARDWARE A. General: Provide entrance door hardware for each entrance door to comply with requirements in this Section. 1. Entrance Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and named manufacturers' products or approved equal with prior written approval obtained prior to bidding process. 2. Sequence of Operation: Provide electrified door hardware function, sequence of operation, and interface with other building control systems indicated. 3. Opening-Force Requirements: a. Egress Doors: Not more than 15 lbf to release the latch and not more than 30 lbf to set the door in motion and not more than 15 lbf to open the door to its minimum required width. b. Accessible Interior Doors: Not more than 5 lbf to fully open door. B. Designations: Requirements for design, grade, function, finish, size, and other distinctive qualities of each type of entrance door hardware are indicated in "Entrance Door Hardware Sets" Article. Products are identified by using entrance door hardware designations as follows: 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names are abbreviated in "Entrance Door Hardware Sets" Article. 2. References to BHMA Standards: Provide products complying with these standards and requirements for description, quality, and function. C. Butt Hinges: BHMA A156.1, Grade 1, radius corner. 1. Nonremovable Pins: Provide set screw in hinge barrel that, when tightened into a groove in hinge pin, prevents removal of pin while entrance door is closed. 2. Exterior Hinges: Stainless steel, with stainless-steel pin. 3. Quantities: a. For doors up to 87 inches high, provide three hinges per leaf. b. For doors more than 87 and up to 120 inches high, provide four hinges per leaf. D. Continuous-Gear Hinges: Manufacturer's standard with stainless-steel bearings between knuckles, fabricated to full height of door and frame. E. Mortise Auxiliary Locks: BHMA A156.5, Grade 1. F. Automatic and Self-Latching Flush Bolts: BHMA A156.3, Grade 1. G. Panic Exit Devices: BHMA A156.3, Grade 1, listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for panic protection, based on testing according to UL 305. H. Cylinders: As specified in Section 087100 "Door Hardware." 1. Keying: As specified in Section 087100 "Door Hardware.". I. Strikes: Provide strike with black-plastic dust box for each latch or lock bolt; fabricated for aluminum framing. J. Operating Trim: BHMA A156.6. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 084113 - 5 CDG 22004 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS K. Closers: BHMA A156.4, Grade 1, with accessories required for a complete installation, sized as required by door size, exposure to weather, and anticipated frequency of use; adjustable to comply with field conditions and requirements for opening force. L. Door Stops: BHMA A156.16, Grade 1, floor or wall mounted, as appropriate for door location indicated, with integral rubber bumper. M. Weather Stripping: Manufacturer's standard replaceable components. 1. Compression Type: Made of ASTM D 2000, molded neoprene, or ASTM D 2287, molded PVC. 2. Sliding Type: AAMA 701/702, made of wool, polypropylene, or nylon woven pile with nylon- fabric or aluminum-strip backing. N. Weather Sweeps: Manufacturer's standard exterior-door bottom sweep with concealed fasteners on mounting strip. O. Thresholds: BHMA A156.21, raised thresholds beveled with a slope of not more than 1:2, with maximum height of 1/2 inch. 2.5 GLAZING A. Glazing: Comply with Section 088000 "Glazing." B. Glazing Gaskets: Manufacturer's standard sealed-corner pressure-glazing system of black, resilient elastomeric glazing gaskets, setting blocks, and shims or spacers. C. Glazing Sealants: As recommended by manufacturer. 2.6 ACCESSORIES A. Fasteners and Accessories: Manufacturer's standard corrosion-resistant, nonstaining, nonbleeding fasteners and accessories compatible with adjacent materials. 1. Use self-locking devices where fasteners are subject to loosening or turning out from thermal and structural movements, wind loads, or vibration. 2. Reinforce members as required to receive fastener threads. 3. Use exposed fasteners with countersunk Phillips screw heads, finished to match framing system. B. Anchors: Three-way adjustable anchors with minimum adjustment of 1 inch that accommodate fabrication and installation tolerances in material and finish compatible with adjoining materials and recommended by manufacturer. 1. Concrete and Masonry Inserts: Hot-dip galvanized cast-iron, malleable-iron, or steel inserts complying with ASTM A 123/A 123M or ASTM A 153/A 153M requirements. C. Concealed Flashing: Manufacturer's standard corrosion-resistant, nonstaining, nonbleeding flashing compatible with adjacent materials. D. Bituminous Paint: Cold-applied asphalt-mastic paint complying with SSPC-Paint 12 requirements except containing no asbestos, formulated for 30-mil thickness per coat. 2.7 FABRICATION CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 084113 - 6 CDG 22004 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS A. Form or extrude aluminum shapes before finishing. B. Weld in concealed locations to greatest extent possible to minimize distortion or discoloration of finish. Remove weld spatter and welding oxides from exposed surfaces by descaling or grinding. C. Fabricate components that, when assembled, have the following characteristics: 1. Profiles that are sharp, straight, and free of defects or deformations. 2. Accurately fitted joints with ends coped or mitered. 3. Physical and thermal isolation of glazing from framing members. 4. Accommodations for thermal and mechanical movements of glazing and framing to maintain required glazing edge clearances. 5. Provisions for field replacement of glazing from exterior. 6. Fasteners, anchors, and connection devices that are concealed from view to greatest extent possible. D. Mechanically Glazed Framing Members: Fabricate for flush glazing without projecting stops. E. Structural-Sealant-Glazed Framing Members: Include accommodations for using temporary support device to retain glazing in place while structural sealant cures. F. Storefront Framing: Fabricate components for assembly using shear-block system. G. Entrance Door Frames: Reinforce as required to support loads imposed by door operation and for installing entrance door hardware. H. Entrance Doors: Reinforce doors as required for installing entrance door hardware. I. Entrance Door Hardware Installation: Factory install entrance door hardware to the greatest extent possible. Cut, drill, and tap for factory-installed entrance door hardware before applying finishes. J. After fabrication, clearly mark components to identify their locations in Project according to Shop Drawings. 2.8 ALUMINUM FINISHES A. Clear Anodic Finish: AAMA 611, AA-M12C22A41, Class I, 0.018 mm or thicker. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 084113 - 7 CDG 22004 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS A. Prepare surfaces that are in contact with structural sealant according to sealant manufacturer's written instructions to ensure compatibility and adhesion. Preparation includes, but is not limited to, cleaning and priming surfaces. 3.3 INSTALLATION A. General: 1. Comply with manufacturer's written instructions. 2. Do not install damaged components. 3. Fit joints to produce hairline joints free of burrs and distortion. 4. Rigidly secure nonmovement joints. 5. Install anchors with separators and isolators to prevent metal corrosion and electrolytic deterioration and to prevent impeding movement of moving joints. 6. Seal perimeter and other joints watertight unless otherwise indicated. B. Metal Protection: 1. Where aluminum is in contact with dissimilar metals, protect against galvanic action by painting contact surfaces with materials recommended by manufacturer for this purpose or by installing nonconductive spacers. 2. Where aluminum is in contact with concrete or masonry, protect against corrosion by painting contact surfaces with bituminous paint. C. Set continuous sill members and flashing in full sealant bed as specified in Section 079200 "Joint Sealants" to produce weathertight installation. D. Install components plumb and true in alignment with established lines and grades. E. Install operable units level and plumb, securely anchored, and without distortion. Adjust weather- stripping contact and hardware movement to produce proper operation. F. Install glazing as specified in Section 088000 "Glazing." G. Entrance Doors: Install doors to produce smooth operation and tight fit at contact points. 1. Exterior Doors: Install to produce weathertight enclosure and tight fit at weather stripping. 2. Field-Installed Entrance Door Hardware: Install surface-mounted entrance door hardware according to entrance door hardware manufacturers' written instructions using concealed fasteners to greatest extent possible. 3.4 ERECTION TOLERANCES A. Erection Tolerances: Install aluminum-framed entrances and storefronts to comply with the following maximum tolerances: 1. Plumb: 1/8 inch in 10 feet; 1/4 inch in 40 feet. 2. Level: 1/8 inch in 20 feet; 1/4 inch in 40 feet. 3. Alignment: a. Where surfaces abut in line or are separated by reveal or protruding element up to 1/2 inch wide, limit offset from true alignment to 1/16 inch. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 084113 - 8 CDG 22004 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS b. Where surfaces are separated by reveal or protruding element from 1/2 to 1 inch wide, limit offset from true alignment to 1/8 inch. c. Where surfaces are separated by reveal or protruding element of 1 inch wide or more, limit offset from true alignment to 1/4 inch. 4. Location: Limit variation from plane to 1/8 inch in 12 feet; 1/2 inch over total length. 3.5 ENTRANCE DOOR HARDWARE SETS Door Hardware Set No. A1 Door No. 100A; each to have the following: Qty. Item Description Manufacturer Finish 1 ea. Continuous Geared Hinge KDFMHD3 Pemko Clear Anodized 1 Ea. Exit Device w/outside trim 179L w/cylinder Falcon Clear Anodized 1 Ea. Closer 1601BFP Norton Clear Anodized 1 Ea. Electronic Strike 6100 Series Von Duprin 1 Ea. Threshold ½” x 4” Kawneer 1 Ea. Weather stripping Manufacturer’s Standard Kawneer 1 Ea. Door Bottom Sweep Manufacturer’s Standard Kawneer 1 Ea. Door Stop Rockwood RM851 US26D 1 Ea. Proximity Badge Reader Existing – Relocate and reconnect to electronic strike Provide Corbin Russwin Cylinder on outside to match existing keyway system. Coordinate with Door Hardware Section 087100 Door Hardware Set No. A2 Door No. 100B; each to have the following: Qty. Item Description Manufacturer Finish 1 ea. Ball Bearing Butt Hinges 4 ½” x 4”, NRP Kawneer Clear Anodized 1 ea. Closer 1601BFP Norton Clear Anodized 1 ea. Pull CO-9 Kawneer Clear Anodized 1 ea. Push CP Kawneer Clear Anodized 1 ea. Wall Stop Rockwood 409 652 END OF SECTION 084113 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 1 CDG 22004 DOOR HARDWARE SECTION 087100 - DOOR HARDWARE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes: 1. Mechanical door hardware for the following: a. Swinging doors. b. Sliding doors. 2. Cylinders for door hardware specified in other Sections. 3. Electrified door hardware. B. Related Sections: 1. Section 081416 "Flush Wood Doors" for astragals and integral intumescent seals provided as part of labeled fire-rated assemblies. 2. Section 084113 "Aluminum-Framed Entrances and Storefronts" for entrance door hardware, except cylinders. C. Products furnished, but not installed, under this Section include the products listed below. Coordinating and scheduling the purchase and delivery of these products remain requirements of this Section. 1. Permanent lock cores to be installed by Owner when applicable. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction and installation details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Details of electrified door hardware, indicating the following: 1. Wiring Diagrams: For power, signal, and control wiring and including the following: a. Details of interface of electrified door hardware and building safety and security systems. b. Schematic diagram of systems that interface with electrified door hardware. c. Point-to-point wiring. d. Risers. e. Elevations doors controlled by electrified door hardware. 2. Operation Narrative: Describe the operation of doors controlled by electrified door hardware. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 2 CDG 22004 DOOR HARDWARE C. Samples for Verification: For exposed door hardware of each type required, in each finish specified, prepared on Samples of size indicated below. Tag Samples with full description for coordination with the door hardware schedule. Submit Samples before, or concurrent with, submission of door hardware schedule. 1. Sample Size: Full-size units or minimum 2-by-4-inch Samples for sheet and 4-inch long Samples for other products. a. Full-size Samples will be returned to Contractor. Units that are acceptable and remain undamaged through submittal, review, and field comparison process may, after final check of operation, be incorporated into the Work, within limitations of keying requirements. D. Other Action Submittals: 1. Door Hardware Schedule: Prepared by or under the supervision of Installer, detailing fabrication and assembly of door hardware, as well as installation procedures and diagrams. Coordinate final door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. a. Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data, Samples, and Shop Drawings. Coordinate submission of door hardware schedule with scheduling requirements of other work to facilitate the fabrication of other work that is critical in Project construction schedule. b. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and Format for the Hardware Schedule." Double space entries, and number and date each page. c. Format: Use same scheduling sequence and format and use same door numbers as in the Contract Documents. d. Content: Include the following information: 1) Identification number, location, hand, fire rating, size, and material of each door and frame. 2) Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule. 3) Complete designations, including name and manufacturer, type, style, function, size, quantity, function, and finish of each door hardware product. 4) Description of electrified door hardware sequences of operation and interfaces with other building control systems. 5) Fastenings and other pertinent information. 6) Explanation of abbreviations, symbols, and codes contained in schedule. 7) Mounting locations for door hardware. 8) List of related door devices specified in other Sections for each door and frame. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For electrified door hardware, from the manufacturer. 1. Certify that door hardware approved for use on types and sizes of labeled fire-rated doors complies with listed fire-rated door assemblies. B. Product Test Reports: For compliance with accessibility requirements, based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for door hardware on doors located in accessible routes. C. Warranty: Special warranty specified in this Section. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 3 CDG 22004 DOOR HARDWARE 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For each type of door hardware to include in maintenance manuals. Include final hardware schedule. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Supplier of products and an employer of workers trained and approved by product manufacturers and an Architectural Hardware Consultant who is available during the course of the Work to consult with Contractor, Architect, and Owner about door hardware and keying. 1. Warehousing Facilities: In Project's vicinity. 2. Scheduling Responsibility: Preparation of door hardware and keying schedules. 3. Engineering Responsibility: Preparation of data for electrified door hardware, including Shop Drawings, based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project. B. Source Limitations: Obtain each type of door hardware from a single manufacturer. 1. Provide electrified door hardware from same manufacturer as mechanical door hardware, unless otherwise indicated. Manufacturers that perform electrical modifications and that are listed by a testing and inspecting agency acceptable to authorities having jurisdiction are acceptable. C. Fire-Rated Door Assemblies: Where fire-rated door assemblies are indicated, provide door hardware rated for use in assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire-protection ratings indicated, based on testing at positive pressure according to NFPA 252 or UL 10C, unless otherwise indicated. D. Smoke- and Draft-Control Door Assemblies: Where smoke- and draft-control door assemblies are required, provide door hardware that meet requirements of assemblies tested according to UL 1784 and installed in compliance with NFPA 105. 1. Air Leakage Rate: Maximum air leakage of 0.3 cfm/sq. ft. at the tested pressure differential of 0.3-inch wg of water. E. Electrified Door Hardware: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction. F. Means of Egress Doors: Latches do not require more than 15 lbf to release the latch. Locks do not require use of a key, tool, or special knowledge for operation. G. Accessibility Requirements: For door hardware on doors in an accessible route, comply with the Texas Accessibility Standards. 1. Provide operating devices that do not require tight grasping, pinching, or twisting of the wrist and that operate with a force of not more than 5 lbf. 2. Comply with the following maximum opening-force requirements: a. Interior, Non-Fire-Rated Hinged Doors: 5 lbf applied perpendicular to door. b. Sliding or Folding Doors: 5 lbf applied parallel to door at latch. c. Fire Doors: Minimum opening force allowable by authorities having jurisdiction. 3. Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch high. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 4 CDG 22004 DOOR HARDWARE 4. Adjust door closer sweep periods so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches from the latch, measured to the leading edge of the door. H. Keying Conference: Conduct conference at Project site to comply with requirements in Section 013100 "Project Management and Coordination." In addition to Owner, Contractor, and Architect, conference participants shall also include Installer's Architectural Hardware Consultant and Owner's security consultant. Incorporate keying conference decisions into final keying schedule after reviewing door hardware keying system including, but not limited to, the following: 1. Function of building, flow of traffic, purpose of each area, degree of security required, and plans for future expansion. 2. Preliminary key system schematic diagram. 3. Requirements for key control system. 4. Requirements for access control. 5. Address for delivery of keys. 6. All locks shall be keyed per Owner’s request. 1.7 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock-up for door hardware delivered to Project site. B. Tag each item or package separately with identification coordinated with the final door hardware schedule, and include installation instructions, templates, and necessary fasteners with each item or package. C. Deliver keys to manufacturer of key control system for subsequent delivery to Owner. 1.8 COORDINATION A. Coordinate layout and installation of floor-recessed door hardware with floor construction. Cast anchoring inserts into concrete. B. Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. C. Security: Coordinate installation of door hardware, keying, and access control with Owner's security consultant. D. Electrical System Roughing-In: Coordinate layout and installation of electrified door hardware with connections to power supplies and building safety and security systems. E. Existing Openings: Where hardware components are scheduled for application to existing construction or where modifications to existing door hardware are required, field verify existing conditions and coordinate installation of door hardware to suit opening conditions and to provide proper door operation. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 5 CDG 22004 DOOR HARDWARE 1. Failures include, but are not limited to, the following: a. Structural failures including excessive deflection, cracking, or breakage. b. Faulty operation of doors and door hardware. c. Deterioration of metals, metal finishes, and other materials beyond normal weathering and use. 2. Warranty Period: Three years from date of Substantial Completion, unless otherwise indicated. a. Manual Closers: 10 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 SCHEDULED DOOR HARDWARE A. Provide door hardware for each door as scheduled in Part 3 "Door Hardware Schedule" Article to comply with requirements in this Section. 1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and named manufacturers' products or approved equal with prior written approval obtained prior to bidding process. 2. Sequence of Operation: Provide electrified door hardware function, sequence of operation, and interface with other building control systems indicated. B. Designations: Requirements for design, grade, function, finish, size, and other distinctive qualities of each type of door hardware are indicated in Part 3 "Door Hardware Schedule" Article. Products are identified by using door hardware designations, as follows: 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names are abbreviated in Part 3 "Door Hardware Schedule" Article. 2. References to BHMA Designations: Provide products complying with these designations and requirements for description, quality, and function. 2.2 HINGES A. Hinges: BHMA A156.1. Provide template-produced hinges for hinges installed on hollow-metal doors and hollow-metal frames. 2.3 CONTINUOUS HINGES A. Continuous Hinges: BHMA A156.26; minimum 0.120-inch- thick, hinge leaves with minimum overall width of 4 inches; fabricated to full height of door and frame and to template screw locations; with components finished after milling and drilling are complete. B. Continuous, Gear-Type Hinges: Extruded-aluminum, pinless, geared hinge leaves joined by a continuous extruded-aluminum channel cap; with concealed, self-lubricating thrust bearings. 2.4 MECHANICAL LOCKS AND LATCHES CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 6 CDG 22004 DOOR HARDWARE A. Lock Functions: As indicated in door hardware schedule. B. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame; finished to match lock or latch. 1. Flat-Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer. 2. Extra-Long-Lip Strikes: For locks used on frames with applied wood casing trim. 3. Aluminum-Frame Strike Box: Manufacturer's special strike box fabricated for aluminum framing. 4. Rabbet Front and Strike: Provide on locksets for rabbeted meeting stiles. 2.5 LOCK CYLINDERS A. Lock Cylinders: Tumbler type, constructed from brass or bronze, stainless steel, or nickel silver. 1. Manufacturer: Same manufacturer as for locking devices. B. Construction Cores: Provide construction cores that are replaceable by permanent cores. 2.6 KEYING A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference. 1. Existing System: a. Master key or grand master key locks to Owner's existing system. b. All new cylinders are to match existing Keyway system. 2. Keyed Alike: Key all cylinders to same change key. B. Keys: Nickel silver. 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation: Information to be furnished by Owner. 2.7 SURFACE CLOSERS A. Surface Closers: BHMA A156.4; rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key-operated valves and forged-steel main arm. Comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closers, adjustable to meet field conditions and requirements for opening force. B. Provide regular or parallel arms as needed to locate closers on room side of doors and not in corridors. Closers may be scheduled only as the Model Series and may not contain all designations required for arm designations. All closers are to include optional through-bolting on doors. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 7 CDG 22004 DOOR HARDWARE 2.8 ELECTROMAGNETIC STOPS AND HOLDERS A. Electromagnetic Door Holders: BHMA A156.15, Grade 1; wall-mounted electromagnetic single unit with strike plate attached to swinging door; coordinated with fire detectors and interface with fire alarm system for labeled fire-rated door assemblies. 2.9 DOOR GASKETING A. Door Gasketing: BHMA A156.22; air leakage not to exceed 0.50 cfm per foot of crack length for gasketing other than for smoke control, as tested according to ASTM E 283; with resilient or flexible seal strips that are easily replaceable and readily available from stocks maintained by manufacturer. B. Provide gasketing at all rated doors whether scheduled or not. If rated doors are scheduled with silencers, replace this designation with gasketing as required for proper seal. 2.10 THRESHOLDS A. Thresholds: BHMA A156.21; fabricated to full width of opening indicated. 2.11 METAL PROTECTIVE TRIM UNITS A. Metal Protective Trim Units: BHMA A156.6; fabricated from 0.050-inch- thick base metal; with manufacturer's standard machine or self-tapping screw fasteners. 2.12 FABRICATION A. Manufacturer's Nameplate: Do not provide products that have manufacturer's name or trade name displayed in a visible location except in conjunction with required fire-rated labels and as otherwise approved by Architect. 1. Manufacturer's identification is permitted on rim of lock cylinders only. B. Base Metals: Produce door hardware units of base metal indicated, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. C. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated. 1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt. 2. Fire-Rated Applications: a. Wood or Machine Screws: For the following: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 8 CDG 22004 DOOR HARDWARE 1) Hinges mortised to doors or frames; use threaded-to-the-head wood screws for wood doors and frames. 2) Strike plates to frames. 3) Closers to doors and frames. b. Steel Through Bolts: For the following unless door blocking is provided: 1) Surface hinges to doors. 2) Closers to doors and frames. 3) Surface-mounted exit devices. 3. Spacers or Sex Bolts: For through bolting of hollow-metal doors. 4. Fasteners for Wood Doors: Comply with requirements in DHI WDHS.2, "Recommended Fasteners for Wood Doors." 5. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. 2.13 FINISHES A. Provide finishes complying with BHMA A156.18 as indicated in door hardware schedule. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire-rated door assembly construction, wall and floor construction, and other conditions affecting performance. B. Examine roughing-in for electrical power systems to verify actual locations of wiring connections before electrified door hardware installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Steel Doors and Frames: For surface applied door hardware, drill and tap doors and frames according to ANSI/SDI A250.6. B. Wood Doors: Comply with DHI WDHS.5 "Recommended Hardware Reinforcement Locations for Mineral Core Wood Flush Doors." CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 9 CDG 22004 DOOR HARDWARE 3.3 INSTALLATION A. Mounting Heights: Mount door hardware units at heights to comply with the following unless otherwise indicated or required to comply with governing regulations. 1. Standard Steel Doors and Frames: ANSI/SDI A250.8. 2. Custom Steel Doors and Frames: HMMA 831. 3. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing. Do not install surface-mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Hinges: Install types and in quantities indicated in door hardware schedule but not fewer than the number recommended by manufacturer for application indicated or one hinge for every 30 inches of door height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots, are provided. D. Intermediate Offset Pivots: Where offset pivots are indicated, provide intermediate offset pivots in quantities indicated in door hardware schedule but not fewer than one intermediate offset pivot per door and one additional intermediate offset pivot for every 30 inches of door height greater than 90 inches. E. Lock Cylinders: Install construction cores to secure building and areas during construction period. 1. Replace construction cores with permanent cores as directed by Owner. 2. Furnish permanent cores to Owner for installation. F. Key Control System: Tag keys and place them on markers and hooks in key control system cabinet, as determined by final keying schedule. G. Boxed Power Supplies: Locate power supplies as indicated or, if not indicated, above accessible ceilings. Verify location with Architect. 1. Configuration: Provide one power supply for each door opening with electrified door hardware. H. Thresholds: Set thresholds for exterior doors and other doors indicated in full bed of sealant complying with requirements specified in Section 079200 "Joint Sealants." I. Stops: Provide floor stops for doors unless wall or other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic. J. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame. K. Meeting Stile Gasketing: Fasten to meeting stiles, forming seal when doors are closed. L. Door Bottoms: Apply to bottom of door, forming seal with threshold when door is closed. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 10 CDG 22004 DOOR HARDWARE 3.4 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Electric Strikes: Adjust horizontal and vertical alignment of keeper to properly engage lock bolt. 2. Door Closers: Adjust sweep period to comply with accessibility requirements and requirements of authorities having jurisdiction. B. Occupancy Adjustment: Approximately three months after date of Substantial Completion, Installer's Architectural Hardware Consultant shall examine and readjust each item of door hardware, including adjusting operating forces, as necessary to ensure function of doors, door hardware, and electrified door hardware. 3.5 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.6 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain door hardware and door hardware finishes. 3.7 DOOR HARDWARE SCHEDULE Door Hardware Set No. 01 Door No. 100C, 101A; each to have the following: Qty. Item Description Manufacturer Finish 3 Hinges Hager BB1168 4 ½”x4 ½” NRP US26D 1 Exit Rim Device Corbin Russwin ED5200S-N7M10 626 1 Closer Corbin Russwin DC8210 A3 689 1 Gasketing Set Pemko S88GR Grey 1 Wall Stop Rockwood 409 652 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 11 CDG 22004 DOOR HARDWARE Door Hardware Set No. 02 Door No. 115A, 116A; each to have the following: Qty. Item Description Manufacturer Finish 3 Hinges Hager BB1168 4 ½”x4 ½” NRP US26D 1 Passage Set Corbin Russwin ML2010-NSF 626 1 Closer Corbin Russwin DC8210 A3 689 1 Gasketing Set Pemko S88GR Grey 1 Wall Stop Rockwood 409 652 Door Hardware Set No. 03 Door No. 104A, 105A, 106A, 107A, 108A, 109A, 110A, 111A, 112A; each to have the following: Qty. Item Description Manufacturer Finish 3 Hinges Hager BB1168 4 ½”x4 ½” NRP US26D 1 Office Lockset Corbin Russwin ML2054-NSF 626 3 Silencers Rockwood 608 1 Wall Stop Rockwood 409 652 Door Hardware Set No. 04 Door No. 119A, 120A; each to have the following: Qty. Item Description Manufacturer Finish 3 Hinges Hager BB1168 4 ½”x4 ½” NRP US26D 1 Storeroom Lockset Corbin Russwin ML2057-NSF 626 3 Silencers Rockwood 608 1 Wall Stop Rockwood 409 652 Door Hardware Set No. 05 Door No. 114A; each to have the following: Qty. Item Description Manufacturer Finish 3 Hinges Hager BB1168 4 ½”x4 ½” NRP US26D 1 Privacy Set Corbin Russwin ML2020-NSF 626 1 Closer Corbin Russwin DC8210 A3 689 1 Gasketing Set Pemko S88GR Grey 1 Wall Stop Rockwood 409 652 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 087100 - 12 CDG 22004 DOOR HARDWARE Door Hardware Set No. 06 Door No. 113A; each to have the following: Qty. Item Description Manufacturer Finish 3 Hinges BB1168 4 ½”x4 ½” NRP Hager US26D 1 Exit Rim/Prof. Lock ED5200S-N9834-M800 Corbin Russwin 626 1 Closer DC8210 A3 Corbin Russwin 689 1 Electronic Strike Von Duprin 6100 Series 2 Door Viewer 976U Trimco 619 1 Threshold 170 A x DW Pemko PEMKOTE 1 Door Bottom 315 CN x DW Pemko 1 Weatherstrip 294 AV Opg. Pemko 1 Door Top 347A and 68AR Pemko 1 Latch Protector 320 Pemko 1 Door Stop RM851 Rockwood US26D END OF SECTION 087100 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 088000 - 1 CDG 22004 GLAZING SECTION 088000 - GLAZING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes glazing for the following products and applications, including those specified in other Sections where glazing requirements are specified by reference to this Section: 1. Windows. 2. Doors. 3. Storefront framing. 4. Interior borrowed lites. B. Related Sections: 1. Section 084113 "Aluminum-Framed Entrances and Storefronts." 1.3 DEFINITIONS A. Glass Manufacturers: Firms that produce primary glass, fabricated glass, or both, as defined in referenced glazing publications. B. Glass Thicknesses: Indicated by thickness designations in millimeters according to ASTM C 1036. C. Interspace: Space between lites of an insulating-glass unit. 1.4 PERFORMANCE REQUIREMENTS A. General: Installed glazing systems shall withstand normal thermal movement and wind and impact loads (where applicable) without failure, including loss or glass breakage attributable to the following: defective manufacture, fabrication, or installation; failure of sealants or gaskets to remain watertight and airtight; deterioration of glazing materials; or other defects in construction. B. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes acting on glass framing members and glazing components. 1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. 1.5 ACTION SUBMITTALS A. Product Data: For each glass product and glazing material indicated. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 088000 - 2 CDG 22004 GLAZING B. Glass Samples: For each type of glass product other than clear monolithic vision glass; 12 inches square. C. Glazing Accessory Samples: For gaskets and colored spacers, in 12-inch lengths. Install sealant Samples between two strips of material representative in color of the adjoining framing system. D. Glazing Schedule: List glass types and thicknesses for each size opening and location. Use same designations indicated on Drawings. E. Delegated-Design Submittal: For glass indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.6 INFORMATIONAL SUBMITTALS A. Product Certificates: For glass and glazing products, from manufacturer. B. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for tinted glass, coated glass, insulating glass, glazing sealants, and glazing gaskets. 1. For glazing sealants, provide test reports based on testing current sealant formulations within previous 36-month period. 1.7 QUALITY ASSURANCE A. Manufacturer Qualifications for Insulating-Glass Units with Sputter-Coated, Low-E Coatings: A qualified insulating-glass manufacturer who is approved and certified by coated-glass manufacturer. B. Installer Qualifications: A qualified installer who employs glass installers for this Project who are certified under the National Glass Association's Certified Glass Installer Program. C. Source Limitations for Glass: Obtain all scheduled glass from single source from single manufacturer for each glass type. D. Source Limitations for Glazing Accessories: Obtain from single source from single manufacturer for each product and installation method. E. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below, unless more stringent requirements are indicated. Refer to these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1. GANA Publications: GANA's "Laminated Glazing Reference Manual" and GANA's "Glazing Manual." 2. AAMA Publications: AAMA GDSG-1, "Glass Design for Sloped Glazing," and AAMA TIR-A7, "Sloped Glazing Guidelines." 3. IGMA Publication for Sloped Glazing: IGMA TB-3001, "Guidelines for Sloped Glazing." 4. IGMA Publication for Insulating Glass: SIGMA TM-3000, "North American Glazing Guidelines for Sealed Insulating Glass Units for Commercial and Residential Use." F. Safety Glazing Labeling: Where safety glazing labeling is indicated, permanently mark glazing with certification label of the SGCC or another certification agency acceptable to authorities having jurisdiction. Label shall indicate manufacturer's name, type of glass, thickness, and safety glazing standard with which glass complies. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 088000 - 3 CDG 22004 GLAZING G. Fire-Protection-Rated Glazing Labeling: Permanently mark fire-protection-rated glazing with certification label of a testing agency acceptable to authorities having jurisdiction. Label shall indicate manufacturer's name, test standard, whether glazing is for use in fire doors or other openings, whether or not glazing passes hose-stream test, whether or not glazing has a temperature rise rating of 450 deg F, and the fire-resistance rating in minutes. H. Insulating-Glass Certification Program: Permanently marked either on spacers or on at least one component lite of units with appropriate certification label of IGCC. 1.8 DELIVERY, STORAGE, AND HANDLING A. Protect glazing materials according to manufacturer's written instructions. Prevent damage to glass and glazing materials from condensation, temperature changes, direct exposure to sun, or other causes. B. Comply with insulating-glass manufacturer's written recommendations for venting and sealing units to avoid hermetic seal ruptures due to altitude change. 1.9 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with glazing when ambient and substrate temperature conditions are outside limits permitted by glazing material manufacturers and when glazing channel substrates are wet from rain, frost, condensation, or other causes. 1. Do not install glazing sealants when ambient and substrate temperature conditions are outside limits permitted by sealant manufacturer or below 40 deg F. PART 2 - PRODUCTS 2.1 GLASS PRODUCTS, GENERAL A. Thickness: Where glass thickness is indicated, it is a minimum. Provide glass lites in thicknesses as needed to comply with requirements indicated. 1. Minimum Glass Thickness for Exterior Lites: Not less than 6.0 mm. 2. Thickness of Tinted Glass: Provide same thickness for each tint color indicated throughout Project. B. Strength: Where float glass is indicated, provide annealed float glass, Kind HS heat-treated float glass, or Kind FT heat-treated float glass. Where fully tempered glass is indicated, provide Kind FT heat-treated float glass. C. Windborne-Debris-Impact Resistance: Provide exterior glazing that passes enhanced-protection testing requirements in ASTM E 1996 for the applicable Wind Zone for the project location when tested according to ASTM E 1886. Test specimens shall be no smaller in width and length than glazing indicated for use on the Project and shall be installed in same manner as glazing indicated for use on the Project. 1. Large-Missile Test: For glazing located within 30 feet of grade. 2. Small-Missile Test: For glazing located more than 30 feet above grade. 3. Large-Missile Test: For all glazing, regardless of height above grade. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 088000 - 4 CDG 22004 GLAZING D. Thermal and Optical Performance Properties: Provide glass with performance properties specified, as indicated in manufacturer's published test data, based on procedures indicated below: 1. For monolithic-glass lites, properties are based on units with lites 6.0 mm thick. 2. For laminated-glass lites, properties are based on products of construction indicated. 3. For insulating-glass units, properties are based on units of thickness indicated for overall unit and for each lite. 4. U-Factors: Center-of-glazing values, according to NFRC 100 and based on LBL's WINDOW 5.2 computer program, expressed as Btu/sq. ft. x h x deg F. 5. Solar Heat-Gain Coefficient and Visible Transmittance: Center-of-glazing values, according to NFRC 200 and based on LBL's WINDOW 5.2 computer program. 6. Visible Reflectance: Center-of-glazing values, according to NFRC 300. 2.2 GLASS PRODUCTS A. Float Glass: ASTM C 1036, Type I, Quality-Q3, Class I (clear) unless otherwise indicated. B. Heat-Treated Float Glass: ASTM C 1048; Type I; Quality-Q3; Class I (clear) unless otherwise indicated; of kind and condition indicated. 1. Fabrication Process: By horizontal (roller-hearth) process with roll-wave distortion parallel to bottom edge of glass as installed unless otherwise indicated. 2. For uncoated glass, comply with requirements for Condition A. 3. For coated vision glass, comply with requirements for Condition C (other coated glass). C. Uncoated Tinted Float Glass: Class 2, complying with other requirements specified. 1. Tint Color: Bronze 2.3 INSULATING GLASS A. Insulating-Glass Units: Factory-assembled units consisting of sealed lites of glass separated by a dehydrated interspace, qualified according to ASTM E 2190, and complying with other requirements specified. 1. Sealing System: Dual seal, with manufacturer's standard primary and secondary. 2. Spacer: Aluminum with mill or clear anodic finish. 3. Desiccant: Molecular sieve or silica gel, or blend of both. B. Glass: Comply with applicable requirements in "Glass Products" Article as indicated by designations in "Insulating-Glass Types" Article and in "Insulating-Laminated-Glass Types" Article. 2.4 FIRE-PROTECTION-RATED GLAZING A. Fire-Protection-Rated Glazing, General: Listed and labeled by a testing agency acceptable to authorities having jurisdiction, for fire-protection ratings indicated, based on testing according to NFPA 252 for door assemblies and NFPA 257 for window assemblies. B. Laminated Glass with Intumescent Interlayers: Laminated glass made from multiple plies of uncoated, clear float glass; with intumescent interlayers; complying with testing requirements in 16 CFR 1201 for Category II materials. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 088000 - 5 CDG 22004 GLAZING 2.5 GLAZING GASKETS A. Dense Compression Gaskets: Molded or extruded gaskets of profile and hardness required to maintain watertight seal, made from one of the following: 1. Neoprene complying with ASTM C 864. 2. EPDM complying with ASTM C 864. 3. Silicone complying with ASTM C 1115. 4. Thermoplastic polyolefin rubber complying with ASTM C 1115. 2.6 MISCELLANEOUS GLAZING MATERIALS A. General: Provide products of material, size, and shape complying with referenced glazing standard, requirements of manufacturers of glass and other glazing materials for application indicated, and with a proven record of compatibility with surfaces contacted in installation. B. Cleaners, Primers, and Sealers: Types recommended by sealant or gasket manufacturer. C. Setting Blocks: Elastomeric material with a Shore, Type A durometer hardness of 85, plus or minus 5. D. Spacers: Elastomeric blocks or continuous extrusions of hardness required by glass manufacturer to maintain glass lites in place for installation indicated. E. Edge Blocks: Elastomeric material of hardness needed to limit glass lateral movement (side walking). F. Cylindrical Glazing Sealant Backing: ASTM C 1330, Type O (open-cell material), of size and density to control glazing sealant depth and otherwise produce optimum glazing sealant performance. G. Perimeter Insulation for Fire-Resistive Glazing: Product that is approved by testing agency that listed and labeled fire-resistant glazing product with which it is used for application and fire-protection rating indicated. 2.7 FABRICATION OF GLAZING UNITS A. Fabricate glazing units in sizes required to fit openings indicated for Project, with edge and face clearances, edge and surface conditions, and bite complying with written instructions of product manufacturer and referenced glazing publications, to comply with system performance requirements. B. Clean-cut or flat-grind vertical edges of butt-glazed monolithic lites to produce square edges with slight chamfers at junctions of edges and faces. C. Grind smooth and polish exposed glass edges and corners. 2.8 MONOLITHIC-GLASS TYPES A. Glass Type G-1: Clear float glass or Fully tempered float glass where required by code. 1. Thickness: 6.0 mm. 2. Provide safety glazing labeling. 2.9 INSULATING-GLASS TYPES CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 088000 - 6 CDG 22004 GLAZING A. Glass Type G-2: Low-e-coated, tinted insulating glass. 1. Overall Unit Thickness: 1 inch. 2. Thickness of Each Glass Lite: 6.0 mm. 3. Outdoor Lite: Tinted float glass or Fully tempered float glass where required by code. 4. Interspace Content: Argon. 5. Indoor Lite: Clear float glass or Fully tempered float glass where required by code.. 6. Low-E Coating: Pyrolytic or sputtered on second surface. 7. Visible Light Transmittance: 50 percent minimum. 8. U-Factor: 0.25 maximum. 9. Solar Heat Gain Coefficient: 0.40 maximum. 10. Provide safety glazing labeling. 11. or Fully tempered float glass where required by code. 12. Interspace Content: Argon. 13. Indoor Lite: Clear float glass or Fully tempered float glass where required by code. 14. Coating Location: Fourth surface. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine framing, glazing channels, and stops, with Installer present, for compliance with the following: 1. Manufacturing and installation tolerances, including those for size, squareness, and offsets at corners. 2. Presence and functioning of weep systems. 3. Minimum required face and edge clearances. 4. Effective sealing between joints of glass-framing members. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean glazing channels and other framing members receiving glass immediately before glazing. Remove coatings not firmly bonded to substrates. B. Examine glazing units to locate exterior and interior surfaces. Label or mark units as needed so that exterior and interior surfaces are readily identifiable. Do not use materials that will leave visible marks in the completed work. 3.3 GLAZING, GENERAL A. Comply with combined written instructions of manufacturers of glass, sealants, gaskets, and other glazing materials, unless more stringent requirements are indicated, including those in referenced glazing publications. B. Adjust glazing channel dimensions as required by Project conditions during installation to provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 088000 - 7 CDG 22004 GLAZING C. Protect glass edges from damage during handling and installation. Remove damaged glass from Project site and legally dispose of off Project site. Damaged glass is glass with edge damage or other imperfections that, when installed, could weaken glass and impair performance and appearance. D. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction testing. E. Install setting blocks in sill rabbets, sized and located to comply with referenced glazing publications, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. F. Do not exceed edge pressures stipulated by glass manufacturers for installing glass lites. G. Provide spacers for glass lites where length plus width is larger than 50 inches. 1. Locate spacers directly opposite each other on both inside and outside faces of glass. Install correct size and spacing to preserve required face clearances, unless gaskets and glazing tapes are used that have demonstrated ability to maintain required face clearances and to comply with system performance requirements. 2. Provide 1/8-inch minimum bite of spacers on glass and use thickness equal to sealant width. With glazing tape, use thickness slightly less than final compressed thickness of tape. H. Provide edge blocking where indicated or needed to prevent glass lites from moving sideways in glazing channel, as recommended in writing by glass manufacturer and according to requirements in referenced glazing publications. I. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics. J. Set glass lites with proper orientation so that coatings face exterior or interior as specified. K. Where wedge-shaped gaskets are driven into one side of channel to pressurize sealant or gasket on opposite side, provide adequate anchorage so gasket cannot walk out when installation is subjected to movement. L. Square cut wedge-shaped gaskets at corners and install gaskets in a manner recommended by gasket manufacturer to prevent corners from pulling away; seal corner joints and butt joints with sealant recommended by gasket manufacturer. 3.4 GASKET GLAZING (DRY) A. Cut compression gaskets to lengths recommended by gasket manufacturer to fit openings exactly, with allowance for stretch during installation. B. Installation with Drive-in Wedge Gaskets: Center glass lites in openings on setting blocks and press firmly against soft compression gasket by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended by gasket manufacturer. C. Installation with Pressure-Glazing Stops: Center glass lites in openings on setting blocks and press firmly against soft compression gasket. Install dense compression gaskets and pressure-glazing stops, applying pressure uniformly to compression gaskets. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended by gasket manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 088000 - 8 CDG 22004 GLAZING D. Install gaskets so they protrude past face of glazing stops. 3.5 SEALANT GLAZING (WET) A. Install continuous spacers, or spacers combined with cylindrical sealant backing, between glass lites and glazing stops to maintain glass face clearances and to prevent sealant from extruding into glass channel and blocking weep systems until sealants cure. Secure spacers or spacers and backings in place and in position to control depth of installed sealant relative to edge clearance for optimum sealant performance. B. Force sealants into glazing channels to eliminate voids and to ensure complete wetting or bond of sealant to glass and channel surfaces. C. Tool exposed surfaces of sealants to provide a substantial wash away from glass. 3.6 CLEANING AND PROTECTION A. Protect exterior glass from damage immediately after installation by attaching crossed streamers to framing held away from glass. Do not apply markers to glass surface. Remove nonpermanent labels and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations. If, despite such protection, contaminating substances do come into contact with glass, remove substances immediately as recommended in writing by glass manufacturer. C. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for buildup of dirt, scum, alkaline deposits, or stains; remove as recommended in writing by glass manufacturer. D. Remove and replace glass that is broken, chipped, cracked, or abraded or that is damaged from natural causes, accidents, and vandalism, during construction period. E. Wash glass on both exposed surfaces in each area of Project not more than four days before date scheduled for inspections that establish date of Substantial Completion. Wash glass as recommended in writing by glass manufacturer. END OF SECTION 088000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092216 - 1 CDG 22004 NON-STRUCTURAL METAL FRAMING SECTION 092216 - NON-STRUCTURAL METAL FRAMING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Non-load-bearing steel framing systems for interior gypsum board assemblies. 2. Suspension systems for interior gypsum ceilings, soffits, and grid systems. Related Requirements: 3. Section 054000 "Cold-Formed Metal Framing" for exterior and interior load-bearing and exterior non-load-bearing wall studs; floor joists; roof rafters and ceiling joists; and roof trusses. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1.4 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For “Equivalent Gauge” steel studs and runners, from ICC-ES. PART 2 - PRODUCTS 2.1 SOURCE LIMITATION A. For each of the Products listed below, each must come from a single approved manufacturer. Mixing of different manufacturer’s similar products on the project is not acceptable. 2.2 PERFORMANCE REQUIREMENTS A. Fire-Test-Response Characteristics: For fire-resistance-rated assemblies that incorporate non-load- bearing steel framing, provide materials and construction identical to those tested in assembly indicated, according to ASTM E 119 by an independent testing agency. B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated, according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092216 - 2 CDG 22004 NON-STRUCTURAL METAL FRAMING 2.3 FRAMING SYSTEMS A. Framing Members, General: Comply with ASTM C 754 for conditions indicated. 1. Steel Sheet Components: Comply with ASTM C 645 requirements for metal unless otherwise indicated. 2. Protective Coating: ASTM A 653/A 653M, G40, hot-dip galvanized unless otherwise indicated. B. Studs and Runners: ASTM C 645. Use either steel studs and runners or “equivalent gauge” steel studs and runners. 1. Steel Studs and Runners: a. Minimum Base-Metal Thickness: 0.033 inch / 20 ga. b. Depth: As indicated on Drawings. 2. “Equivalent Gauge” Steel Studs and Runners: a. Minimum Base-Metal Thickness: Designed thickness equivalent to studs listed above. b. Depth: As indicated on Drawings. C. Slip-Type Head Joints: Where indicated, provide one of the following: 1. Single Long-Leg Runner System: ASTM C 645 top runner with 2-inch- deep flanges in thickness not less than indicated for studs, installed with studs fit into pre-slotted slip track and secured per manufacturer’s written recommendations. D. Cold-Rolled Channel Bridging: Steel, 0.053-inch minimum base-metal thickness, with minimum 1/2- inch- wide flanges. 1. Depth: 1-1/2 inches. 2. Clip Angle: Not less than 1-1/2 by 1-1/2 inches, 0.068-inch- thick, galvanized steel. E. Hat-Shaped, Rigid Furring Channels: ASTM C 645. 1. Minimum Base-Metal Thickness: 0.033 inch. 2. Depth: As indicated on Drawings. F. Firestop Tracks: Where Fire-resistive rated walls are indicated on the Drawings or otherwise required. 1. Top runner manufactured to allow heads to expand and contract with movement of the structure while maintaining continuity of fire-resistance-rated assembly indicated; in thickness not less than indicated for studs and in width to accommodate depth of studs. G. Radius Framing: Where curved walls are indicated on the Drawings. 1. Steel sheet runner for non-load bearing curves, bends, variable radii and arches using a work- hardened steel base strip. 2.4 SUSPENSION SYSTEMS A. Tie Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.062-inch- diameter wire, or double strand of 0.048-inch- diameter wire. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092216 - 3 CDG 22004 NON-STRUCTURAL METAL FRAMING B. Hanger Attachments to Concrete where applicable: 1. Anchors: Fabricated from corrosion-resistant materials with holes or loops for attaching wire hangers and capable of sustaining, without failure, a load equal to 5 times that imposed by construction as determined by testing according to ASTM E 488 by an independent testing agency. 2. Powder-Actuated Fasteners: Suitable for application indicated, fabricated from corrosion-resistant materials with clips or other devices for attaching hangers of type indicated, and capable of sustaining, without failure, a load equal to 10 times that imposed by construction as determined by testing according to ASTM E 1190 by an independent testing agency. C. Wire Hangers: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.16 inch in diameter. D. Grid Suspension System for Gypsum Board Ceilings: ASTM C 645, direct-hung system composed of main beams and cross-furring members that interlock. 2.5 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. 1. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. B. Isolation Strip at Exterior Walls: Provide the following: 1. Foam Gasket: Adhesive-backed, closed-cell vinyl foam strips that allow fastener penetration without foam displacement, 1/8 inch thick, in width to suit steel stud size. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow-metal frames, cast-in anchors, and structural framing, for compliance with requirements and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Suspended Assemblies: Coordinate installation of suspension systems with installation of overhead structure to ensure that inserts and other provisions for anchorages to building structure have been installed to receive hangers at spacing required to support the Work and that hangers will develop their full strength. 1. Furnish concrete inserts and other devices indicated to other trades for installation in advance of time needed for coordination and construction. B. Coordination with Sprayed Fire-Resistive Materials: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092216 - 4 CDG 22004 NON-STRUCTURAL METAL FRAMING 1. Before sprayed fire-resistive materials are applied, attach offset anchor plates or ceiling runners (tracks) to surfaces indicated to receive sprayed fire-resistive materials. Where offset anchor plates are required, provide continuous plates fastened to building structure not more than 24 inches o.c. 2. After sprayed fire-resistive materials are applied, remove them only to extent necessary for installation of non-load-bearing steel framing. Do not reduce thickness of fire-resistive materials below that required for fire-resistance ratings indicated. Protect adjacent fire-resistive materials from damage. 3.3 INSTALLATION, GENERAL A. Installation Standard: ASTM C 754. 1. Gypsum Board Assemblies: Also comply with requirements in ASTM C 840 that apply to framing installation. B. Install supplementary framing, and blocking to support fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, or similar construction. C. Install bracing at terminations in assemblies. D. Do not bridge building control and expansion joints with non-load-bearing steel framing members. Frame both sides of joints independently. 3.4 INSTALLING FRAMED ASSEMBLIES A. Install framing system components according to spacings indicated, but not greater than spacings required by referenced installation standards for assembly types. 1. Single-Layer Application: 16 inches o.c. unless otherwise indicated. 2. Multilayer Application: 16 inches o.c. unless otherwise indicated. 3. Tile Backing Panels: 16 inches o.c. unless otherwise indicated. B. Where studs are installed directly against exterior masonry walls or dissimilar metals at exterior walls, install isolation strip between studs and exterior wall. C. Install studs so flanges within framing system point in same direction. D. Install tracks (runners) at floors and overhead supports. Extend framing full height to structural supports or substrates above suspended ceilings except where partitions are indicated to terminate at suspended ceilings. Continue framing around ducts penetrating partitions above ceiling. 1. Slip-Type Head Joints: Where framing extends to overhead structural supports, install to produce joints at tops of framing systems that prevent axial loading of finished assemblies. 2. Door Openings: Screw vertical studs at jambs to jamb anchor clips on door frames; install runner track section (for cripple studs) at head and secure to jamb studs. a. Install two studs at each jamb unless otherwise indicated. b. Install cripple studs at head adjacent to each jamb stud, with a minimum 1/2-inch clearance from jamb stud to allow for installation of control joint in finished assembly. c. Extend jamb studs through suspended ceilings and attach to underside of overhead structure. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092216 - 5 CDG 22004 NON-STRUCTURAL METAL FRAMING 3. Other Framed Openings: Frame openings other than door openings the same as required for door openings unless otherwise indicated. Install framing below sills of openings to match framing required above door heads. 4. Fire-Resistance-Rated Partitions: Install framing to comply with fire-resistance-rated assembly indicated and support closures and to make partitions continuous from floor to underside of solid structure. 5. Sound-Rated Partitions: Install framing to comply with sound-rated assembly indicated. 6. Curved Partitions: a. Bend track to uniform curve and locate straight lengths so they are tangent to arcs. b. Begin and end each arc with a stud, and space intermediate studs equally along arcs. On straight lengths of no fewer than two studs at ends of arcs, place studs 6 inches o.c. E. Direct Furring: 1. Screw to wood framing. 2. Attach to concrete or masonry with stub nails, screws designed for masonry attachment, or powder-driven fasteners spaced 24 inches o.c. F. Installation Tolerance: Install each framing member so fastening surfaces vary not more than 1/8 inch from the plane formed by faces of adjacent framing. 3.5 INSTALLING SUSPENSION SYSTEMS A. Install suspension system components according to spacings indicated, but not greater than spacings required by referenced installation standards for assembly types. 1. Hangers: 48 inches o.c. B. Isolate suspension systems from building structure where they abut or are penetrated by building structure to prevent transfer of loading imposed by structural movement. C. Suspend hangers from building structure as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structural or suspension system. a. Splay hangers only where required to miss obstructions and offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. 2. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with locations of hangers required to support standard suspension system members, install supplemental suspension members and hangers in the form of trapezes or equivalent devices. a. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced installation standards. 3. Wire Hangers: Secure by looping and wire tying, either directly to structures or to inserts, eye screws, or other devices and fasteners that are secure and appropriate for substrate, and in a manner that will not cause hangers to deteriorate or otherwise fail. 4. Do not attach hangers to steel roof deck. 5. Do not attach hangers to permanent metal forms. Furnish cast-in-place hanger inserts that extend through forms. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092216 - 6 CDG 22004 NON-STRUCTURAL METAL FRAMING 6. Do not attach hangers to rolled-in hanger tabs of composite steel floor deck. 7. Do not connect or suspend steel framing from ducts, pipes, or conduit. D. Fire-Resistance-Rated Assemblies: Wire tie furring channels to supports. E. Grid Suspension Systems: Attach perimeter wall track or angle where grid suspension systems meet vertical surfaces. Mechanically join main beam and cross-furring members to each other and butt-cut to fit into wall track. F. Installation Tolerances: Install suspension systems that are level to within 1/8 inch in 12 feet measured lengthwise on each member that will receive finishes and transversely between parallel members that will receive finishes. END OF SECTION 092216 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092900 - 1 CDG 22004 GYPSUM BOARD SECTION 092900 - GYPSUM BOARD PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Interior gypsum board. 2. Tile backing panels. 3. Texture finishes. B. Related Requirements: 1. Section 061600 "Sheathing" for gypsum sheathing for exterior walls. 2. Section 092216 "Non-Structural Metal Framing" for non-structural framing and suspension systems that support gypsum board panels. 3. Section 093000 "Tiling" for cementitious backer units installed as substrates for ceramic tile. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For the following products: 1. Trim Accessories: Full-size Sample in 12-inch- long length for each trim accessory indicated. 2. Textured Finishes: 12”x12” minimum for each textured finish indicated and on same backing indicated for Work. 1.4 DELIVERY, STORAGE AND HANDLING A. Store materials inside under cover and keep them dry and protected against weather, condensation, direct sunlight, construction traffic, and other potential causes of damage. Stack panels flat and supported on risers on a flat platform to prevent sagging. 1.5 FIELD CONDITIONS A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board manufacturer's written recommendations, whichever are more stringent. B. Do not install paper-faced gypsum panels until installation areas are enclosed and conditioned. C. Do not install panels that are wet, those that are moisture damaged, and those that are mold damaged. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092900 - 2 CDG 22004 GYPSUM BOARD 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. PART 2 - PRODUCTS 2.1 SOURCE LIMITATION A. For each of the Products listed below, each must come from a single approved manufacturer. Mixing of different manufacturer’s similar products on the project is not acceptable. 2.2 PERFORMANCE REQUIREMENTS A. Fire-Resistance-Rated Assemblies: For fire-resistance-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. C. Low Emitting Materials: For ceiling and wall assemblies, provide materials and construction identical to those tested in assembly and complying with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.3 GYPSUM BOARD, GENERAL A. Size: Provide maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated. 2.4 INTERIOR GYPSUM BOARD A. Gypsum Board, Type X: ASTM C 1396/C 1396M. 1. Thickness: 5/8 inch. 2. Long Edges: Tapered. B. Moisture- and Mold-Resistant Gypsum Board: ASTM C 1396/C 1396M. With moisture- and mold- resistant core and paper surfaces. 1. Core: 5/8 inch, Type X. 2. Long Edges: Tapered. 3. Mold Resistance: ASTM D 3273, score of 10 as rated according to ASTM D 3274. 2.5 TILE BACKING PANELS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092900 - 3 CDG 22004 GYPSUM BOARD A. Glass-Mat, Water-Resistant Backing Board: ASTM C 1178/C 1178M, with manufacturer's standard edges. 1. Core: 5/8 inch, Type X. 2. Mold Resistance: ASTM D 3273, score of 10 as rated according to ASTM D 3274. B. Cementitious Backer Units: ANSI A118.9 and ASTM C 1288 or 1325, with manufacturer's standard edges. 1. Thickness: 5/8 inch. 2. Mold Resistance: ASTM D 3273, score of 10 as rated according to ASTM D 3274. 2.6 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Galvanized or aluminum-coated steel sheet, rolled zinc, plastic, or paper-faced galvanized steel sheet. 2. Shapes: a. Cornerbead. b. Expansion (control) joint. 2.7 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475/C 475M. B. Joint Tape: 1. Interior Gypsum Board: Paper. 2. Glass-Mat Gypsum Sheathing Board: 10-by-10 glass mesh. 3. Tile Backing Panels: As recommended by panel manufacturer. C. Joint Compound for Interior Gypsum Board: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Prefilling: At open joints and damaged surface areas, use setting-type taping compound. 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use setting-type taping compound. a. Use setting-type compound for installing paper-faced metal trim accessories. 3. Fill Coat: For second coat, use setting-type, sandable topping compound. 4. Finish Coat: For third coat, use setting-type, sandable topping compound. 5. Skim Coat: For final coat of Level 5 finish, use setting-type, sandable topping compound. D. Joint Compound for Tile Backing Panels: 1. Cementitious Backer Units: As recommended by backer unit manufacturer. 2.8 AUXILIARY MATERIALS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092900 - 4 CDG 22004 GYPSUM BOARD A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written recommendations. B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated. 1. Use screws complying with ASTM C 954 for fastening panels to steel members from 0.033 to 0.112 inch thick. 2. For fastening cementitious backer units, use screws of type and size recommended by panel manufacturer. 2.9 TEXTURE FINISHES A. Primer: As recommended by textured finish manufacturer. B. Non-Aggregate Finish: Pre-mixed, vinyl texture finish for spray application. 1. Texture: Orange Peel unless noted otherwise or if matching existing adjacent finish. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates including welded hollow-metal frames and framing, with Installer present, for compliance with requirements and other conditions affecting performance. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C 840. B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. C. Install panels with face side out. Butt panels together for a light contact at edges and ends with not more than 1/16 inch of open space between panels. Do not force into place. D. Locate edge and end joints over supports, except in ceiling applications where intermediate supports or gypsum board back-blocking is provided behind end joints. Do not place tapered edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Do not make joints other than control joints at corners of framed openings. E. Form control and expansion joints with space between edges of adjoining gypsum panels. F. Cover both faces of support framing with gypsum panels in concealed spaces (above ceilings, etc.), except in chases braced internally. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092900 - 5 CDG 22004 GYPSUM BOARD 1. Unless concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. in area. 2. Fit gypsum panels around ducts, pipes, and conduits. 3. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural members; allow 1/4- to 3/8-inch- wide joints to install sealant. A. Isolate perimeter of gypsum board applied to non-load-bearing partitions at structural abutments, including floor slabs. Provide 1/8- to 1/4-inch- wide spaces at these locations and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. B. Attachment to Steel Framing: Attach panels so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. C. Wood Framing: Install gypsum panels over wood framing, with floating internal corner construction. Do not attach gypsum panels across the flat grain of wide-dimension lumber, including floor joists and headers. Float gypsum panels over these members or provide control joints to counteract wood shrinkage. D. STC-Rated Assemblies: Seal construction at perimeters, behind control joints, and at openings and penetrations with a continuous bead of acoustical sealant. Install acoustical sealant at both faces of partitions at perimeters and through penetrations. Comply with ASTM C 919 and with manufacturer's written recommendations for locating edge trim and closing off sound-flanking paths around or through assemblies, including sealing partitions above acoustical ceilings. E. Install sound attenuation blankets before installing gypsum panels unless blankets are readily installed after panels have been installed on one side. 3.3 APPLYING INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: 1. Type X: Vertical surfaces unless otherwise indicated. 2. Moisture- and Mold-Resistant Type: All areas subject to moisture that are scheduled to have a painted finish including, but not limited to, all toilet room walls, all kitchen area walls, on all walls on which a sink or water fountain is located (within six feet either side of the fixture). B. Single-Layer Application: 1. On ceilings, apply gypsum panels before wall/partition board application to greatest extent possible and at right angles to framing unless otherwise indicated. 2. On partitions/walls, apply gypsum panels vertically (parallel to framing) unless otherwise indicated or required by fire-resistance-rated assembly, and minimize end joints. a. Stagger abutting end joints not less than one framing member in alternate courses of panels. b. At stairwells and other high walls, install panels horizontally unless otherwise indicated or required by fire-resistance-rated assembly. 3. On Z-furring members, apply gypsum panels vertically (parallel to framing) with no end joints. Locate edge joints over furring members. 4. Fastening Methods: Apply gypsum panels to supports with steel drill screws. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092900 - 6 CDG 22004 GYPSUM BOARD C. Multilayer Application: 1. On ceilings, apply gypsum board indicated for base layers before applying base layers on walls/partitions; apply face layers in same sequence. Apply base layers at right angles to framing members and offset face-layer joints one framing member, 16 inches minimum, from parallel base-layer joints, unless otherwise indicated or required by fire-resistance-rated assembly. 2. On partitions/walls, apply gypsum board indicated for base layers and face layers vertically (parallel to framing) with joints of base layers located over stud or furring member and face-layer joints offset at least one stud or furring member with base-layer joints, unless otherwise indicated or required by fire-resistance-rated assembly. Stagger joints on opposite sides of partitions. 3. On Z-furring members, apply base layer vertically (parallel to framing) and face layer either vertically (parallel to framing) or horizontally (perpendicular to framing) with vertical joints offset at least one furring member. Locate edge joints of base layer over furring members. 4. Fastening Methods: Fasten base layers and face layers separately to supports with screws . D. Curved Surfaces: 1. Install panels horizontally (perpendicular to supports) and unbroken, to extent possible, across curved surface plus 12-inch- long straight sections at ends of curves and tangent to them. 2. For double-layer construction, fasten base layer to studs with screws 16 inches o.c. Center gypsum board face layer over joints in base layer, and fasten to studs with screws spaced 12 inches o.c. 3.4 APPLYING TILE BACKING PANELS A. Glass-Mat, Water-Resistant Backing Panels: Comply with manufacturer's written installation instructions and install at locations indicated to receive tile other than at showers and tubs where required to be cementitious backer units. Install with 1/4-inch gap where panels abut other construction or penetrations. B. Cementitious Backer Units: ANSI A108.11, at showers, tubs, and where indicated. C. Where tile backing panels abut other types of panels in same plane, shim surfaces to produce a uniform plane across panel surfaces. 3.5 INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. B. Interior Trim: Install in the following locations: 1. Cornerbead: Use at outside corners unless otherwise indicated. 3.6 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints and damaged surface areas. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 092900 - 7 CDG 22004 GYPSUM BOARD C. Apply joint tape over gypsum board joints, except for trim products specifically indicated as not intended to receive tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C 840: 1. Level 1: Ceiling plenum areas, concealed areas, and where indicated. 2. Level 2: Panels that are substrate for tile or for acoustical tile. 3. Level 4: At panel surfaces that will be exposed to view unless otherwise indicated. a. Primer and its application to surfaces are specified in Section 099123 "Interior Painting." E. Cementitious Backer Units: Finish according to manufacturer's written instructions. 3.7 APPLYING TEXTURE FINISHES A. Surface Preparation and Primer: Prepare and apply primer to gypsum panels and other surfaces receiving texture finishes. Apply primer to surfaces that are clean, dry, and smooth. B. Texture Finish Application: Mix and apply finish using powered spray equipment, to produce a uniform texture matching approved sample and free of starved spots or other evidence of thin application or of application patterns. C. Prevent texture finishes from coming into contact with surfaces not indicated to receive texture finish by covering them with masking agents, polyethylene film, or other means. If, despite these precautions, texture finishes contact these surfaces, immediately remove droppings and overspray to prevent damage according to texture-finish manufacturer's written recommendations. 3.8 PROTECTION A. Protect adjacent surfaces from drywall compound and promptly remove from floors and other non- drywall surfaces. Repair surfaces stained, marred, or otherwise damaged during drywall application. B. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. C. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION 092900 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 093000 - 1 CDG 22004 TILING SECTION 093000 - TILING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Ceramic tile. 2. Thresholds. 3. Waterproof membrane. 4. Crack isolation membrane. B. Related Sections: 1. Section 079200 "Joint Sealants" for sealing of expansion, contraction, control, and isolation joints in tile surfaces. 2. Section 092900 "Gypsum Board" for cementitious backer units and glass-mat, water-resistant backer board. 1.3 DEFINITIONS A. General: Definitions in the ANSI A108 series of tile installation standards and in ANSI A137.1 apply to Work of this Section unless otherwise specified. B. ANSI A108 Series: ANSI A108.01, ANSI A108.02, ANSI A108.1A, ANSI A108.1B, ANSI A108.1C, ANSI A108.4, ANSI A108.5, ANSI A108.6, ANSI A108.8, ANSI A108.9, ANSI A108.10, ANSI A108.11, ANSI A108.12, ANSI A108.13, ANSI A108.14, ANSI A108.15, ANSI A108.16, and ANSI A108.17, which are contained in "American National Standard Specifications for Installation of Ceramic Tile." C. Module Size: Actual tile size plus joint width indicated. D. Face Size: Actual tile size, excluding spacer lugs. 1.4 PERFORMANCE REQUIREMENTS A. Static Coefficient of Friction: For tile installed on walkway surfaces, provide products with the following values as determined by testing identical products per ASTM C 1028: 1. Level Surfaces: Minimum 0.5. 2. Step Treads: Minimum 0.6. 3. Ramp Surfaces: Minimum 0.8. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 093000 - 2 CDG 22004 TILING 1.5 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show locations of each type of tile and tile pattern. Show widths, details, and locations of expansion, contraction, control, and isolation joints in tile substrates and finished tile surfaces. C. Samples for Initial Selection: For each type of tile and grout indicated. Include Samples of accessories involving color selection. D. Samples for Verification: 1. Full-size units of each type and composition of tile and for each color and finish required. For ceramic mosaic tile in color blend patterns, provide full sheets of each color blend. 2. Assembled samples mounted on a rigid panel, with grouted joints, for each type and composition of tile and for each color and finish required. Make samples at least 12 inches square, but not fewer than 4 tiles. Use grout of type and in color or colors approved for completed Work. 3. Full-size units of each type of trim and accessory for each color and finish required. 4. Stone thresholds in 6-inch lengths. 5. Metal edge strips in 6-inch lengths. 1.6 MATERIALS MAINTENANCE SUBMITTALS A. Furnish extra materials that match and are from same production runs as products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Tile and Trim Units: Furnish quantity of full-size units equal to 3 percent of amount installed for each type, composition, color, pattern, and size indicated. 2. Grout: Furnish quantity of grout equal to 3 percent of amount installed for each type, composition, and color indicated. 1.7 QUALITY ASSURANCE A. Source Limitations for Tile: Obtain tile of each type from one source or producer. 1. Obtain tile of each type and color or finish from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from one manufacturer and each aggregate from one source or producer. C. Source Limitations for Other Products: Obtain each of the following products specified in this Section from a single manufacturer for each product: 1. Stone thresholds. 2. Waterproof membrane. 3. Crack isolation membrane. 4. Joint sealants. 5. Cementitious backer units. D. Preinstallation Conference: Conduct conference at Project site. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 093000 - 3 CDG 22004 TILING 1. Review requirements in ANSI A108.01 for substrates and for preparation by other trades. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirements in ANSI A137.1 for labeling tile packages. B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. C. Store aggregates where grading and other required characteristics can be maintained and contamination can be avoided. D. Store liquid materials in unopened containers and protected from freezing. E. Handle tile that has temporary protective coating on exposed surfaces to prevent coated surfaces from contacting backs or edges of other units. If coating does contact bonding surfaces of tile, remove coating from bonding surfaces before setting tile. 1.9 PROJECT CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. PART 2 - PRODUCTS 2.1 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1 for types, compositions, and other characteristics indicated. 1. Provide tile complying with Standard grade requirements unless otherwise indicated. B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI A108.02, ANSI standards referenced in other Part 2 articles, ANSI standards referenced by TCA installation methods specified in tile installation schedules, and other requirements specified. C. Factory Blending: For tile exhibiting color variations within ranges, blend tile in factory and package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples. D. Mounting: For factory-mounted tile, provide back- or edge-mounted tile assemblies as standard with manufacturer unless otherwise indicated. 1. Where tile is indicated for installation in swimming pools on exteriors or in wet areas, do not use back- or edge-mounted tile assemblies unless tile manufacturer specifies in writing that this type of mounting is suitable for installation indicated and has a record of successful in-service performance. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 093000 - 4 CDG 22004 TILING E. Factory-Applied Temporary Protective Coating: Where indicated under tile type, protect exposed surfaces of tile against adherence of mortar and grout by pre-coating with continuous film of petroleum paraffin wax, applied hot. Do not coat unexposed tile surfaces. 2.2 TILE PRODUCTS A. Products: Refer to Finish and Materials Schedule in Section 099999 for selections. No substitutes. 2.3 THRESHOLDS A. General: Fabricate to sizes and profiles indicated or required to provide transition between adjacent floor finishes. 1. Bevel edges at 1:2 slope, with lower edge of bevel aligned with or up to 1/16 inch above adjacent floor surface. Finish bevel to match top surface of threshold. Limit height of threshold to 1/2 inch or less above adjacent floor surface. B. Metal Thresholds: Provided materials in finishes as scheduled or matching the finish of other adjacent trim/hardware. 1. Transitions: Provided in profiles appropriate to adjacent material types and finishes. 2.4 WATERPROOF MEMBRANE A. General: Manufacturer's standard product that complies with ANSI A118.10 and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer. B. Fabric-Reinforced, Fluid-Applied Membrane: System consisting of liquid-latex rubber or elastomeric polymer and continuous fabric reinforcement. 2.5 CRACK ISOLATION MEMBRANE A. General: Manufacturer's standard product that complies with ANSI A118.12 for standard performance and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer. B. Fabric-Reinforced, Fluid-Applied Membrane: System consisting of liquid-latex rubber or elastomeric polymer and fabric reinforcement. 2.6 SETTING MATERIALS A. Latex-Portland Cement Mortar (Thin Set): ANSI A118.4. 1. Provide prepackaged, dry-mortar mix combined with acrylic resin or styrene-butadiene-rubber liquid-latex additive at Project site. 2. For wall applications, provide mortar that complies with requirements for nonsagging mortar in addition to the other requirements in ANSI A118.4. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 093000 - 5 CDG 22004 TILING 2.7 GROUT MATERIALS A. Polymer modified Cement Grout: ANSI A118.7 1. For grout joints from 1/16” – 1/8” use unsanded grout 2. For grout joints from 1/8” – 1/2” use sanded grout B. General: Provide sealants, primers, backer rods, and other sealant accessories that comply with the following requirements and with the applicable requirements in Section 079200 "Joint Sealants." 1. Use primers, backer rods, and sealant accessories recommended by sealant manufacturer. C. Colors: Provide colors of exposed sealants to match colors of grout in tile adjoining sealed joints unless otherwise indicated. D. One-Part, Mildew-Resistant Silicone Sealant: ASTM C 920; Type S; Grade NS; Class 25; Uses NT, G, A, and, as applicable to nonporous joint substrates indicated, O; formulated with fungicide, intended for sealing interior ceramic tile joints and other nonporous substrates that are subject to in-service exposures of high humidity and extreme temperatures. E. Multipart, Pourable Urethane Sealant for Use T: ASTM C 920; Type M; Grade P; Class 25; Uses T, M, A, and, as applicable to joint substrates indicated, O. F. Chemical-Resistant Sealants: For chemical-resistant floors, provide chemical-resistant elastomeric sealant of type recommended and produced by chemical-resistant mortar and grout manufacturer for type of application indicated, with proven service record and compatibility with tile and other setting materials, and with chemical resistance equivalent to mortar/grout. 2.8 MISCELLANEOUS MATERIALS A. Trowelable Underlayments and Patching Compounds: Latex-modified, portland cement-based formulation provided or approved by manufacturer of tile-setting materials for installations indicated. B. Temporary Protective Coating: Either product indicated below that is formulated to protect exposed surfaces of tile against adherence of mortar and grout; compatible with tile, mortar, and grout products; and easily removable after grouting is completed without damaging grout or tile. 1. Petroleum paraffin wax, fully refined and odorless, containing at least 0.5 percent oil with a melting point of 120 to 140 deg F per ASTM D 87. 2. Grout release in form of manufacturer's standard proprietary liquid coating that is specially formulated and recommended for use as temporary protective coating for tile. C. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces, specifically approved for materials and installations indicated by tile and grout manufacturers. D. Grout Sealer: Manufacturer's standard silicone product for sealing grout joints and that does not change color or appearance of grout. 2.9 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 093000 - 6 CDG 22004 TILING B. Add materials, water, and additives in accurate proportions. C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile. 1. Verify that substrates for setting tile are firm, dry, clean, free of coatings that are incompatible with tile-setting materials including curing compounds and other substances that contain soap, wax, oil, or silicone; and comply with flatness tolerances required by ANSI A108.01 for installations indicated. 2. Verify that concrete substrates for tile floors installed with thin-set mortar comply with surface finish requirements in ANSI A108.01 for installations indicated. a. Verify that surfaces that received a steel trowel finish have been mechanically scarified. b. Verify that protrusions, bumps, and ridges have been removed by sanding or grinding. 3. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile has been completed. 4. Verify that joints and cracks in tile substrates are coordinated with tile joint locations; if not coordinated, adjust joint locations in consultation with Architect. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Fill cracks, holes, and depressions in concrete substrates for tile floors installed with thin-set mortar with trowelable leveling and patching compound specifically recommended by tile-setting material manufacturer. B. Where indicated, prepare substrates to receive waterproofing by applying a reinforced mortar bed that complies with ANSI A108.1A and is sloped 1/4 inch per foot toward drains. C. Blending: For tile exhibiting color variations, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. D. Field-Applied Temporary Protective Coating: If indicated under tile type or needed to prevent grout from staining or adhering to exposed tile surfaces, precoat them with continuous film of temporary protective coating, taking care not to coat unexposed tile surfaces. 3.3 TILE INSTALLATION CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 093000 - 7 CDG 22004 TILING A. Comply with TCA's "Handbook for Ceramic Tile Installation" for TCA installation methods specified in tile installation schedules. Comply with parts of the ANSI A108 Series "Specifications for Installation of Ceramic Tile" that are referenced in TCA installation methods, specified in tile installation schedules, and apply to types of setting and grouting materials used. 1. For the following installations, follow procedures in the ANSI A108 Series of tile installation standards for providing 95 percent mortar coverage: a. Exterior tile floors. b. Tile floors in wet areas. c. Tile swimming pool decks. d. Tile floors in laundries. e. Tile floors composed of tiles 8 by 8 inches or larger. f. Tile floors composed of rib-backed tiles. B. Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. C. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. D. Provide manufacturer's standard trim shapes where necessary to eliminate exposed tile edges. E. Jointing Pattern: Lay tile in grid pattern unless otherwise indicated. Lay out tile work and center tile fields in both directions in each space or on each wall area. Lay out tile work to minimize the use of pieces that are less than half of a tile. Provide uniform joint widths unless otherwise indicated. 1. For tile mounted in sheets, make joints between tile sheets same width as joints within tile sheets so joints between sheets are not apparent in finished work. 2. Where adjoining tiles on floor, base, walls, or trim are specified or indicated to be same size, align joints. 3. Where tiles are specified or indicated to be whole integer multiples of adjoining tiles on floor, base, walls, or trim, align joints unless otherwise indicated. F. Joint Widths: Unless otherwise indicated, install tile with the following joint widths: 1. Ceramic Mosaic Tile: 1/16 inch. 2. Quarry Tile: 1/4 inch. 3. Paver Tile: 1/4 inch. 4. Glazed Wall Tile: 1/8 inch. 5. Decorative Thin Wall Tile: 1/16 inch. G. Lay out tile wainscots to dimensions indicated or to next full tile beyond dimensions indicated. H. Expansion Joints: Provide expansion joints and other sealant-filled joints, including control, contraction, and isolation joints, where indicated. Form joints during installation of setting materials, mortar beds, and tile. Do not saw-cut joints after installing tiles. 1. Where joints occur in concrete substrates, locate joints in tile surfaces directly above them. 2. Prepare joints and apply sealants to comply with requirements in Section 079200 "Joint Sealants." CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 093000 - 8 CDG 22004 TILING I. Metal Edge Strips: Install where exposed edge of tile flooring meets carpet, wood, or other flooring that finishes flush with or below top of tile and no threshold is indicated. J. Stone Thresholds: Install stone thresholds in same type of setting bed as adjacent floor unless otherwise indicated. 1. At locations where mortar bed (thickset) would otherwise be exposed above adjacent floor finishes, set thresholds in latex-portland cement mortar (thin set). 2. Do not extend waterproofing or crack isolation membrane under thresholds set in latex-portland cement mortar. Fill joints between such thresholds and adjoining tile set on waterproofing or crack isolation membrane with elastomeric sealant. K. Grout Sealer: Apply grout sealer to cementitious grout joints in tile floors according to grout-sealer manufacturer's written instructions. As soon as grout sealer has penetrated grout joints, remove excess sealer and sealer from tile faces by wiping with soft cloth. 3.4 WATERPROOFING INSTALLATION A. Install waterproofing to comply with ANSI A108.13 and manufacturer's written instructions to produce waterproof membrane of uniform thickness and bonded securely to substrate. B. Do not install tile or setting materials over waterproofing until waterproofing has cured and been tested to determine that it is watertight. C. Unless noted otherwise, install waterproofing membrane at all shower stalls. Extend shower pan up 6” on surrounding walls. 3.5 CRACK ISOLATION MEMBRANE INSTALLATION A. Install crack isolation membrane to comply with ANSI A108.17 and manufacturer's written instructions to produce membrane of uniform thickness and bonded securely to substrate. B. Do not install tile or setting materials over crack isolation membrane until membrane has cured. 3.6 CLEANING AND PROTECTING A. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. 1. Remove epoxy and latex-portland cement grout residue from tile as soon as possible. 2. Clean grout smears and haze from tile according to tile and grout manufacturer's written instructions but no sooner than 10 days after installation. Use only cleaners recommended by tile and grout manufacturers and only after determining that cleaners are safe to use by testing on samples of tile and other surfaces to be cleaned. Protect metal surfaces and plumbing fixtures from effects of cleaning. Flush surfaces with clean water before and after cleaning. 3. Remove temporary protective coating by method recommended by coating manufacturer and that is acceptable to tile and grout manufacturer. Trap and remove coating to prevent drain clogging. B. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. If recommended by tile manufacturer, apply coat of neutral protective cleaner to completed tile walls and floors. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 093000 - 9 CDG 22004 TILING C. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is completed. D. Before final inspection, remove protective coverings and rinse neutral protective cleaner from tile surfaces. END OF SECTION 093000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 095113 - 1 CDG 22004 ACOUSTICAL PANEL CEILINGS SECTION 095113 - ACOUSTICAL PANEL CEILINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes acoustical panels and exposed suspension systems for ceilings. B. Products furnished, but not installed under this Section, include anchors, clips, and other ceiling attachment devices to be cast in concrete. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified, 6 inches in size. C. Samples for Verification: For each component indicated and for each exposed finish required, prepared on Samples of size indicated below. 1. Acoustical Panel: Set of 6-inch- square Samples of each type, color, pattern, and texture. 2. Exposed Suspension-System Members, Moldings, and Trim: Set of 6-inch- long Samples of each type, finish, and color. 1.4 INFORMATIONAL SUBMITTALS A. Product Test Reports: For each acoustical panel ceiling, for tests performed by a qualified testing agency. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For finishes to include in maintenance manuals. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Acoustical Ceiling Panels: Full-size panels equal to 2 percent of quantity installed. 2. Suspension-System Components: Quantity of each exposed component equal to 2 percent of quantity installed. 3. Hold-Down Clips: Equal to 2 percent of quantity installed. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 095113 - 2 CDG 22004 ACOUSTICAL PANEL CEILINGS 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver acoustical panels, suspension-system components, and accessories to Project site in original, unopened packages and store them in a fully enclosed, conditioned space where they will be protected against damage from moisture, humidity, temperature extremes, direct sunlight, surface contamination, and other causes. B. Before installing acoustical panels, permit them to reach room temperature and a stabilized moisture content. C. Handle acoustical panels carefully to avoid chipping edges or damaging units in any way. 1.8 FIELD CONDITIONS A. Environmental Limitations: Do not install acoustical panel ceilings until spaces are enclosed and weatherproof, wet work in spaces is complete and dry, work above ceilings is complete, and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. 1. Pressurized Plenums: Operate ventilation system for not less than 48 hours before beginning acoustical panel ceiling installation. 1.9 MATERIALS MAINTENANCE SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Acoustical Ceiling Tiles: Furnish full-size, unused materials equal to 5% of amount installed. The materials are to be delivered to location as directed by Owner and the Contractor is to provide written documentation evidencing the amount of material required for the project and the amount of product delivered as extra material. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Surface-Burning Characteristics: Comply with ASTM E 84; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame-Spread Index: Comply with ASTM E 1264 for Class A materials. 2. Smoke-Developed Index: 50 or less. 2.2 ACOUSTICAL PANELS, GENERAL A. Source Limitations: 1. Acoustical Ceiling Panel: Obtain each type from single source from single manufacturer. 2. Suspension System: Obtain each type from single source from single manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 095113 - 3 CDG 22004 ACOUSTICAL PANEL CEILINGS B. Source Limitations: Obtain each type of acoustical ceiling panel and supporting suspension system from single source from single manufacturer. C. Glass-Fiber-Based Panels: Made with binder containing no urea formaldehyde. D. Acoustical Panel Standard: Provide manufacturer's standard panels of configuration indicated that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical ratings, and light reflectances unless otherwise indicated. 1. Mounting Method for Measuring NRC: Type E-400; plenum mounting in which face of test specimen is 15-3/4 inches away from test surface according to ASTM E 795. E. Acoustical Panel Colors and Patterns: Match appearance characteristics indicated for each product type. 1. Where appearance characteristics of acoustical panels are indicated by referencing pattern designations in ASTM E 1264 and not manufacturers' proprietary product designations, provide products selected by Architect from each manufacturer's full range that comply with requirements indicated for type, pattern, color, light reflectance, acoustical performance, edge detail, and size. 2.3 ACOUSTICAL PANELS A. Manufacturers: Unless a substitution is otherwise permitted, with written approval from the Architect obtained prior to bidding, provide the manufacturer and product named in the Finish Schedule. B. Classification: Provide panels complying with ASTM E 1264 for type, form, and pattern as follows: 1. Type and Form: Type III, mineral base with painted finish. C. Colors and Patterns: Refer to Finish and Materials Schedule in Section 099999 for selections. D. Broad Spectrum Antimicrobial Fungicide and Bactericide Treatment: Provide acoustical panels treated with manufacturer's standard antimicrobial formulation that inhibits fungus, mold, mildew, and gram- positive and gram-negative bacteria and showing no mold, mildew, or bacterial growth when tested according to ASTM D 3273 and evaluated according to ASTM D 3274 or ASTM G 21. 2.4 METAL SUSPENSION SYSTEMS, GENERAL A. Metal Suspension-System Standard: Provide manufacturer's standard direct-hung metal suspension systems of types, structural classifications, and finishes indicated that comply with applicable requirements in ASTM C 635/C 635M. 1. High-Humidity Finish: Comply with ASTM C 635/C 635M requirements for "Coating Classification for Severe Environment Performance" where high-humidity finishes are indicated. B. Attachment Devices: Size for five times the design load indicated in ASTM C 635/C 635M, Table 1, "Direct Hung," unless otherwise indicated. Comply with seismic design requirements. 1. Anchors in Concrete: Anchors of type and material indicated below, with holes or loops for attaching hangers of type indicated and with capability to sustain, without failure, a load equal to five times that imposed by ceiling construction, as determined by testing according to ASTM E 488 or ASTM E 1512 as applicable, conducted by a qualified testing and inspecting agency. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 095113 - 4 CDG 22004 ACOUSTICAL PANEL CEILINGS a. Corrosion Protection: Carbon-steel components zinc plated to comply with ASTM B 633, Class Fe/Zn 5 (0.005 mm) for Class SC 1 service condition. b. Corrosion Protection: Stainless-steel components complying with ASTM F 593 and ASTM F 594, Group 1 Alloy 304 or 316 for bolts; Alloy 304 or 316 for anchor. c. Corrosion Protection: Components fabricated from nickel-copper-alloy rods complying with ASTM B 164 for UNS No. N04400 alloy. 2. Power-Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion-resistant materials, with clips or other accessory devices for attaching hangers of type indicated and with capability to sustain, without failure, a load equal to 10 times that imposed by ceiling construction, as determined by testing according to ASTM E 1190, conducted by a qualified testing and inspecting agency. C. Wire Hangers, Braces, and Ties: Provide wires complying with the following requirements: 1. Zinc-Coated, Carbon-Steel Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper. 2. Stainless-Steel Wire: ASTM A 580/A 580M, Type 304, nonmagnetic. 3. Nickel-Copper-Alloy Wire: ASTM B 164, nickel-copper-alloy UNS No. N04400. 4. Size: Select wire diameter so its stress at three times hanger design load (ASTM C 635/C 635M, Table 1, "Direct Hung") will be less than yield stress of wire, but provide not less than 0.135-inch- diameter wire. D. Hold-Down Clips: Where indicated, provide manufacturer's standard hold-down clips spaced 24 inches o.c. on all cross tees. 2.5 METAL SUSPENSION SYSTEM A. Manufacturers: Subject to compliance with requirements, provide suspension systems by the same manufacturer as the acoustic panels. B. Wide-Face, Capped, Double-Web, Steel Suspension System: Main and cross runners roll formed from cold-rolled steel sheet; prepainted, electrolytically zinc coated, or hot-dip galvanized according to ASTM A 653/A 653M, not less than G30 coating designation; with prefinished 15/16-inch- wide metal caps on flanges. 1. Structural Classification: Intermediate-duty system. 2. End Condition of Cross Runners: Override (stepped) type. 3. Face Design: Flat, flush. 4. Cap Material: Steel cold-rolled sheet. 5. Cap Finish: Painted white unless otherwise scheduled. C. Flexible PVC wall angle at designed curved wall surfaces. 1. Basis-of-design product: Flex-Grid Angle by Trim-Tex Drywall Products. 2. Rigid PVC wall attachment angle with Flexible PVC leg to adjust to wall curve. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, including structural framing to which acoustical panel ceilings attach or abut, with Installer present, for compliance with requirements specified in this and other CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 095113 - 5 CDG 22004 ACOUSTICAL PANEL CEILINGS Sections that affect ceiling installation and anchorage and with requirements for installation tolerances and other conditions affecting performance of acoustical panel ceilings. B. Examine acoustical panels before installation. Reject acoustical panels that are wet, moisture damaged, or mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Measure each ceiling area and establish layout of acoustical panels to balance border widths at opposite edges of each ceiling. Avoid using less-than-half-width panels at borders, and comply with layout shown on reflected ceiling plans. 3.3 INSTALLATION A. General: Install acoustical panel ceilings to comply with ASTM C 636/C 636M and seismic design requirements indicated, according to manufacturer's written instructions and CISCA's "Ceiling Systems Handbook." B. Suspend ceiling hangers from building's structural members and as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structure or of ceiling suspension system. 2. Splay hangers only where required to miss obstructions; offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. 3. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with location of hangers at spacings required to support standard suspension-system members, install supplemental suspension members and hangers in form of trapezes or equivalent devices. 4. Secure wire hangers to ceiling-suspension members and to supports above with a minimum of three tight turns. Connect hangers directly either to structures or to inserts, eye screws, or other devices that are secure and appropriate for substrate and that will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures. 5. Do not support ceilings directly from permanent metal forms or floor deck. Fasten hangers to cast-in-place hanger inserts, postinstalled mechanical or adhesive anchors, or power-actuated fasteners that extend through forms into concrete. 6. When steel framing does not permit installation of hanger wires at spacing required, install carrying channels or other supplemental support for attachment of hanger wires. 7. Do not attach hangers to steel deck tabs. 8. Do not attach hangers to steel roof deck. Attach hangers to structural members. 9. Space hangers not more than 48 inches o.c. along each member supported directly from hangers unless otherwise indicated; provide hangers not more than 8 inches from ends of each member. 10. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced standards and publications. 11. Do not splice hanger wires. System is to be supported by only individually continuous wires. C. Secure bracing wires to ceiling suspension members and to supports with a minimum of four tight turns. Suspend bracing from building's structural members as required for hangers, without attaching to permanent metal forms, steel deck, or steel deck tabs. Fasten bracing wires into concrete with cast-in- place or postinstalled anchors. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 095113 - 6 CDG 22004 ACOUSTICAL PANEL CEILINGS D. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal edges of acoustical panels. 1. Screw attach moldings to substrate at intervals not more than 16 inches o.c. and not more than 3 inches from ends, leveling with ceiling suspension system to a tolerance of 1/8 inch in 12 feet. Miter corners accurately and connect securely. 2. Do not use exposed fasteners, including pop rivets, on moldings and trim. E. Install suspension-system runners so they are square and securely interlocked with one another. Remove and replace dented, bent, or kinked members. F. Install acoustical panels with undamaged edges and fit accurately into suspension-system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat, precise fit. 1. Arrange directionally patterned acoustical panels as follows: a. As indicated on reflected ceiling plans. b. Install panels with pattern running in one direction parallel to long axis of space. c. Install panels in a basket-weave pattern. 2. For square-edged panels, install panels with edges fully hidden from view by flanges of suspension-system runners and moldings. 3. For reveal-edged panels on suspension-system runners, install panels with bottom of reveal in firm contact with top surface of runner flanges. 4. For reveal-edged panels on suspension-system members with box-shaped flanges, install panels with reveal surfaces in firm contact with suspension-system surfaces and panel faces flush with bottom face of runners. 5. Paint cut edges of panel remaining exposed after installation; match color of exposed panel surfaces using coating recommended in writing for this purpose by acoustical panel manufacturer. 6. Install hold-down clips in areas indicated, within 20 feet of any exterior doorways, in areas required by authorities having jurisdiction, and for fire-resistance ratings; space as recommended by panel manufacturer's written instructions unless otherwise indicated. G. For any ceiling tiles that are to have devices installed in/on/through the tile, i.e. fire sprinkler heads, speakers, fire alarm strobes, smoke detectors, etc. Install the devices in the center of the full tile nearest the location indicated on the Drawings. 3.4 FIELD QUALITY CONTROL A. Testing Agency: Owner may engage a qualified testing agency to perform tests and inspections and prepare test reports. B. Acoustical panel ceiling hangers and anchors and fasteners will be considered defective if they do not pass tests and inspections. 3.5 CLEANING A. Clean exposed surfaces of acoustical panel ceilings, including trim, edge moldings, and suspension- system members. Comply with manufacturer's written instructions for cleaning and touchup of minor finish damage. Remove and replace ceiling components that cannot be successfully cleaned and repaired to permanently eliminate evidence of damage. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 095113 - 7 CDG 22004 ACOUSTICAL PANEL CEILINGS END OF SECTION 095113 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096513 - 1 CDG 22004 RESILIENT BASE AND ACCESSORIES SECTION 096513 - RESILIENT BASE AND ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Resilient base. 2. Resilient molding accessories. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified, not less than 12 inches long. C. Samples for Verification: For each type of product indicated and for each color, texture, and pattern required in manufacturer's standard-size Samples, but not less than 12 inches long. D. Product Schedule: For resilient base and accessory products. Use same designations indicated on Drawings. 1.4 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Furnish not less than 10 linear feet for every 500 linear feet or fraction thereof, of each type, color, pattern, and size of resilient product installed. 1.5 QUALITY ASSURANCE A. Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Coordinate mockups in this Section with mockups specified in other Sections. 1.6 DELIVERY, STORAGE, AND HANDLING CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096513 - 2 CDG 22004 RESILIENT BASE AND ACCESSORIES A. Store resilient products and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 50 deg F or more than 90 deg F. 1.7 FIELD CONDITIONS A. Maintain ambient temperatures within range recommended by manufacturer, but not less than 70 deg F or more than 95 deg F, in spaces to receive resilient products during the following time periods: 1. 48 hours before installation. 2. During installation. 3. 48 hours after installation. B. After installation and until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer, but not less than 55 deg F or more than 95 deg F. C. Install resilient products after other finishing operations, including painting, have been completed. PART 2 - PRODUCTS 2.1 THERMOSET-RUBBER BASE A. Product Standard: ASTM F 1861, Type TS (rubber, vulcanized thermoset), Group I (solid, homogeneous). B. Thickness: 0.125 inch. C. Height: As scheduled. D. Lengths: Coils in manufacturer's standard length. E. Outside Corners: Job formed or preformed. F. Inside Corners: Job formed or preformed. G. Colors: Refer to Finish and Materials Schedule in Section 099999 for selections. No substitutes. 2.2 INSTALLATION MATERIALS A. Adhesives: Water-resistant type recommended by resilient-product manufacturer for resilient products and substrate conditions indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096513 - 3 CDG 22004 RESILIENT BASE AND ACCESSORIES 1. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that might interfere with adhesion of resilient products. B. Proceed with installation only after unsatisfactory conditions have been corrected. 1. Installation of resilient products indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products. B. Concrete Substrates for Resilient Stair Accessories: Prepare horizontal surfaces according to ASTM F 710. 1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners. 2. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents. 3. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. Proceed with installation only after substrate alkalinity falls within range on pH scale recommended by manufacturer in writing, but not less than 5 or more than 9 pH. 4. Moisture Testing: Proceed with installation only after substrates pass testing according to manufacturer's written recommendations, but not less stringent than the following: a. Perform anhydrous calcium chloride test according to ASTM F 1869. Proceed with installation only after substrates have maximum moisture-vapor-emission rate of 3 lb of water/1000 sq. ft. in 24 hours. b. Perform relative humidity test using in situ probes according to ASTM F 2170. Proceed with installation only after substrates have maximum 75 percent relative humidity level. C. Do not install resilient products until they are the same temperature as the space where they are to be installed. 1. At least 48 hours in advance of installation, move resilient products and installation materials into spaces where they will be installed. D. Immediately before installation, sweep and vacuum clean substrates to be covered by resilient products. 3.3 RESILIENT BASE INSTALLATION A. Comply with manufacturer's written instructions for installing resilient base. B. Apply resilient base to walls, columns, pilasters, casework and cabinets in toe spaces, and other permanent fixtures in rooms and areas where base is required. C. Install resilient base in lengths as long as practical without gaps at seams and with tops of adjacent pieces aligned. D. Tightly adhere resilient base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096513 - 4 CDG 22004 RESILIENT BASE AND ACCESSORIES E. Do not stretch resilient base during installation. F. On masonry surfaces or other similar irregular substrates, fill voids along top edge of resilient base with manufacturer's recommended adhesive filler material. G. Preformed Corners: Install preformed corners before installing straight pieces. H. Job-Formed Corners: 1. Outside Corners: Use straight pieces of maximum lengths possible and form with returns not less than 3 inches in length. a. Form without producing discoloration (whitening) at bends. 2. Inside Corners: Use straight pieces of maximum lengths possible and form with returns not less than 3 inches in length. a. Miter corners to minimize open joints. 3.4 RESILIENT ACCESSORY INSTALLATION A. Comply with manufacturer's written instructions for installing resilient accessories. B. Resilient Stair Accessories: 1. Tightly adhere to substrates throughout length of each piece. 2. For treads installed as separate, equal-length units, install to produce a flush joint between units. C. Resilient Molding Accessories: Butt to adjacent materials and tightly adhere to substrates throughout length of each piece. Install reducer strips at edges of floor covering that would otherwise be exposed. 3.5 CLEANING AND PROTECTION A. Comply with manufacturer's written instructions for cleaning and protecting resilient products. B. Perform the following operations immediately after completing resilient-product installation: 1. Remove adhesive and other blemishes from exposed surfaces. 2. Sweep and vacuum horizontal surfaces thoroughly. 3. Damp-mop horizontal surfaces to remove marks and soil. C. Protect resilient products from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. D. Cover resilient products subject to wear and foot traffic until Substantial Completion. END OF SECTION 096513 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096519 - 1 CDG 22004 RESILIENT TILE FLOORING SECTION 096519 - RESILIENT TILE FLOORING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Vinyl composition floor tile. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For each type of floor tile. Include floor tile layouts, edges, columns, doorways, enclosing partitions, built-in furniture, cabinets, and cutouts. 1. Show details of special patterns. C. Samples for Verification: Full-size units of each color and pattern of floor tile required. D. Product Schedule: For floor tile. Use same designations indicated on Drawings. E. Moisture Test: Submit report of results of moisture test to the architect 24 hours prior to installation. 1.4 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Floor Tile: Furnish one box for every 50 boxes or fraction thereof, of each type, color, and pattern of floor tile installed. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store floor tile and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 50 deg F or more than 90 deg F. Store floor tiles on flat surfaces. 1.6 FIELD CONDITIONS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096519 - 2 CDG 22004 RESILIENT TILE FLOORING A. Maintain ambient temperatures within range recommended by manufacturer, but not less than 70 deg F or more than 95 deg F, in spaces to receive floor tile during the following time periods: 1. 48 hours before installation. 2. During installation. 3. 48 hours after installation. B. After installation and until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer, but not less than 55 deg F or more than 95 deg F. C. Close spaces to traffic during floor tile installation. D. Close spaces to traffic for 48 hours after floor tile installation. E. Install floor tile after other finishing operations, including painting, have been completed. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire-Test-Response Characteristics: For resilient tile flooring, as determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency. 1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm. 2.2 VINYL COMPOSITION FLOOR TILE A. Products: Refer to Finish and Materials Schedule in Section 099999 for selections. No substitutes. 2.3 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds: Latex-modified, portland cement based or blended hydraulic-cement-based formulation provided or approved by floor tile manufacturer for applications indicated. B. Adhesives: Water-resistant type recommended by floor tile and adhesive manufacturers to suit floor tile and substrate conditions indicated. C. Floor Polish: Provide protective, liquid floor-polish products recommended by floor tile manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096519 - 3 CDG 22004 RESILIENT TILE FLOORING 1. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that might interfere with adhesion of floor tile. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prepare substrates according to floor tile manufacturer's written instructions to ensure adhesion of resilient products. B. Concrete Substrates: Prepare according to ASTM F 710. 1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners. 2. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by floor tile manufacturer. Do not use solvents. 3. Alkalinity and Adhesion Testing: Perform tests recommended by floor tile manufacturer. Proceed with installation only after substrate alkalinity falls within range on pH scale recommended by manufacturer in writing, but not less than 5 or more than 9 pH. 4. Moisture Testing: Proceed with installation only after substrates pass testing according to floor tile manufacturer's written recommendations, but not less stringent than the following: a. Perform anhydrous calcium chloride test according to ASTM F 1869. Proceed with installation only after substrates have maximum moisture-vapor-emission rate of 3 lb of water/1000 sq. ft. in 24 hours. b. Perform relative humidity test using in situ probes according to ASTM F 2170. Proceed with installation only after substrates have a maximum 75 percent relative humidity level. c. Perform alkalinity test according to ASTM 710 as recommended/required by the manufacturer. C. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound; remove bumps and ridges to produce a uniform and smooth substrate. D. Do not install floor tiles until they are the same temperature as the space where they are to be installed. 1. At least 48 hours in advance of installation, move resilient floor tile and installation materials into spaces where they will be installed. E. Immediately before installation, sweep and vacuum clean substrates to be covered by resilient floor tile. 3.3 FLOOR TILE INSTALLATION A. Comply with manufacturer's written instructions for installing floor tile. B. Lay out floor tiles from center marks established with principal walls, discounting minor offsets, so tiles at opposite edges of room are of equal width. Adjust as necessary to avoid using cut widths that equal less than one-half tile at perimeter. 1. Lay tiles square with room axis unless indicated otherwise. C. Match floor tiles for color and pattern by selecting tiles from cartons in the same sequence as manufactured and packaged, if so numbered. Discard broken, cracked, chipped, or deformed tiles. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096519 - 4 CDG 22004 RESILIENT TILE FLOORING 1. Lay tiles with grain direction alternating in adjacent tiles (basket-weave pattern) unless indicated otherwise. D. Scribe, cut, and fit floor tiles to butt neatly and tightly to vertical surfaces and permanent fixtures including built-in furniture, cabinets, pipes, outlets, and door frames. E. Extend floor tiles into toe spaces, door reveals, closets, and similar openings. Extend floor tiles to center of door openings. F. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on floor tiles as marked on substrates. Use chalk or other nonpermanent marking device. G. Install floor tiles on covers for telephone and electrical ducts, building expansion-joint covers, and similar items in finished floor areas. Maintain overall continuity of color and pattern between pieces of tile installed on covers and adjoining tiles. Tightly adhere tile edges to substrates that abut covers and to cover perimeters. H. Adhere floor tiles to flooring substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, and other surface imperfections. 3.4 CLEANING AND PROTECTION A. Comply with manufacturer's written instructions for cleaning and protecting floor tile. B. Perform the following operations immediately after completing floor tile installation: 1. Remove adhesive and other blemishes from exposed surfaces. 2. Sweep and vacuum surfaces thoroughly. 3. Damp-mop surfaces to remove marks and soil. C. Protect floor tile from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. D. Floor Polish: Remove soil, adhesive, and blemishes from floor tile surfaces before applying liquid floor polish. 1. Apply five coats E. Cover floor tile until Substantial Completion. END OF SECTION 096519 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096813 - 1 CDG 22004 TILE CARPETING SECTION 096813 - TILE CARPETING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes modular carpet tile. B. Related Requirements: 1. Section 024119 "Selective Demolition" for removing existing floor coverings. 2. Section 096513 "Resilient Base and Accessories" for resilient wall base and accessories installed with carpet tile. 3. Section 096816 "Sheet Carpeting." 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include manufacturer's written data on physical characteristics, durability, and fade resistance. 2. Include installation recommendations for each type of substrate. B. Shop Drawings: Show the following: 1. Columns, doorways, enclosing walls or partitions, built-in cabinets, and locations where cutouts are required in carpet tiles. 2. Carpet tile type, color, and dye lot. 3. Type of subfloor. 4. Type of installation. 5. Pattern of installation. 6. Pattern type, location, and direction. 7. Pile direction. 8. Type, color, and location of insets and borders. 9. Type, color, and location of edge, transition, and other accessory strips. 10. Transition details to other flooring materials. C. Samples: For each of the following products and for each color and texture required. Label each Sample with manufacturer's name, material description, color, pattern, and designation indicated on Drawings and in schedules. 1. Carpet Tile: Full-size Sample. 2. Exposed Edge, Transition, and Other Accessory Stripping: 12-inch- long Samples. D. Product Schedule: For carpet tile. Use same designations indicated on Drawings. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096813 - 2 CDG 22004 TILE CARPETING 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Product Test Reports: For carpet tile, for tests performed by a qualified testing agency. C. Sample Warranty: For special warranty. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For carpet tiles to include in maintenance manuals. Include the following: 1. Methods for maintaining carpet tile, including cleaning and stain-removal products and procedures and manufacturer's recommended maintenance schedule. 2. Precautions for cleaning materials and methods that could be detrimental to carpet tile. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Materials are to be delivered to location as directed by the Owner. The Contractor is to provide written documentation evidencing the amount of material required for the project and the amount of product delivered as extra material. 1. Carpet Tile: Full-size units equal to 6 percent of amount installed for each type indicated, but not less than 10 sq. yd.. 1.7 QUALITY ASSURANCE A. Fire-Test-Response Ratings: Where indicated, provide carpet tile identical to those of assemblies tested for fire response according to NFPA 253 by a qualified testing agency. 1.8 DELIVERY, STORAGE, AND HANDLING A. Comply with CRI 104. 1.9 FIELD CONDITIONS A. Comply with CRI 104 for temperature, humidity, and ventilation limitations. B. Environmental Limitations: Do not deliver or install carpet tiles until spaces are enclosed and weathertight, wet work in spaces is complete and dry, and ambient temperature and humidity conditions are maintained at occupancy levels during the remainder of the construction period. C. Do not install carpet tiles over concrete slabs until slabs have cured and are sufficiently dry to bond with adhesive and concrete slabs have pH range recommended by carpet tile manufacturer. D. Where demountable partitions or other items are indicated for installation on top of carpet tiles, install carpet tiles before installing these items. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096813 - 3 CDG 22004 TILE CARPETING PART 2 - PRODUCTS 2.1 CARPET TILE A. Products: Refer to Finish and Materials Schedule in Section 099999 for selections. No substitutes. 2.2 INSTALLATION ACCESSORIES A. Trowelable Leveling and Patching Compounds: Latex-modified, hydraulic-cement-based formulation provided or recommended by carpet tile manufacturer. B. Adhesives: Water-resistant, mildew-resistant, nonstaining, pressure-sensitive type to suit products and subfloor conditions indicated, that complies with flammability requirements for installed carpet tile and is recommended by carpet tile manufacturer for releasable installation. C. Transition Strips: Unless otherwise scheduled or indicated on the Drawings, provide resilient material transition strip of profile and width required, of height required to protect exposed edge of carpet, and of maximum lengths to minimize running joints. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for maximum moisture content, alkalinity range, installation tolerances, and other conditions affecting carpet tile performance. Examine carpet tile for type, color, pattern, and potential defects. B. Concrete Subfloors: Verify that concrete slabs comply with ASTM F 710 and the following: 1. Slab substrates are dry and free of curing compounds, sealers, hardeners, and other materials that may interfere with adhesive bond. Determine adhesion and dryness characteristics by performing bond and moisture tests recommended by carpet tile manufacturer. 2. Subfloor finishes comply with requirements specified in Section 033000 "Cast-in-Place Concrete" for slabs receiving carpet tile. 3. Subfloors are free of cracks, ridges, depressions, scale, and foreign deposits. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General: Comply with CRI 104, Section 6.2, "Site Conditions; Floor Preparation," and with carpet tile manufacturer's written installation instructions for preparing substrates indicated to receive carpet tile installation. B. Use trowelable leveling and patching compounds, according to manufacturer's written instructions, to fill cracks, holes, depressions, and protrusions in substrates. Fill or level cracks, holes and depressions 1/8 inch wide or wider and protrusions more than 1/32 inch unless more stringent requirements are required by manufacturer's written instructions. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 096813 - 4 CDG 22004 TILE CARPETING C. Remove coatings, including curing compounds, and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, without using solvents. Use mechanical methods recommended in writing by carpet tile manufacturer. D. Clean metal substrates of grease, oil, soil and rust, and prime if directed by adhesive manufacturer. Rough sand painted metal surfaces and remove loose paint. Sand aluminum surfaces, to remove metal oxides, immediately before applying adhesive. E. Broom and vacuum clean substrates to be covered immediately before installing carpet tile. 3.3 INSTALLATION A. General: Comply with CRI 104, Section 14, "Carpet Modules," and with carpet tile manufacturer's written installation instructions. B. Installation Method: Glue down; install every tile with full-spread, releasable, pressure-sensitive adhesive. C. Maintain dye lot integrity. Do not mix dye lots in same area. D. Cut and fit carpet tile to butt tightly to vertical surfaces, permanent fixtures, and built-in furniture including cabinets, pipes, outlets, edgings, thresholds, and nosings. Bind or seal cut edges as recommended by carpet tile manufacturer. E. Extend carpet tile into toe spaces, door reveals, closets, open-bottomed obstructions, removable flanges, alcoves, and similar openings. F. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on finish flooring as marked on subfloor. Use nonpermanent, nonstaining marking device. G. Install pattern parallel to walls and borders. 3.4 CLEANING AND PROTECTION A. Perform the following operations immediately after installing carpet tile: 1. Remove excess adhesive, seam sealer, and other surface blemishes using cleaner recommended by carpet tile manufacturer. 2. Remove yarns that protrude from carpet tile surface. 3. Vacuum carpet tile using commercial machine with face-beater element. B. Protect installed carpet tile to comply with CRI 104, Section 16, "Protecting Indoor Installations." C. Protect carpet tile against damage from construction operations and placement of equipment and fixtures during the remainder of construction period. Use protection methods indicated or recommended in writing by carpet tile manufacturer. END OF SECTION 096813 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099113 - 1 CDG 22004 EXTERIOR PAINTING SECTION 099113 - EXTERIOR PAINTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and the application of paint systems on exterior substrates. B. Related Requirements: 1. Section 099123 "Interior Painting" for surface preparation and the application of paint systems on interior substrates. 1.3 DEFINITIONS A. Gloss Level 1 (matte): Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B. Gloss Level 3 (eggshell): 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. C. Gloss Level 4 (satin): 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523. D. Gloss Level 5 (semi-gloss): 35 to 70 units at 60 degrees, according to ASTM D 523. E. Gloss Level 6 (gloss): 70 to 85 units at 60 degrees, according to ASTM D 523. F. Gloss Level 7 (high gloss): More than 85 units at 60 degrees, according to ASTM D 523. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches square. 2. Step coats on Samples to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. D. Product List: For each product indicated, include the following: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099113 - 2 CDG 22004 EXTERIOR PAINTING 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. Printout of current "MPI Approved Products List" for each product category specified, with the proposed product highlighted. 3. VOC content. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent, but not less than 1 gal. of each material and color applied. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. B. Do not apply paints in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. PART 2 - PRODUCTS 2.1 PAINT, GENERAL A. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List." B. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. C. VOC Content: Provide materials that comply with VOC limits of authorities having jurisdiction. D. Colors: Refer to Drawings and Finish and Materials Schedule in Section 099999. 2.2 BLOCK FILLERS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099113 - 3 CDG 22004 EXTERIOR PAINTING A. Block Filler, Latex, Interior/Exterior: MPI #4. 2.3 PRIMERS/SEALERS A. Wood-Knot Sealer: Sealer recommended in writing by topcoat manufacturer for exterior use in paint system indicated. 2.4 METAL PRIMERS A. Primer, Galvanized: As recommended in writing by topcoat manufacturer. 2.5 WOOD PRIMERS A. Primer, Alkyd for Exterior Wood: MPI #5. 2.6 WATER-BASED PAINTS A. Latex, Exterior Flat (Gloss Level 1): MPI #10. B. Latex, Exterior Semi-Gloss (Gloss Level 5): MPI #11. C. Latex, Exterior, Gloss (Gloss Level 6: MPI #119. 2.7 SOLVENT-BASED PAINTS A. Alkyd, Exterior Flat (Gloss Level 1): MPI #8. B. Alkyd, Exterior, Semi-Gloss (Gloss Level 5): MPI #94. C. Alkyd, Exterior Gloss (Gloss Level 6): MPI #9. 2.8 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying paints if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. PART 3 - EXECUTION CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099113 - 4 CDG 22004 EXTERIOR PAINTING 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Masonry (Clay and CMU): 12 percent. 2. Wood: 15 percent. C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. D. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates and paint systems indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface- applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Steel Substrates: Remove rust, loose mill scale, and shop primer if any. Clean using methods recommended in writing by paint manufacturer but not less than the following: 1. SSPC-SP 2, "Hand Tool Cleaning." 2. SSPC-SP 3, "Power Tool Cleaning." 3. SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning." 4. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." E. Shop-Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop-primed surfaces. F. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. G. Wood Substrates: 1. Scrape and clean knots. Before applying primer, apply coat of knot sealer recommended in writing by topcoat manufacturer for exterior use in paint system indicated. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099113 - 5 CDG 22004 EXTERIOR PAINTING 2. Sand surfaces that will be exposed to view, and dust off. 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable items same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed items with prime coat only. 3. Paint both sides and edges of exterior doors and entire exposed surface of exterior door frames. 4. Paint entire exposed surface of window frames and sashes. 5. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 6. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint undercoats same color as topcoat, but tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: 1. Paint the following work where exposed to view: a. Equipment, including panelboards. b. Uninsulated piping. c. Pipe hangers and supports. d. Metal conduit. e. Tanks that do not have factory-applied final finishes. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099113 - 6 CDG 22004 EXTERIOR PAINTING A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 EXTERIOR PAINTING SCHEDULE A. Steel Substrates: 1. Alkyd System: a. Prime Coat: Primer, alkyd, anticorrosive for metal, MPI #79. b. Prime Coat: Shop primer specified in Section where substrate is specified. c. Intermediate Coat: Exterior alkyd enamel matching topcoat. d. Topcoat: Alkyd, exterior, semi-gloss (Gloss Level 5), MPI #94. B. Galvanized-Metal Substrates: 1. Alkyd System: a. Prime Coat: Primer, galvanized metal, as recommended in writing by topcoat manufacturer for exterior use on galvanized-metal substrates with topcoat indicated. b. Intermediate Coat: Exterior alkyd enamel matching topcoat. c. Topcoat: Alkyd, exterior, semi-gloss (Gloss Level 5), MPI #94. C. Wood Substrates: Including wood trim. 1. Alkyd System: a. Prime Coat: Primer, alkyd for exterior wood, MPI #5. b. Intermediate Coat: Exterior alkyd enamel matching topcoat. c. Topcoat: Alkyd, exterior, semi-gloss (Gloss Level 5), MPI #94. END OF SECTION 099113 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099123 - 1 CDG 22004 INTERIOR PAINTING SECTION 099123 - INTERIOR PAINTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and the application of paint systems on interior substrates. B. Related Requirements: 1. Section 099113 "Exterior Painting" for surface preparation and the application of paint systems on exterior substrates. 1.3 DEFINITIONS A. Gloss Level 3 (eggshell): 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. B. Gloss Level 5 (semi-gloss): 35 to 70 units at 60 degrees, according to ASTM D 523. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches square. 2. Step coats on Samples to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. C. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. Printout of current "MPI Approved Products List" for each product category specified in Part 2, with the proposed product highlighted. 3. VOC content. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099123 - 2 CDG 22004 INTERIOR PAINTING 1. Paint: 5 percent, but not less than 1 gal. of each material and color applied. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. PART 2 - PRODUCTS 2.1 PAINT, GENERAL A. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List." B. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. C. Colors: Refer to Finish and Materials Schedule in Section 099999. 2.2 BLOCK FILLERS A. Block Filler, Latex, Interior/Exterior: MPI #4. 2.3 PRIMERS/SEALERS A. Primer Sealer, Interior, Institutional Low Odor/VOC: MPI #149. B. Primer Sealer, Alkyd, Interior: MPI #45. C. Wood-Knot Sealer: Sealer recommended in writing by topcoat manufacturer for use in paint systems indicated. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099123 - 3 CDG 22004 INTERIOR PAINTING 2.4 METAL PRIMERS A. Primer, Alkyd, Anti-Corrosive, for Metal: MPI #79. B. Primer, Alkyd, Quick Dry, for Metal: MPI #76. C. Primer, Galvanized, Water Based: MPI #134. 2.5 WATER-BASED PAINTS A. Latex, Interior, Institutional Low Odor/VOC, (Gloss Level 3): MPI #145. B. Latex, Interior, Institutional Low Odor/VOC, Semi-Gloss (Gloss Level 5): MPI #147. 2.6 SOLVENT-BASED PAINTS A. Alkyd, Interior, Semi-Gloss (Gloss Level 5): MPI #47. 2.7 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Concrete: 12 percent. 2. Masonry (Clay and CMU): 12 percent. 3. Wood: 15 percent. 4. Gypsum Board: 12 percent. 5. Plaster: 12 percent. C. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099123 - 4 CDG 22004 INTERIOR PAINTING D. Spray-Textured Ceiling Substrates: Verify that surfaces are dry. E. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. F. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface- applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces or mortar joints exceed that permitted in manufacturer's written instructions. F. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer but not less than the following: 1. SSPC-SP 2, "Hand Tool Cleaning." 2. SSPC-SP 3, "Power Tool Cleaning." 3. SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning." 4. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." G. Shop-Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop-primed surfaces. H. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal fabricated from coil stock by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. I. Wood Substrates: 1. Scrape and clean knots, and apply coat of knot sealer before applying primer. 2. Sand surfaces that will be exposed to view, and dust off. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099123 - 5 CDG 22004 INTERIOR PAINTING 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and to recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 5. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: 1. Paint the following work where exposed in equipment rooms: a. Equipment, including panelboards. b. Uninsulated metal piping. c. Pipe hangers and supports. d. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. 2. Paint the following work where exposed in occupied spaces: a. Uninsulated metal piping. b. Pipe hangers and supports. c. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. d. Other items as directed by Architect. 3. Paint portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets that are visible from occupied spaces. 3.4 FIELD QUALITY CONTROL CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099123 - 6 CDG 22004 INTERIOR PAINTING A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 INTERIOR PAINTING SCHEDULE A. Steel Substrates: 1. Alkyd System: a. Prime Coat: Primer, alkyd, anti-corrosive, for metal, MPI #79 or primer, alkyd, quick dry, for metal, MPI #76. b. Intermediate Coat: Alkyd, interior, matching topcoat. c. Topcoat: Alkyd, interior, semi-gloss (Gloss Level 5), MPI #47. B. Galvanized-Metal Substrates: 1. Institutional Low-Odor/VOC Latex System: a. Prime Coat: Primer, galvanized, water based, MPI #134. b. Intermediate Coat: Latex, interior, institutional low odor/VOC, matching topcoat. c. Topcoat: Latex, interior, institutional low odor/VOC, semi-gloss (Gloss Level 5), MPI #147. C. Wood Substrates: 1. Alkyd System: a. Prime Coat: Primer sealer, alkyd, interior, MPI #45. b. Intermediate Coat: Alkyd, interior, matching topcoat. c. Topcoat: Alkyd, interior, semi-gloss (Gloss Level 5), MPI #47. D. Gypsum Board Substrates: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099123 - 7 CDG 22004 INTERIOR PAINTING 1. Institutional Low-Odor/VOC Latex System: a. Prime Coat: Primer sealer, interior, institutional low odor/VOC, MPI #149. b. Intermediate Coat: Latex, interior, institutional low odor/VOC, matching topcoat. c. Topcoat: Latex, interior, institutional low odor/VOC, semi-gloss (Gloss Level 5), MPI #147. END OF SECTION 099123 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION CDG 22004 SECTION 099999 — MATERIAL AND FINISH SCHEDULES PART 1 - GENERAL 1.1 REFERENCES 099999-1 MATERIAL AND FINISH SCHEDULES Issued: 07-09-2020 A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. 1.2 GENERAL A. This section covers the interior products, finishes and materials that are exposed to view in the finished construction. The specified manufacturer is based on performance standards and aesthetic qualities of products. All products are specified for appropriateness of application related to project criteria, as well as, structural integrity. The word "color" as used herein includes surface color, pattern and texture. Requirements for additional quality standards and method of installation are covered in other appropriate sections of the specifications. When required for clarification, specific material locations are shown on the drawings. Finish items not designated in this section may be specified in other sections. When material or color is not designated for an item, the contractor shall provide manufacturer's standard color charts for selection and approval. PART 2-PRODUCTS 2.1 REFERENCE TO MANUFACTURER'S MATERIALS AND COLORS A. Where material is shown as being specific to one manufacturer, an equivalent by another manufacturer that meets or exceeds the performance and aesthetic specifications may be submitted for review and approval. Manufacturers and materials specified are not intended to limit the selection of equal materials and products from other manufacturers. It is the responsibility of the subcontractor to provide all pertinent manufacturers' information proving the substituted material meets or exceeds the specified material. 2.2 MATERIAL AND FINISH SCHEDULES A. See attached Material and Finish Schedules as developed by Condray Design Group. All finish materials are to be as scheduled. No substitutions allowed without prior approval. PART 3 - EXECUTION (NOT APPLICABLE) END OF SECTION 07-09-2020 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099999-2 CDG 22004 MATERIAL AND FINISH SCHEDULES Issued: 07-09-2020 Material I Code Manufacturer's Description Wall Finishes Paint PI Sherwin Williams, SW7043 Worldly Gray, eg-shel finish (ceiling & field color) P2 Sherwin Williams, SW6256 Serious Gray, eg-shel finish (accent color) P3 Sherwin Williams, SW7045 Intellectual Gray (door frame and trim color) Wall Base WB I Roppe, Pinnacle traditiional rubber wall base, 129 Dolphin, 4" H, continuous coiled lengths WB2 Roppe, Pinnacle Plus sculptured wall base, Serenity #10 profile, 129 Dolphine, 4" H, continous coiled lengths Wall Tile WTI Daltile, Mythology, Olympus MY91, 4" x 12" (install bricklay) Decorative Tile DT1 American Olean, Serentina, Block Random, Tranquility SA94 (install horizontally) Flooring Finishes Carpet CPT1 Mohawk, Relaxing Floors Collection, restD, 829 Focus, 12" x 36" x .091" (monolithic installation) CPT2 Mohawk, Relaxing Floors Collection, mellowD, 829 Focus, 12" x 36" (monolithic installation) Walk -Off Tile WOT1 Tandus/Tarkett, 04839 Assertive Stria, 26213 Forge, 24" x 24" (ashlar installation) Luxury Vinyl Tile LVT1 Patcraft, Typography, Charted, Exclamation 00480, 23 5/8" x 23 5/8" x 098" (monolithic installation) Floor Tile FT1 American Olean, Bordeaux, Chameau, BD02, 20x20, diagonal install (3/16" grout joint) Vinyl Composite Tile VCT1 `strong, Raffia Stream with Diamond 10, Z5926 Earth, 12x24, ashlar installation Door and Millwork Finishes Plastic Laminate PL1 Wilsonart, Pasadena Oak 7986-38 (doors & vertical millwork) Solid Surface Material SSM1 Corian, Ash Aggregate Miscellaneous Finishes Accoustic Ceiling Panel ACP1 Armstrong, Cirrus Lay -In Fine textured, White, 2' x 2' x 5/8" Grout GI Mapei, #02 Pewter (use with FT1) G2 Mapei, #01 Alabaster (use with WTI, DT1) CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099999-3 CDG 22004 MATERIAL AND FINISH SCHEDULES Issued: 07-09-2020 Material Code Manufacturer's Description Schluter, QUADEC, AT Satin Nickel Anodized Aluminum (wall tile only Metal Trim MTI along edges and outside corners) Include all trim pieces for a complete installation. MT2 Schluter, RENO-U, AT Satin Nickel Anodized Aluminum (floor tile transition to lower material at toilet rooms) Transition Strip TS1 Roppe, Vinyl Transition, #177 the carpet joiner, 114 Lunar Dust (to be used for transitions between 1/8" vinyl tile and 1/4" carpet) Toilet Partition TPI Scranton Products, Hiny Hiders, Concrete, Orange Peel Texture, Vault Hinge, Latches, Stirrup Brackets, Floor Mounted (Aluminum hardware) Window Blinds WBLI Equal to Graber/SWF Contract, Standard Aluminum Blind, Stucco 963, 1" blinds, Cord Lift, Wand Tilt CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099999-4 CDG 22004 MATERIAL AND FINISH SCHEDULES Issued: 07-09-2020 Walls Room Description IFloor 113ase jCeilin4North JEast South lWest lRemarks First Floor Walls: Refer to sheet ID2. 100 EntryVestibule WOT1 WB2 ACPI P1 P1 P1 PI Floors: Refer to sheet ID Walls: Refer to sheet ID2. 101 Corridor LVT1 W132 ACP 1 P2 P 1 P1 PI Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. Millwork: PLI on all vertical surfaces. SSMI on countertop. 102 Break Area LVT1 WB2 ACPI - PI PI PI Refer to elevation and sections on sheet A6. Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. 103 Corridor CPTI WB2 ACPI P2 P1 PI PI Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. 104 Office 1 CPT2 W132 ACPI PI P2 PI PI Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. 105 Office 2 CPT2 W132 ACPI PI PI P1 P2 Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. 106 Office 3 CPT2 W132 ACPI P2 P1 PI PI Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. 107 Office 4 CPT2 W132 ACPI PI PI p2 pI Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. 108 Office 5 CPT2 W132 ACPI P2 PI PI PI Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. 109 Office 6 CPT2 W132 ACPI PI PI p2 pI Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. 110 Office 7 CPT2 W132 ACPI PI P1 P1 P2 Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. III Office 8 CPT2 W132 ACPI PI P2 PI pI Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. 112 Office 9 CPT2 WB2 ACP 1 PI Pi PI P2 Floors: Refer to sheet ID1. Walls: Refer to sheet ID2. 113 Corridor CPT I WB2 ACP I PI P1 p2 P1 Floors: Refer to sheet ID1. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099999-5 CDG 22004 MATERIAL AND FINISH SCHEDULES Issued: 07-09-2020 Walls Room Description Floor Base Ceiling North East South West Remarks Walls: WTI to be installed bricklay up to 74" AFF. DTI to be installed vertically floor to ceiling behind lavatory. Paint above tile. Trim all P1 outside edges with metal trim as 114 Women's Toilet FT1 MT3 G YP. PI WTI PI PI specified. Refer to sheet ID2 and I WTI DTI WTI WTI elevations 18/A6 and 14/A6 on sheet A6. Floors: FTI to be installed straight lay and centered in room. Refer to sheet ID 1. Walls: WTI to be installed bricklay up to 74" AFF. DTI to be installed vertically floor to ceiling behind lavatory. Paint above tile. Trim all outside edges with metal trim as specified. Refer to sheet ID2 and GYP. PI P 1 PI PI elevation 09/A6 on sheet A6. 115 Men's Toilet FTl MT3 WTI P1 WTI WTI WTI Millwork: PL1 on vertical surfaces. DTI Countertop to be SSM1 with integral bowl. Refer to millwork section 08/A6 on sheet A6. Floors: FT1 to be installed straight lay and centered in room. Refer to sheet ID 1. Walls: Refer to sheet ID2. 116 Training CPT1 WB2 ACP1 PI P1 PI P2 Millwork: PL1 on vertical surfaces. SSM1 on countertop. Floors: Refer to sheet IDL 117 Corridor CPTI WB2 ACP1 - P1 - P2 Walls: Refer to sheet ID2. Floors: Refer to sheet IDL 118 Printer CPT1 WB2 ACP1 PI P1 PI P2 Walls: Refer to sheet ID2. Floors: Refer to sheet IDL Walls: Refer to sheet ID2. 119 Storage VCT 1 WB I ACP 1 P I P 1 P I p I Floors: Refer to sheet IDL 120 Server/Elect. VCT 1 WB 1 ACP 1 P I P 1 P I p I Walls: Refer to sheet ID2. Floors: Refer to sheet IDL CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 099999-6 CDG 22004 MATERIAL AND FINISH SCHEDULES Issued: 07-09-2020 Walls Room Description Floor Base Ceiling North East South West Remarks General Notes: I Refer to specification manual and drawings for additional information. Should there be any discrepancies between the documents, such discrepancies are to be brought to the attention of the architect through a written RFI and then the contractor shall receive instruction prior to installation or performance of said work. Work performed in conflict with the drawings or schedule shall be corrected by the contractor at their own expense. 2 No substitutions will be accepted without prior written approval. 3 All work to be performed according to manufacturer's recommended methods. 4 Comply with manufacturer's recommendations for examination, testing, and preparation of substrate material (including subfloors) prior to installation. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 5 Comply with lighting, environmental, and other requirements specified in individual specification sections. 6 On all walls scheduled to remain, patch any existing holes, cracks, or otherwise damaged areas and retexture and prep to receive new specified finish. 7 Refer to specifications for indications regarding epoxy paint. 8 All wall base to be applied in full continuous lengths. 9 Wall base to wrap all millwork connections to floor (including end panels) as scheduled. 10 All inside/outside corners (and terminations if not intersecting a material of greater thickness) of profile wall base to be cleanly mitered. 11 A pre -installation meeting with the architect is required prior to the installation of tile, vinyl flooring, wall protective products, and materials where patterns are used. 12 All tiled surfaces to be centered in space or adjusted to avoid small cut tiles. 13 All wall tile to be trimmed on outside corners and exposed edges with scheduled metal trim. 14 Unless cove base or metal cove strip is used, floor tile is to be installed prior to wall tile so that wall tile sits on top. 15 Blinds/roller shades and window sills to be installed at all windows in scope of work unless noted otherwise. 16 Ensure that wall finishes do not prevent the operation of roller shades or window blinds and that shade material extends completely to window frames. 17 j Install all flooring material to wall under open millwork. 18 Ensure that millwork countertop seams are level, even, and align with support brackets. 19 Include transition strips or leveling systems between different flooring types as scheduled. 20 Provide clean, smooth transitions between existing and new finishes. 21 Comply with specified cleaning and protection requirements at completion of installation. 22 All gypsum ceilings to be painted P1 unless noted otherwise. 23 All door frames in scope of work, including existing frames, to be painted P3 unless noted otherwise. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 102113 - 1 CDG 22004 TOILET COMPARTMENTS SECTION 102113 - TOILET COMPARTMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Toilet compartments configured as toilet enclosures and urinal screens. B. Related Sections: 1. Section 061000 "Rough Carpentry" for blocking. 2. Section 102800 "Toilet, Bath, and Laundry Accessories" for toilet tissue dispensers, grab bars, purse shelves, and similar accessories. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: For toilet compartments. Include plans, elevations, sections, details, and attachments to other work. 1. Show locations of cutouts for compartment-mounted toilet accessories. 2. Show locations of reinforcements for compartment-mounted grab bars. 3. Show locations of centerlines of toilet fixtures. 4. Show overhead support or bracing locations. C. Samples for Initial Selection: For each type of unit indicated. Include Samples of hardware and accessories involving material and color selection. D. Samples for Verification: For the following products, in manufacturer's standard sizes unless otherwise indicated: 1. Each type of material, color, and finish required for units, prepared on 6-inch- square Samples of same thickness and material indicated for Work. 2. Each type of hardware and accessory. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of toilet compartment, from manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 102113 - 2 CDG 22004 TOILET COMPARTMENTS 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For toilet compartments to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. Comply with requirements in GSA's CID-A-A-60003, "Partitions, Toilets, Complete." B. Surface-Burning Characteristics: As determined by testing identical products according to ASTM E 84, or another standard acceptable to authorities having jurisdiction, by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame-Spread Index: 25 or less. 2. Smoke-Developed Index: 450 or less. C. Regulatory Requirements: Comply with applicable provisions in the Texas Accessibility Standards for toilet compartments designated as accessible. 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of toilet fixtures, walls, columns, ceilings, and other construction contiguous with toilet compartments by field measurements before fabrication. PART 2 - PRODUCTS 2.1 MATERIALS A. Aluminum Castings: ASTM B 26/B 26M. B. Aluminum Extrusions: ASTM B 221. C. Brass Castings: ASTM B 584. D. Brass Extrusions: ASTM B 455. E. Steel Sheet: Commercial steel sheet for exposed applications; mill phosphatized and selected for smoothness. 1. Electrolytically Zinc Coated: ASTM A 879/A 879M, 01Z. 2. Hot-Dip Galvanized: ASTM A 653/A 653M, either hot-dip galvanized or galvannealed. F. Stainless-Steel Sheet: ASTM A 666, Type 304, stretcher-leveled standard of flatness. G. Stainless-Steel Castings: ASTM A 743/A 743M. H. Zamac: ASTM B 86, commercial zinc-alloy die castings. I. Particleboard: ANSI A208.1, Grade M-2 with 45-lb density. J. Plastic Laminate: NEMA LD 3, general-purpose HGS grade, 0.048-inch nominal thickness. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 102113 - 3 CDG 22004 TOILET COMPARTMENTS 2.2 SOLID-POLYMER UNITS A. Toilet-Enclosure Style: Overhead braced. B. Urinal-Screen Style: Wall hung. C. Door, Panel, Screen, and Pilaster Construction: Solid, high-density polyethylene (HDPE) panel material, not less than 1 inch thick, seamless, with eased edges, no-sightline system, and with homogenous color and pattern throughout thickness of material. 1. Heat-Sink Strip: Manufacturer's standard continuous, extruded-aluminum or stainless-steel strip fastened to exposed bottom edges of solid-polymer components to prevent burning. 2. Color and Pattern: in each room as selected by Architect from manufacturer's full range. D. Pilaster Shoes and Sleeves (Caps): Manufacturer's standard design; stainless steel. E. Brackets (Fittings): 1. Full-Height (Continuous) Type: Manufacturer's standard design; stainless steel. F. Overhead Cross Bracing for Ceiling-Hung Units: As recommended by manufacturer and fabricated from solid polymer. 2.3 ACCESSORIES A. Hardware and Accessories: Manufacturer's standard design, heavy-duty operating hardware and accessories. 1. Hinges: Continuous, spring-loaded pin & barrel type with covers to hide attachment leaves. No spring components are to be visible. Stainless Steel finish. Basis of Design: Markar – 900 Series. 2. Latch and Keeper: Standard surface-mounted latch unit designed for emergency access and with combination rubber-faced door strike and keeper. Provide units that comply with regulatory requirements for accessibility at compartments designated as accessible. Stainless Steel finish 3. Coat Hook: Manufacturer's standard combination hook and rubber-tipped bumper, sized to prevent in-swinging door from hitting compartment-mounted accessories. 4. Door Bumper: Manufacturer's standard rubber-tipped bumper at out-swinging doors. 5. Door Pull: Manufacturer's standard unit at out-swinging doors that complies with regulatory requirements for accessibility. Provide units on both sides of doors at compartments designated as accessible. Pulls shall be aligned on either side of the door and through-bolted with sex bolts. B. Overhead Bracing: Manufacturer's standard continuous, extruded-aluminum head rail with antigrip profile and in manufacturer's standard finish. C. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel or chrome-plated steel or brass, finished to match the items they are securing, with theft-resistant-type heads. Provide sex- type bolts for through-bolt applications. For concealed anchors, use stainless steel, hot-dip galvanized steel, or other rust-resistant, protective-coated steel. 2.4 FABRICATION CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 102113 - 4 CDG 22004 TOILET COMPARTMENTS A. Overhead-Braced Units: Provide manufacturer's standard corrosion-resistant supports, leveling mechanism, and anchors at pilasters to suit floor conditions. Provide shoes at pilasters to conceal supports and leveling mechanism. B. Door Size and Swings: Unless otherwise indicated, provide 24-inch- wide, in-swinging doors for standard toilet compartments and 36-inch- wide, out-swinging doors with a minimum 32-inch- wide, clear opening for compartments designated as accessible. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Comply with manufacturer's written installation instructions. Install units rigid, straight, level, and plumb. Secure units in position with manufacturer's recommended anchoring devices. 1. Maximum Clearances: a. Pilasters and Panels: 1/2 inch. b. Panels and Walls: 1 inch. 2. Stirrup Brackets: Secure panels to walls and to pilasters with no fewer than three brackets attached at midpoint and near top and bottom of panel. a. Locate wall brackets so holes for wall anchors occur in masonry or tile joints. b. Align brackets at pilasters with brackets at walls. B. Overhead-Braced Units: Secure pilasters to floor and level, plumb, and tighten. Set pilasters with anchors penetrating not less than 1-3/4 inches into structural floor unless otherwise indicated in manufacturer's written instructions. Secure continuous head rail to each pilaster with no fewer than two fasteners. Hang doors to align tops of doors with tops of panels, and adjust so tops of doors are parallel with overhead brace when doors are in closed position. 3.2 ADJUSTING A. Hardware Adjustment: Adjust and lubricate hardware according to hardware manufacturer's written instructions for proper operation. Set hinges on in-swinging doors to hold doors open approximately 30 degrees from closed position when unlatched. Set hinges on out-swinging doors to return doors to fully closed position. END OF SECTION 102113 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 102800 - 1 CDG 22004 TOILET, BATH, AND LAUNDRY ACCESSORIES SECTION 102800 - TOILET, BATH, AND LAUNDRY ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Accessories found in public and private toilet and shower room facilities, childcare accessories, custodial accessories, and healthcare accessories as scheduled at the end of this Section. B. Owner-Furnished Material: Soap dispensers. C. Related Sections: 1. Section 093000 "Tiling" for ceramic toilet and bath accessories. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include the following: 1. Construction details and dimensions. 2. Anchoring and mounting requirements, including requirements for cutouts in other work and substrate preparation. 3. Material and finish descriptions. 4. Features that will be included for Project. 5. Manufacturer's warranty. B. Product Schedule: Indicating types, quantities, sizes, and installation locations by room of each accessory required. 1. Identify locations using room designations indicated. 2. Identify products using designations indicated. 1.4 INFORMATIONAL SUBMITTALS A. Warranty: Sample of special warranty. 1.5 QUALITY ASSURANCE A. Source Limitations: For products listed together in the same Part 2 articles, obtain products from single source from single manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 102800 - 2 CDG 22004 TOILET, BATH, AND LAUNDRY ACCESSORIES B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 1.6 COORDINATION A. Coordinate accessory locations with other work to prevent interference with clearances required for access by people with disabilities, and for proper installation, adjustment, operation, cleaning, and servicing of accessories. B. Deliver inserts and anchoring devices set into concrete or masonry as required to prevent delaying the Work. 1.7 WARRANTY A. Special Mirror Warranty: Manufacturer's standard form in which manufacturer agrees to replace mirrors that develop visible silver spoilage defects and that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 15 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURER A. Products are to be as scheduled. Any product substitutions must be submitted to and approved by the Architect prior to bid. Refer to the B. Proposed substitute products must match those scheduled in appearance, construction, function, and quality. 2.2 MATERIALS A. Stainless Steel: ASTM A 666, Type 304, 0.031-inch minimum nominal thickness unless otherwise indicated. B. Brass: ASTM B 19, flat products; ASTM B 16/B 16M, rods, shapes, forgings, and flat products with finished edges; or ASTM B 30, castings. C. Steel Sheet: ASTM A 1008/A 1008M, Designation CS (cold rolled, commercial steel), 0.036-inch minimum nominal thickness. D. Galvanized-Steel Sheet: ASTM A 653/A 653M, with G60 hot-dip zinc coating. E. Galvanized-Steel Mounting Devices: ASTM A 153/A 153M, hot-dip galvanized after fabrication. F. Fasteners: Screws, bolts, and other devices of same material as accessory unit and tamper-and-theft resistant where exposed, and of galvanized steel where concealed. G. Chrome Plating: ASTM B 456, Service Condition Number SC 2 (moderate service). CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 102800 - 3 CDG 22004 TOILET, BATH, AND LAUNDRY ACCESSORIES H. Mirrors: ASTM C 1503, Mirror Glazing Quality, clear-glass mirrors, nominal 6.0 mm thick. I. ABS Plastic: Acrylonitrile-butadiene-styrene resin formulation. 2.3 FABRICATION A. General: Fabricate units with tight seams and joints, and exposed edges rolled. Hang doors and access panels with full-length, continuous hinges. Equip units for concealed anchorage and with corrosion- resistant backing plates. B. Keys: Provide universal keys for internal access to accessories for servicing and resupplying. Provide minimum of six keys to Owner's representative. PART 3 - EXECUTION 3.1 INSTALLATION A. Install accessories according to manufacturers' written instructions, using fasteners appropriate to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and firmly anchored in locations and at heights indicated. B. Grab Bars: Install to withstand a downward load of at least 250 lbf, when tested according to ASTM F 446. 3.2 ADJUSTING AND CLEANING A. Adjust accessories for unencumbered, smooth operation. Replace damaged or defective items. B. Remove temporary labels and protective coatings. C. Clean and polish exposed surfaces according to manufacturer's written recommendations. 3.3 TOILET AND BATH ACCESSORY SCHEDULE At each new sink or lavatory 1 ea. Paper Towel Dispenser B-2621 Bobrick 1 ea. Soap Dispenser Owner furnished, Contractor installed Womens 114 1 ea. Paper Towel Dispenser B-262 Bobrick 1 ea. Soap Dispenser Owner furnished, Contractor installed 1 ea. Framed Mirror B-165 1836 Bobrick 1 ea. Toilet Paper Dispenser B-3888 Bobrick 1 ea. 36” Grab Bar B-6806 x 36 Bobrick 1 ea. 42” Grab Bar B-6806 x 42 Bobrick 1 ea. Under Lav. Guard Truebro CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 102800 - 4 CDG 22004 TOILET, BATH, AND LAUNDRY ACCESSORIES Mens 115 1 ea. Paper Towel Dispenser B-262 Bobrick 1 ea. Soap Dispenser Owner furnished, Contractor installed 1 ea. Framed Mirror B-165 1836 Bobrick 1 ea. Toilet Paper Dispenser B-3888 Bobrick 1 ea. 36” Grab Bar B-6806 x 36 Bobrick 1 ea. 42” Grab Bar B-6806 x 42 Bobrick 1 ea. Under Lav. Guard Truebro END OF SECTION 102800 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 104413 - 1 CDG 22004 FIRE PROTECTION CABINETS SECTION 104413 - FIRE PROTECTION CABINETS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Fire-protection cabinets for the following: a. Portable fire extinguishers. B. Related Requirements: 1. Section 104416 "Fire Extinguishers." 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. Show door hardware, cabinet type, trim style, and panel style. Include roughing-in dimensions and details showing recessed-, semirecessed-, or surface-mounting method and relationships of box and trim to surrounding construction. 1. Show location of knockouts for hose valves. B. Product Schedule: For fire-protection cabinets. Coordinate final fire-protection cabinet schedule with fire-extinguisher schedule to ensure proper fit and function. Use same designations indicated on Drawings. 1.4 COORDINATION A. Coordinate size of fire-protection cabinets to ensure that type and capacity of fire extinguishers indicated are accommodated. B. Coordinate sizes and locations of fire-protection cabinets with wall depths. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire-Rated Fire-Protection Cabinets: Listed and labeled to comply with requirements in ASTM E 814 for fire-resistance rating of walls where they are installed. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 104413 - 2 CDG 22004 FIRE PROTECTION CABINETS 2.2 FIRE-PROTECTION CABINET A. Cabinet Type: Suitable for fire extinguisher. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. J. L. Industries, Inc., a division of Activar Construction Products Group;. b. Kidde Residential and Commercial Division, Subsidiary of Kidde plc;. c. Larsen's Manufacturing Company;. B. Cabinet Construction: Nonrated. C. Cabinet Material: Steel with baked enamel finish. D. Semirecessed Cabinet: Cabinet box partially recessed in walls of sufficient depth to suit style of trim indicated; with one-piece combination trim and perimeter door frame overlapping surrounding wall surface with exposed trim face and wall return at outer edge (backbend). Provide where walls are of insufficient depth for recessed cabinets but are of sufficient depth to accommodate semirecessed cabinet installation. 1. Rolled-Edge Trim: 2-1/2-inch backbend depth. E. Cabinet Trim Material: Same material and finish as door. F. Door Material: Steel with baked enamel finish. G. Door Style: Vertical duo panel with frame. H. Door Glazing: Tempered float glass (clear). I. Door Hardware: Manufacturer's standard door-operating hardware of proper type for cabinet type, trim style, and door material and style indicated. 1. Provide projecting door pull and friction latch. 2. Provide continuous hinge, of same material and finish as trim, permitting door to open 180 degrees. J. Accessories: 1. Mounting Bracket: Manufacturer's standard steel, designed to secure fire extinguisher to fire protection cabinet, of sizes required for types and capacities of fire extinguishers indicated, with plated or baked-enamel finish. 2. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. a. Identify fire extinguisher in fire protection cabinet with the words "FIRE EXTINGUISHER." 1) Location: Applied to cabinet glazing. 2) Application Process: Pressure-sensitive vinyl letters. 3) Lettering Color: Red. 4) Orientation: Vertical. K. Materials: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 104413 - 3 CDG 22004 FIRE PROTECTION CABINETS 1. Cold-Rolled Steel: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B. a. Finish: Baked enamel or powder coat. 2. Tempered Float Glass: ASTM C 1048, Kind FT, Condition A, Type I, Quality q3, 3 mm thick, Class 1 (clear). 2.3 FABRICATION A. Fire-Protection Cabinets: Provide manufacturer's standard box (tub) with trim, frame, door, and hardware to suit cabinet type, trim style, and door style indicated. 1. Weld joints and grind smooth. 2. Provide factory-drilled mounting holes. 3. Prepare doors and frames to receive locks. 4. Install door locks at factory. B. Cabinet Doors: Fabricate doors according to manufacturer's standards, from materials indicated and coordinated with cabinet types and trim styles. 1. Fabricate door frames with tubular stiles and rails and hollow-metal design, minimum 1/2 inch thick. 2. Fabricate door frames of one-piece construction with edges flanged. 3. Miter and weld perimeter door frames. C. Cabinet Trim: Fabricate cabinet trim in one piece with corners mitered, welded, and ground smooth. 2.4 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM's AMP 500, "Metal Finishes Manual for Architectural and Metal Products," for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces of fire-protection cabinets from damage by applying a strippable, temporary protective covering before shipping. C. Finish fire-protection cabinets after assembly. D. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine walls and partitions for suitable framing depth and blocking where semirecessed cabinets will be installed. B. Proceed with installation only after unsatisfactory conditions have been corrected. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 104413 - 4 CDG 22004 FIRE PROTECTION CABINETS 3.2 PREPARATION A. Prepare recesses for semirecessed fire-protection cabinets as required by type and size of cabinet and trim style. 3.3 INSTALLATION A. General: Install fire-protection cabinets in locations and at mounting heights indicated or, if not indicated, at heights indicated below: 1. Fire-Protection Cabinets: 48 inches above finished floor to the centerline of the cabinet latch or opening handle. B. Fire-Protection Cabinets: Fasten cabinets to structure, square and plumb. 1. Provide inside latch and lock for break-glass panels. 2. Fasten mounting brackets to inside surface of fire-protection cabinets, square and plumb. C. Identification: Apply vinyl lettering at locations indicated. 3.4 ADJUSTING AND CLEANING A. Remove temporary protective coverings and strippable films, if any, as fire-protection cabinets are installed unless otherwise indicated in manufacturer's written installation instructions. B. Adjust fire-protection cabinet doors to operate easily without binding. Verify that integral locking devices operate properly. C. On completion of fire-protection cabinet installation, clean interior and exterior surfaces as recommended by manufacturer. D. Touch up marred finishes, or replace fire-protection cabinets that cannot be restored to factory-finished appearance. Use only materials and procedures recommended or furnished by fire-protection cabinet and mounting bracket manufacturers. E. Replace fire-protection cabinets that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 104413 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 104416 - 1 CDG 22004 FIRE EXTINGUISHERS SECTION 104416 - FIRE EXTINGUISHERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes portable, hand-carried fire extinguishers. B. Related Requirements: 1. Section 104413 "Fire Protection Cabinets." 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. Include rating and classification, material descriptions, dimensions of individual components and profiles, and finishes for fire extinguisher. B. Product Schedule: For fire extinguishers. Coordinate final fire-extinguisher schedule with fire-protection cabinet schedule to ensure proper fit and function. Use same designations indicated on Drawings. 1.4 INFORMATIONAL SUBMITTALS A. Warranty: Sample of special warranty. 1.5 COORDINATION A. Coordinate type and capacity of fire extinguishers with fire-protection cabinets to ensure fit and function. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace fire extinguishers that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Failure of hydrostatic test according to NFPA 10. b. Faulty operation of valves or release levers. 2. Warranty Period: Six years from date of Substantial Completion. PART 2 - PRODUCTS CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 104416 - 2 CDG 22004 FIRE EXTINGUISHERS 2.1 PERFORMANCE REQUIREMENTS A. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." B. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. 1. Provide fire extinguishers approved, listed, and labeled by FM Global. 2.2 PORTABLE, HAND-CARRIED FIRE EXTINGUISHERS A. Fire Extinguishers: Type, size, and capacity for each fire-protection cabinet and mounting bracket indicated. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. J. L. Industries, Inc.; a division of Activar Construction Products Group. b. Kidde Residential and Commercial Division; Subsidiary of Kidde plc. c. Larsen's Manufacturing Company. 2. Valves: Manufacturer's standard. 3. Handles and Levers: Manufacturer's standard. 4. Instruction Labels: Include pictorial marking system complying with NFPA 10, Appendix B. B. Multipurpose Dry-Chemical Type in Steel Container : UL-rated 2-A:10-B:C, 5-lb nominal capacity, with monoammonium phosphate-based dry chemical in enameled-steel container. 2.3 EXAMINATION A. Examine fire extinguishers for proper charging and tagging. 1. Remove and replace damaged, defective, or undercharged fire extinguishers. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. Contractor shall have the fire extinguisher inspected within 30 days prior to fire marshal inspection and/or project final completion and provide a signed and dated inspection tag attached to the extinguisher to document this. 2.4 INSTALLATION A. General: Install fire extinguishers in locations indicated and in compliance with requirements of authorities having jurisdiction. END OF SECTION 104416 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 122113 - 1 CDG 22004 HORIZONTAL LOUVER BLINDS SECTION 122113 - HORIZONTAL LOUVER BLINDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Horizontal louver blinds with aluminum slats. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Show fabrication and installation details for horizontal louver blinds. C. Samples: For each exposed product and for each color and texture specified, 12 inches long. D. Samples for Initial Selection: For each type and color of horizontal louver blind. 1. Include similar Samples of accessories involving color selection. E. Samples for Verification: For each type and color of horizontal louver blind indicated. 1. Slat: Not less than 12 inches long. 2. Tapes: Full width, not less than 6 inches long. 3. Horizontal Louver Blind: Full-size unit, not less than 16 inches wide by 24 inches long. 4. Valance: Full-size unit, not less than 12 inches wide. F. Window-Treatment Schedule: For horizontal louver blinds. Use same designations indicated on Drawings. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver horizontal louver blinds in factory packages, marked with manufacturer, product name, and location of installation using same designations indicated on Drawings. 1.5 FIELD CONDITIONS A. Environmental Limitations: Do not install horizontal louver blinds until construction and wet and finish work in spaces, including painting, is complete and dry and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 122113 - 2 CDG 22004 HORIZONTAL LOUVER BLINDS B. Field Measurements: Where horizontal louver blinds are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Allow clearances for operating hardware of operable glazed units through entire operating range. Notify Architect of installation conditions that vary from Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain horizontal louver blinds from single source from single manufacturer. 2.2 HORIZONTAL LOUVER BLINDS, ALUMINUM SLATS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Levolor Contract; a Newell Rubbermaid company. 2. Springs Window Fashions. B. Slats: Aluminum; alloy and temper recommended by producer for type of use and finish indicated; with crowned profile and radius corners. 1. Width: 1 inch. 2. Thickness: .008” (8 gauge). 3. Spacing: Manufacturer's standard. 4. Finish: Ionized antistatic, dust-repellent, baked polyester finish. C. Headrail: Formed steel or extruded aluminum; long edges returned or rolled. Headrails fully enclose operating mechanisms on three sides. 1. Capacity: One blind per headrail unless otherwise indicated. 2. Ends: Capped or plugged. 3. Manual Lift Mechanism: a. Lift-Cord Lock: Variable; stops lift cord at user-selected position within blind full operating range. b. Operator: Extension of lift cord(s) through lift-cord lock mechanism to form cord pull. 4. Manual Tilt Mechanism: Enclosed worm-gear mechanism and linkage rod that adjusts ladders. a. Tilt: Full. b. Operator: Dual cord. 5. Manual Lift-Operator and Tilt-Operator Lengths: Full length of blind when blind is fully closed. 6. Manual Lift-Operator and Tilt-Operator Locations: Manufacturer's standard unless otherwise indicated. On units immediately adjacent to doors, locate controls to one side of the unit farthest away from the door opening. On units located above doors, locate controls so as to not interfere with door hardware such as closers and hold-opens. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 122113 - 3 CDG 22004 HORIZONTAL LOUVER BLINDS D. Bottom Rail: Formed-steel or extruded-aluminum tube that secures and protects ends of ladders and lift cords and has plastic- or metal-capped ends. 1. Type: Manufacturer's standard. E. Lift Cords: Manufacturer's standard braided cord. F. Ladders: Evenly spaced across headrail at spacing that prevents long-term slat sag. 1. Type: Braided cord. G. Valance: Manufacturer's standard. H. Mounting Brackets: With spacers and shims required for blind placement and alignment indicated. 1. Type: Overhead. 2. Intermediate Support: Provide intermediate support brackets to produce support spacing recommended by blind manufacturer for weight and size of blind. I. Colors, Textures, Patterns, and Gloss: 1. Slats: As scheduled or as selected by Architect from manufacturer's full range. 2. Components: Provide rails, cords, ladders, and materials exposed to view matching or coordinating with slat color unless otherwise indicated. 2.3 HORIZONTAL LOUVER BLIND FABRICATION A. Product Safety Standard: Fabricate horizontal louver blinds to comply with WCMA A 100.1 including requirements for corded, flexible, looped devices; lead content of components; and warning labels. B. Unit Sizes: Fabricate units in sizes to fill window and other openings as follows, measured at 74 deg F: 1. Between (Inside) Jamb Installation: Width equal to jamb-to-jamb dimension of opening in which blind is installed less 1/4 inch per side or 1/2 inch total, plus or minus 1/8 inch. Length equal to head-to-sill dimension of opening in which blind is installed less 1/4 inch, plus or minus 1/8 inch. 2. Provide individual units with independent operation for each vertical section of glazing, including above doors where there is a transparent transom panel. C. Concealed Components: Noncorrodible or corrosion-resistant-coated materials. 1. Lift-and-Tilt Mechanisms: With permanently lubricated moving parts. D. Mounting and Intermediate Brackets: Designed for removal and reinstallation of blind without damaging blind and adjacent surfaces, for supporting blind components, and for bracket positions and blind placement indicated. E. Installation Fasteners: No fewer than two fasteners per bracket, fabricated from metal noncorrosive to brackets and adjoining construction; type designed for securing to supporting substrate; and supporting blinds and accessories under conditions of normal use. F. Color-Coated Finish: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 122113 - 4 CDG 22004 HORIZONTAL LOUVER BLINDS 1. Metal: For components exposed to view, apply manufacturer's standard baked finish complying with manufacturer's written instructions for surface preparation including pretreatment, application, baking, and minimum dry film thickness. 2. Wood: Apply manufacturer's standard factory-applied finish complying with manufacturer's written instructions for surface preparation, application, and minimum dry film thickness. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, operational clearances, and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install horizontal louver blinds level and plumb, aligned and centered on openings, and aligned with adjacent units according to manufacturer's written instructions. 1. Locate so exterior slat edges are not closer than 1 inch from interior faces of glass and not closer than 1/2 inch from interior faces of glazing frames through full operating ranges of blinds. 2. Install mounting and intermediate brackets to prevent deflection of headrails. 3. Install with clearances that prevent interference with adjacent blinds, adjacent construction, and operating hardware of glazed openings, other window treatments, and similar building components and furnishings. 3.3 ADJUSTING A. Adjust horizontal louver blinds to operate free of binding or malfunction through full operating ranges. 3.4 CLEANING AND PROTECTION A. Clean horizontal louver blind surfaces after installation according to manufacturer's written instructions. B. Provide final protection and maintain conditions in a manner acceptable to manufacturer and Installer and that ensures that horizontal louver blinds are without damage or deterioration at time of Substantial Completion. C. Replace damaged horizontal louver blinds that cannot be repaired in a manner approved by Architect before time of Substantial Completion. END OF SECTION 122113 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 123661 - 1 CDG 22004 SIMULATED STONE COUNTERTOPS SECTION 123661 - SIMULATED STONE COUNTERTOPS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Solid-surface-material countertops and backsplashes 1.3 ACTION SUBMITTALS A. Product Data: For countertop materials and sinks. B. Shop Drawings: For countertops. Show materials, finishes, edge and backsplash profiles, methods of joining, and cutouts for plumbing fixtures. C. Samples for Verification: For the following products: 1. Countertop material, 6 inches square. 1.4 PROJECT CONDITIONS A. Field Measurements: Verify dimensions of countertops by field measurements after base cabinets are installed but before countertop fabrication is complete. 1.5 COORDINATION A. Coordinate locations of utilities that will penetrate countertops or backsplashes. PART 2 - PRODUCTS 2.1 COUNTERTOPS A. Configuration: Provide countertops with the following front and backsplash style: 1. Front: 1-1/2-inch laminated bullnose. 2. Backsplash: Straight, slightly eased at cove and top. B. Countertops: 1/2-inch- thick. C. Backsplashes: 1/2-inch- thick. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 123661 - 2 CDG 22004 SIMULATED STONE COUNTERTOPS D. Fabrication: Fabricate tops in one piece with shop-applied edges unless otherwise indicated. Comply with manufacturer's written instructions for adhesives, sealers, fabrication, and finishing. 1. Fabricate with loose backsplashes for field assembly. 2.2 INTEGRAL SINKS A. At LB sink, provide integral solid surface sink bowls. Refer to Plumbing for remainder of trim. Sink to be approximately 17”w x 15”l x 5” deep. Sink is to have a ramp design sloping from the front of the sink to the back drain location. Color to be selected from manufacturer’s standard white/off-white colors. Round off all edges at sink cutout. 2.3 COUNTERTOP MATERIALS A. Subtop Material: Medium-density fiberboard or Medium-density fiberboard made with exterior glue. B. Subtop Material at Sinks: medium-density fiberboard made with exterior glue. C. Countertop Products: Refer to Finish and Materials Schedule in Section 099999. No Substitutions. PART 3 - EXECUTION 3.1 INSTALLATION A. Install countertops level to a tolerance of 1/8 inch in 8 feet. B. Fasten countertops by screwing through corner blocks of base units into underside of countertop. Pre- drill holes for screws as recommended by manufacturer. Align adjacent surfaces and, using adhesive in color to match countertop, form seams to comply with manufacturer's written instructions. Carefully dress joints smooth, remove surface scratches, and clean entire surface. 1. Install backsplashes and to comply with manufacturer's written instructions for adhesives, sealers, fabrication, and finishing. 2. Seal edges of cutouts in subtops by saturating with varnish. END OF SECTION 123661 City of Lubbock LP&L GIS Office Addition 1625 13th Street Lubbock, Texas 79401 FFA #19038 Specifications Index DIVISION 21 – FIRE SUPPRESSION 210000 Fire Protection Sprinkler System DIVISION 22 - PLUMBING 220000 Plumbing Systems DIVISION 23 - MECHANICAL 230000 General Provisions for Mechanical and Electrical 233000 Piping and Accessories 234000 Air Distribution 235000 Hangers and Supports 235500 Vibration Isolation 236000 Insulation 237000 Equipment 238000 Testing, Adjusting and Balancing Mechanical System DIVISION 26 - ELECTRICAL 260100 Basic Electrical Requirements 260518 Wires and Cables 260525 Grounding and Bonding 260532 Raceways 260534 Boxes 260552 Electrical Identification 262416 Panelboards 262726 Wiring Devices 262813 Fuses 262815 Safety Switches 264601 Dry-Type Transformers – K-Rated 265100 Lighting DIVISION 28 – ELECTRONIC SAFETY AND SECURITY 283200 Fire Alarm System Fanning, Fanning & Associates, Inc. Texas Registered Engineering Firm F-00294 2555 74th Street Lubbock, Texas 79423 Tel 806.745.2533 Fax 806.745.3596 www.fanningfanning.com 07/09/2020 07/09/2020 s CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 210000 - 1 CDG 22004 FFA 19038 FIRE PROTECTION SPRINKLER SYSTEM SECTION 210000 - FIRE PROTECTION SPRINKLER SYSTEM PART 1 – GENERAL 1.1 NOTE A.Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A.Submit manufacturer's data on all materials, provide complete plan layout of system and hydraulic calculation (for hydraulic design) for approval. 1.3 SCOPE A.The entire building area addition shall be protected by a light hazard automatic sprinkler system. The design and installation shall be done by a Contractor regularly engaged in the construction of fire protection sprinklers systems and licensed for such by the authorities having jurisdiction. 1.4 APPLICABLE SPECIFICATIONS A.The design and installation of the Automatic Sprinkler Systems and the Alarm and Supervisory Systems shall be in strict accordance with all mandatory and recommended provisions of the NFPA, FM, UBC, and UL publications. All recommended provisions of the NFPA (National Fire Codes) listed below shall be considered as mandatory requirements. B.Issues of the following publications, including revisions and amendment as of the date of award of this contract, form a part of this specification. 1.National Fire Protection Association Standards (NFPA) 2.No. 101 Life Safety Code 3.No. 99 Hospital Code (as required) 4.No. 13 Sprinkler System 5.No. 70 National Electrical Code 6.No. 72C Remote Station Protective Signaling Systems 7.No. 24 Outside Protection 8.Factory Mutual System, Factory Mutual Engineering Corporation Publication (FM) 9.Underwriter's Laboratories, Inc. Publication (UL) 10.Approved Equipment Lists (with supplements). 11.Interpretations of state and local authorities 1.5 GENERAL A.All material and equipment shall be new and the current standard products of the manufacturer. Where two or more items of equipment performing the same function are required, they shall be exact duplicates, produced by one manufacturer. However, component parts need not be products of the same manufacturer. B.All materials and equipment shall be UL listed and/or FM approved for systems of the type indicated on the drawings, unless otherwise noted, and shall conform to the requirements of NFPA No. 13. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 210000 - 2 CDG 22004 FFA 19038 FIRE PROTECTION SPRINKLER SYSTEM PART 2 – PRODUCTS 2.1 MATERIALS AND EQUIPMENT A.The following is a listing of the materials and specifications. The list is comprehensive in nature. It is not intended that all materials listed will necessarily be required, but that those required for the work be selected from this listing. All pipe and fittings shall be non-galvanized, except where called for on the drawings or required by code. ITEM SIZE (INCL) SPECIFICATIONS Pipe All Schedule 40 steel, ASTM A120 or A53 Fittings, Grooved All Schedule 10, ASTM 120 UL/FM Grooved Fittings Fittings, Screwed All Malleable iron, 150 lb, ANSI B16.3. Cast iron acceptable. Fittings, Flanged All Steel, 150 lb, ANSI B16.5. Cast iron not acceptable. Fittings, Welding All Steel, Sch. 40, ANSI B16.9 Flanges All Steel, 150 lb, ANSI B16.5. Cast iron not acceptable. Threadolets Sockolets Thru 2" Steel, ANSI B16.11 ASTM A105 Weldolets 2" and larger Steel, 90 degrees STD only, ANSI B16.9, ASTM 105 Plugs All Brass, square head, 125 lb, ANSI B16.5 Unions Thru 2" Malleable iron, 300 lb bronze to iron ground joint Flange Gaskets All Red rubber 1/16 inch, ANSI B16.21 Valves: Globe Valves Thru 2" Screwed, bronze body, rising stem, 175 lb WWP, screw-in bonnet, renewable disc, Kennedy Fig. 97. Angle Valves Thru 2" Screwed, bronze body, rising stem, 175 lb WWP, screw-in bonnet, renewable disc, Kennedy Fig. 98. Gate Valves Thru 2" Screwed, bronze body, OS&Y, 175 lb WWP, Kennedy Fig. 66. Gate Valves 2-1/2" & Larger Flanged, iron body, OS&Y, 175 lb WWP, Kennedy Fig. 68 Check Valve Thru 2" Screwed, bronze body, 175 lb WWP, horizontal swing, renewable disc, Kennedy Fig. 442. Check Valves 2-1/2" & Larger Flanged, iron body, 175 lb WWP, bolted bonnet, horizontal swing, renewable seat & rubber faced disc, Kennedy Fig. 126A. Auto Ball Drip 1/2 or 3/4 Bronze, Grinnell Model F775. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 210000 - 3 CDG 22004 FFA 19038 FIRE PROTECTION SPRINKLER SYSTEM Sprinklers and Nozzles: Automatic Sprinklerhead, Reliable Model G Head type, orifice size, thread size, standard upright and 165 degree temperature rating satin chrome finish pendant where exposed in finished areas. Provide quick response heads where required. For offices, Public Spaces, Fully recessed, fully concealed sprinklerhead with Conference Rooms, and white concealer button, flush mounted with ceiling. Corridors–all areas not Center heads in ceiling tiles. UL/FM flexible drops support spaces are permitted. Sidewall Grunau Institutional model PH-3. Quick response head. Water Flow Alarm Devices: Alarm check valves Existing to remain Water Motor Gong Existing to remain Miscellaneous: Pipe Hangers Supports, and Approved type, in accordance NFPA No. 13 and No. Connections 15 requirements. Pipe Escutcheons Chromium-plated iron or chromium-plated brass, either one piece or split pattern, held in place by internal spring tension or setscrew. Sprinkler Escutcheon Two-piece, finish to match sprinkler except where otherwise specified on drawings. Depth as required to position sprinkler. Sprinkler Guard Approved guard, standard baked red enamel finish. Hypochlorite AWWA 300 Water Pressure Gage 3-inch minimum dial, 0-300 psi range, polished brass case, Federal Spec. GG-G-76. Siamese Existing to remain 2.2 JOINTS A.Joints shall be the grooved or threaded type for 2" and smaller, and shall be grooved, welded or flanged for 2-1/2" and larger. B.Threaded Joints: Threads shall be concentric with the outside of the pipe and shall conform to ANSI B2.1. Threaded joints shall be made tight with an approved thread joint compound or tape. Joint compound shall be applied lightly but sufficiently to cover male threads only. Leaking joint shall not be repaired by peaning or packing. C.Flanged Joints: Flanged joints shall be faced-true, provided with 1/16 inch red rubber gaskets, and made square and tight. When made up, flange bolts shall extend through nuts by at least one full thread. No flanges shall be placed in locations which will be inaccessible after erection. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 210000 - 4 CDG 22004 FFA 19038 FIRE PROTECTION SPRINKLER SYSTEM D.Welded Joints: All welding, including methods and qualifications of welders, shall be in strict accordance with the standards and requirements specified in NFPA Nos. 13 and 15. All welds are subject to inspection by the Contracting Officer. The Contracting Officer reserves the right to accept, reject, or demand removal of welds which are in violation of these specifications. Welded branch connections to headers shall be made by use of threadolets, sockolets or weldolets type fittings. E.Cutting: Pipe shall be cut accurately to measurements shown on the shop drawings and to suit field conditions, and shall be carefully worked into place without forcing or springing. All cuts shall be reamed to remove fins and burrs. PART 3 – EXECUTION 3.1 INSTALLATION A.Piping material, including valves and fittings, shall be delivered to the site in a clean and protected condition. End seals of pipe, valves and flange covers shall be maintained in place, being removed only as necessary for cleaning, fabrication, erection or for inspection by the Contractor. Care shall be exercised in the handling and storage of all piping materials and prefabricated piping so that contamination by moisture, grease, dirt, or injurious foreign matter shall not occur. B.The pipe shall be cut accurately to centerline measurements to suit field conditions, and shall be carefully worked into place without forcing or springing. Piping shall be pitched to allow proper drainage. C.The interior and exterior surfaces of all piping shall be kept clean at all times. Pipe shall be free from fins and burrs and shall be cleaned in accordance with cleaning procedures herein. D.No flanges or unions shall be placed in locations which will be inaccessible after erection. E.All valves shall be properly packed and made leakproof under the test pressures described. F.All piping passing through walls shall be provided with pipe sleeves two pipe sizes larger than the systems piping they accommodate or approved steel sleeves providing annular space around the pipe. Annular space shall be made weather and watertight. G.Where pipes pass through fire walls, fire partitions, or floor/ceiling assemblies, a fire seal of mineral wool, or similar noncombustible material shall be packed between the pipe and sleeve. H.Escutcheons: Pipe escutcheons shall be provided at all finished surfaces where exposed piping passes through floors, walls or ceiling except in boiler, utility, or equipment rooms. Sprinkler escutcheons shall be provided for all pendant heads through ceilings. Escutcheons shall be fastened securely to the pipe. I.Signs: All control drain and inspector's valves shall be provided with porcelainized metal identification signs. All hydraulically designed systems shall be provided with a permanently attached nameplate data sign as recommended by NFPA No. 13. J.Sprinkler Guards: All sprinkler heads installed within 7 feet of the floor or otherwise subject to mechanical damage shall be equipped with sprinkler guards. K.Testing: Testing of the sprinkler systems and alarm systems shall be as prescribed by NFPA Pamphlet No. 13 and 72C. Each test shall be in the presence of an authorized representative of the owner. This representative shall sign the Certificate of Inspection as a witness of a successful test. The Contractor shall deliver these certificates of inspection in duplicate to the Architect. L.Sterilization: All new lines shall be flushed and sterilized with chlorine before acceptance for service. Calcium hypochlorite powder, containing not less than 70% available chlorine, shall be used for CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 210000 - 5 CDG 22004 FFA 19038 FIRE PROTECTION SPRINKLER SYSTEM sterilization. The amount of chlorine applied shall be such as to provide a dosage of 100 ppm for at least 24 hours. At the conclusion of the 24-hour contract time, Cl2 residual should be at least 20 ppm. The chlorinating material shall be mixed with treated water in an acceptable container and injected directly into the system, the process being repeated until the system is filled. All valves in the system shall be open and closed 3 times during the procedure to insure that the sterilizing mixture is thoroughly and evenly distributed throughout the system. After a contact period of not less than 24 hours, the system shall be flushed with water. M.Procedure for Placing Systems in Service: The Contractor shall place the systems in service with the operating mediums after purging operations are completed. The Contractor shall furnish all labor and tools required. N.Electrical Work: All electrical work in connection with the installation of the fire protection system shall be performed in accordance with Division 16. O.Spare Sprinkler Heads: The Contractor shall furnish spare heads in accordance with NFPA Pamphlet No. 13. Heads shall be provided in a suitable cabinet and shall be representative of, and in proportion to, the number of each type and temperature rating of heads installed. In addition to the spare heads, the contractor shall furnish not less than one special sprinkler wrench per cabinet. The Cabinets shall be mounted at the system's riser. P.Electrical Rooms: Sprinkler piping shall be routed to avoid all Electrical Rooms, except laterals extending into and serving the electrical room. END OF SECTION 210000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 220000 - 1 CDG 22004 FFA 19038 PLUMBING SYSTEMS SECTION 220000 - PLUMBING SYSTEMS PART 1 - GENERAL 1.1 NOTE A.Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A.Submit manufacturer's data on all materials. 1.3 SCOPE A.This section of the specifications requires the furnishing and installation of all equipment, labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of the plumbing systems. PART 2 - PRODUCTS 2.1 MATERIALS: Refer to Section "Piping and Accessories". A.Interior Sanitary Soil, Waste and Drain Lines: PVC-DWV Plastic pipe and fittings conforming to ASTM D-2665-68, assembled with solvent cement conforming to ASTM D-2564-67. B.Sanitary Fixture Waste Arms: Fixtures served by sanitary soil waste and drain lines shall be connected using cast iron pipe and fittings, red brass pipe, Type L hard copper tubing with cast brass drainage fittings or lead. Use brass soldering nipples or ferrules as required. C.Sanitary Vent Lines: PVC-DWV Plastic pipe and fittings conforming to ASTM D-2665-68, assembled with solvent cement conforming to ASTM D-2564-67. D.Domestic Water Lines (Hot, Cold and Recirculating): All water lines underground or under slabs on grade shall be of Type K hard drawn copper tubing. All interior water lines shall be Type L hard drawn copper tubing. Where connections are made between copper tubing and cast iron pipe, use adapters. Copper tubing shall be assembled using solder-joint fittings. No lead solder will be permitted. All flanges shall be 150 psig rated. E.Gas Lines: Schedule 40 black steel with 150 lbs. banded malleable iron fittings. F.Drain Lines: Type L copper with solder joint fittings. G.Downspouts and Interior Storm Drain Lines: PVC-DWV Plastic pipe and fittings conforming to ASTM D-2665-68, assembled with solvent cement conforming to ASTM D-2564-67. H.Miscellaneous Lines: Such as pilot lines, bleed lines, control and sampling lines, equalizer lines, drains from air vents and relief vents, etc. shall be fabricated of the materials used in the systems to which they are connected. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 220000 - 2 CDG 22004 FFA 19038 PLUMBING SYSTEMS I.Interior Cleanouts: Cleanouts shall be provided at the bottom of each stack, at each change in direction, and in each horizontal run at intervals not exceeding 50 feet in all interior soil, waste, and drain lines. Where cleanouts occur in walls of finished areas, they shall be concealed behind chrome plated access covers, such as Wade W-8480-R or provided with other special plugs and covers as required to present a finished appearance. Floor cleanouts in unfinished areas shall be Wade W-6000 with threaded adjustable housing, flanged ferrule with cast iron plug and gasket and secured satin bronze scoriated top. Floor cleanouts in finished tile floors shall be Wade W-6000-TS with square tile top; in carpeted areas Wade W-6000-72 with carpet marker. All cleanouts shall be the same size as the line served up to 4" size and shall be 4" for all larger lines. J.Air Chambers: Air chambers of Type L copper, not less than 12" long and no smaller than the supply pipe, shall be provided and installed in each water supply to each and every fixture, outlet, item of equipment, etc. The length and/or the diameter of these air chambers shall be greater where required to eliminate water hammer. PDI shock absorbers may be used if sized in accordance with PDI recommendations. K.Vacuum Breakers: On each water supply line serving a plumbing fixture, item of equipment, or other device which has a water supply below the rim of the fixture, or which has a threaded or tubing spout, provide and install an approved vacuum breaker. These vacuum breakers shall be designed to prevent any possible backflow through them. Where these are installed in chrome plated lines, they shall be chrome plated to match. L.Automatic Air Vents: This Contractor shall furnish and install Crane No. 976 or 977 air vent valves at all high points for the hot water system, as shown and/or as required. Run a 3/4 inch type L hard copper drain line from the discharge of each air vent valve to a floor drain or as directed. 2.2 PLUMBING FIXTURES A.The plate numbers on the drawings represent fixtures that will be acceptable on the job. Approved equal fixtures of Crane, American Standard, Eljer, and Kohler will be acceptable. B.All exposed trim shall be chrome plated brass. This includes faucets, fittings, stops, risers, strainers, tailpieces, traps, waste, escutcheons, flush valves, brackets, vacuum breakers, goosenecks, hole covers, bolts, nuts and etc. C.All threaded supply fittings or outlets with tubing nozzles shall have back flow preventers. D.All fixtures shall have (1/4) turn ball stop valves. E.Generally all wall hung fixtures shall be provided with chair carriers so that no weight is supported from the wall. F.All fixtures shall be cleaned before final acceptance. G.Verify mounting height of each and every fixture before rough-in. H.Where fixtures mate with irregular walls, the joint shall be grouted with dental plaster, G. E. Silicone or other grout as directed by the Architect. I.The Contractor shall verify all rough in heights before installation and shall secure a current ruling on heights of handicapped fixtures before rough in to insure that they meet the requirements of the parties having jurisdiction. 2.3 PLUMBING FIXTURE SCHEDULE: Refer to drawings. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 220000 - 3 CDG 22004 FFA 19038 PLUMBING SYSTEMS PART 3 – EXECUTION 3.1 ISOLATION VALVES A.The water supplies to each group of fixtures shall have an isolating valve in each line serving the riser. These isolation valves shall be installed at an accessible location. Where these valves are not accessible thru removable ceilings or otherwise, provide access doors in the ceiling or chase. 3.2 INSTALLATION OF PIPING SYSTEMS A.Refer to PIPING AND ACCESSORIES for requirements for installing pipes. In addition, the following specifications shall apply. 1.Drain Lines and Sanitary Waste: Grade down toward the sewer connection at a uniform slope of 1/4" per foot to serve individual fixtures or not less than 1/8" per foot to serve multiple stacks or outlets. Slope shall be greater where possible and shall never be less than required to produce a flow velocity of 2 feet per second. 2.Vents: Grade up to the vent thru the roof. Terminate not less than 10" above the roof. 3.Water Lines: a.Grade to established low points and provide valved drains to completely drain the system. b.Secure and anchor piping in plumbing chases such that there is no movement of flush valves, stops, etc. at fixture rough-ins. 4.Gas Lines: a.All gas piping shall run exposed unless specifically detailed otherwise on the drawings, with special venting provisions. b.A drip pocket shall be installed at connection to an item of equipment and at each low point of the gas distribution system. Grade all lines to drip pockets. Drip pockets shall consist of a nipple and cap screwed to the bottom of the drop. c.Provide a gas cock, union and gas pressure regulator at each connection to a gas consuming appliance. d.All gas piping on the roof shall be supported on Miro Pillow Block pipe stands, Model 02 for 2" and below, Model 24-R for piping 2" to 4" and Model 48-R for 5" and above. Pans shall be mopped to roof. Pipes shall be strapped to supports with galvanized strap. 5.Identification: For other than black steel pipe, exposed gas piping shall be identified by a yellow label marked "Gas" in black letters. The marking shall be spaced at intervals not exceeding 5 feet (1524 mm). The marking shall not be required on pipe located in the same room as the appliances served. All tubing carrying medium-pressure gas shall be marked with a label at the beginning and end of each tubing section. 3.3 EXISTING WASTE AND DRAIN LINE A.Special care and precaution shall be used where existing waste or drain lines are to be opened. The following procedure shall be adhered to at all times when opening existing waste or drain lines: Before opening, prepare a solution of one part household bleach to nine parts water. At every inlet to the affected piping run, add 2 gallons of the solution to flush out the piping. Any worker who has cuts or open skin breaks shall be prevented from working with the waste or drain piping. Workers shall wear approved face shields, gloves, aprons, boots, etc. for protection. In addition, existing piping shall be thoroughly washed inside and out with bleach solution prior to handling by unprotected persons. The safety director or Owner's representative shall be notified prior to commencing work on any existing waste or drain lines. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 220000 - 4 CDG 22004 FFA 19038 PLUMBING SYSTEMS 3.4 TESTING A.Test all pipes before they are concealed in furrings or chases, insulated, painted, or otherwise covered up or rendered inaccessible. Accomplish testing by sections of lines or systems, as required by conditions during construction. Clean all piping and equipment before testing. B.Domestic Water Lines Interior: Test for 6 hours at 150 psig. There shall be no leaks whatsoever. C.Interior Soil, Waste and Vent Lines: Drainage and venting system piping shall be tested with water before the fixtures are installed. Water test shall be applied to the drainage and venting system either in its entirety or in sections. If the entire system is tested, all openings in the pipes shall be tightly closed except the highest opening and the system shall be filled with water to the point of overflow. If the system is tested in sections, each opening except the highest opening of the section under test shall be tightly plugged, and each section shall be filled with water and tested with at least a 10 foot head of water. The water shall be kept in the system, or in the portion under test, for at least 30 minutes before the inspection starts. The system shall then be tight at all joints. Water shall not drop more than 1" in 8 hours. D.Gas Lines: Test with 50 psig air pressure for 24 hours with no pressure drop (except for temperature correction). If any drop occurs, soap test all joints, correct leaks and retest. E.Downspouts and Storm Drains: Test with water under a head of at least 10 ft. System shall be tight at all joints with no leaks whatsoever. END OF SECTION 220000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 1 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL SECTION 230000 - GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL PART 1 - GENERAL 1.1 SPECIAL NOTE A.The Architectural and Structural Plans and Specifications, including the supplements issued thereto, Information to Bidders, and other pertinent documents issued by the Architect, are a part of these specifications and the accompanying mechanical and electrical plans, and shall be complied with in every respect. All the above is included herewith, will be issued separately or is on file at the Architect's office, and shall be examined by all bidders. Failure to comply shall not relieve the Contractor of responsibility or be used as a basis for additional compensation due to omission of drawings. Where the Supplementary General Conditions conflict with the General Conditions, the Supplementary General Conditions shall govern. 1.2 CHECKING DOCUMENTS A.The drawings and the specifications are numbered consecutively. The Contractor shall check the drawings and specifications thoroughly and shall notify the Architect of any discrepancies or omissions of sheets or pages. Upon notification, the Architect will promptly provide the Contractor with any missing portions of the drawings or specifications. No discrepancies or omissions of sheets or pages of the contract documents will relieve the Contractor of his duty to provide all work required by the complete contract documents. 1.3 GENERAL A.In general, the lines and ducts to be installed by the various trades under these specifications shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner. The following is a general outline concerning the running of various lines and ducts and is to be excepted where the drawings or conditions at the building necessitate deviating from these standards. B.All piping, conduit and ductwork for the mechanical and electrical trades shall be concealed in chases in finished areas, except as indicated on the drawings. Horizontal lines run in areas that have ceilings shall be run concealed in those ceilings, unless otherwise specifically indicated or directed. C.Piping, ductwork, conduits and raceways may be run exposed in machinery and equipment spaces, where serving as connections to motors and equipment items in finished rooms where exposed connections are required, and elsewhere as indicated on the drawings or required. D.All conduits in any space where they are exposed shall run parallel with the building walls. They shall enter the concealed areas perpendicular with the walls, ceilings or floors. Fittings shall be used where necessary to comply with this requirement. E.The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they are under construction. All concealed lines shall be installed as required by the pace of the general construction to precede that general construction. F.The mechanical and electrical plans do not give exact details as to elevations of lines and ducts, exact locations, etc., and do not show all the offsets, control lines, pilot lines and other installation details. The Contractor shall carefully lay out his work at the site to conform to the architectural and structural conditions, to provide proper grading of lines, to avoid all obstruction, to conform to details of CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 2 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL installation supplied by the manufacturers of the equipment to be installed, and thereby to provide an integrated, satisfactorily operating installation. G.The electrical plans show diagrammatically the locations of the various electrical outlets and apparatus and the method of circuiting and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general plans and to all detail drawings, equipment drawings, roughing-in drawings, etc., by measurements at the building, and in cooperation with other sections, and in all cases shall be subject to the approval of the Architect. The Architect reserves the right to make any reasonable change in location of any outlet or apparatus before installation (within 10 feet of location shown on drawings) or after installation if an obvious conflict exists, without additional cost to the Owner. H.The mechanical plans do not give exact locations of outlets, fixtures, equipment items, etc. The exact location of each item shall be determined by reference to the general plans and to all detail drawings, equipment drawings, roughing-in drawings, etc., by measurements at the building, and in cooperation with other sections. Minor relocations necessitated by the conditions at the site or as directed by the Architect shall be made without any additional cost accruing to the Owner. I.The Contractor shall be responsible for the proper fitting of his material and apparatus into the space. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the drawings, he shall arrange for such space with the Architect before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such necessary changes at his (the Contractor's) own expense. J.The Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these specifications and plans, which shall be checked by the Architect before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. K.Order of precedence shall be observed in laying out the pipe, ductwork, material, and conduit in order to fit the material into the space above the ceiling and in the chases and walls. The following order shall govern: 1.Items affecting the visual appearance of the inside of the building such as lighting fixtures, diffusers, grilles, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site. 2.Lines requiring grade to function such as sewers. 3.Large ducts and pipes with critical clearances. 4.Conduit, water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets. L.Piping, ducts, and conduits serving outlets on items of equipment shall be run in the most appropriate manner. Where the equipment has built-in chases, the lines shall be contained therein. Where the equipment is of the open type, the lines shall be run as close as possible to the underside of the top and in a neat and inconspicuous manner. M.Exceptions and inconsistencies in plans and specifications shall be brought to the Architect's attention before the contract is signed. Otherwise, the Contractor shall be responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus, material, or equipment. N.The Contractor shall distinctly understand that the work described herein and shown on the accompanying drawings shall result in a finished and working job, and any item required to accomplish this intent shall be included whether specifically mentioned or not. O.Each bidder shall examine the plans and specifications for the General Construction. If these documents show any item requiring work under Division 15 or 16 and that work is not indicated on the respective "M", "P" & "E" drawings, he shall notify the Architect in sufficient time to clarify before bidding. If no notification is received, the Contractor is assumed to require no clarification, and shall install the work as indicated on the General Plans in accordance with the specifications. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 3 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 1.4 DIMENSIONS A.Before ordering any material or doing any work, the Contractor shall verify all dimensions, including elevations, and shall be responsible for the correctness of the same. No extra charge or compensation will be allowed on account of differences between actual dimensions and measurements indicated on the drawings. Any difference which may be found shall be submitted to the Architect for consideration before proceeding with the work. 1.5 INSPECTION OF SITE A.The accompanying plans do not indicate completely the existing mechanical and electrical installations. The bidders for the work under these sections of the specifications shall inspect the existing installations and thoroughly acquaint themselves with conditions to be met and the work to be accomplished in removing and modifying the existing work, and in installing the new work in the present building and underground serving to and from that structure. Failure to comply with this shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installations and/or installing any new work. 1.6 ELECTRICAL WIRING A.All electric wiring of every character, both for power supply, for pilot and control, for temperature control, for communications, etc. will be done under Division 16 of these specifications. The Contractor for each section shall erect all his motors in place ready for connections. The Contractor, under Division 16, shall mount all the starters and controls, furnishing the supporting structures and any required outlet boxes. B.Every electrical current consuming device furnished as a part of this project, or furnished by the Owner and installed in this project, shall be completely wired up under Division 16. Verification of exact location, method of connection, number and size of wires required, voltage requirements, and phase requirements is the responsibility of the Contractor under Division 16. If conflicts occur between the drawings and the actual requirements, actual requirements shall govern. The contractor shall coordinate the voltage of all motors and any associated variable frequency drives with the Division 16 contractor prior to ordering the devices. C.Where no temperature control scope is shown in the documents, it shall be the responsibility of the Division 16 contractor to provide wiring, conduit and switches for the manual control of all mechanical and plumbing equipment, unless specifically noted to the contrary on the drawings and specifications. 1.7 MOTORS AND CONTROLS A.All motors furnished under any of the several sections of these specifications shall be of recognized manufacture, of adequate capacity for the loads involved and wound for the current characteristics shown on the electrical drawings. All motors shall conform to the standards of manufacture and performance of the National Electrical Manufacturers' Association as shown in their latest publications. They shall further be listed by Underwriters Laboratories. B.Unless otherwise noted, the Contractor under Division 15 shall furnish each motor with a starter and all controls of the types specified or required. These starters shall be of the totally enclosed type, of capacity rating within the required limits of the motors which they are to serve, shall be suitable for the motor current characteristics and shall provide thermal overload protection. All starters shall be standard of manufacture and performance of the National Electrical Manufacturers' Association. They further shall be listed by Underwriters Laboratories. Provide overload protection in each phase wire. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 4 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 1.8 PROGRESS OF WORK A.The Contractor shall keep himself fully informed as to the progress of the work and do his work at the proper time without waiting for notification from the Architect or Owner. 1.9 MANUFACTURER'S DIRECTIONS A.All manufactured articles shall be applied, installed and handled as recommended by the manufacturer. 1.10 MATERIALS AND WORKMANSHIP A.All materials shall be new unless otherwise specified and of the quality specified. Materials shall be free from defects. All materials of a type for which the Underwriters Laboratories, Inc. have established a standard shall be listed by the Underwriters Laboratories, Inc. and shall bear their label. B.Wherever the make of material or apparatus required is not definitely specified, the Contractor shall submit a sample to the Architect before proceeding. C.The Architect reserves the right to call for samples of any item of material offered in substitution, together with a sample of the specified material, when, in the Architect's opinion, the quality of the material and/or the appearance is involved and it is deemed that an evaluation of the two materials may be better made by visual inspection. This shall be limited to lighting fixtures, wiring devices, plumbing brass, grilles, registers, ceiling outlets and similar items and shall not be applicable to major manufacturers' items of equipment. D.The Contractor shall be responsible for transportation of his materials to and on the job, and shall be responsible for the storage and protection of these materials and work until the final acceptance of the job. E.The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract. F.The workmanship shall in all respects be of the highest grade and all construction shall be done according to the best practice of the trade. 1.11 SUBSTITUTION OF MATERIALS A.Where a definite material or only one manufacturer's name is mentioned in these specifications, it has been done in order to establish a standard. The product of the particular manufacturer mentioned is of satisfactory construction and any substitution must be of quality as good as or better than the named article. No substitution shall be made without review by the Architect, who will be the sole judge of equality. B.Within 30 days of being awarded the Contract for any section or sections of the work under this heading, the Contractor shall submit for approval a complete list of the materials he proposes to use. This list shall give manufacturers' names and designations corresponding to each and every item and the submission shall be accompanied by complete descriptive literature and/or any supplementary data, drawings, etc., necessary to give full and complete details. If the material is not submitted within 30 days of the contract signing, the Contractor shall furnish the specified materials. C.Should a substitution be accepted under the provisions of the conditions of these specifications, and should this substitute prove to be defective or otherwise unsatisfactory for the service for which it is intended within the guarantee period, the Contractor who originally requested the substitution shall replace the substitute material with the specified material. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 5 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 1.12 SHOP DRAWINGS A.Wherever shop drawings are called for in these specifications, they shall be furnished by the Contractor for the work involved after review by the Architect as to the make and type of material and in sufficient time so that no delay or changes will be caused. This is done in order to facilitate progress on the job and failure on the part of the Contractor to comply shall render him liable to stand the expense of any and all delays, changes in construction, etc., occasioned by his failure to provide the necessary details. Also, if the Contractor fails to comply with this provision, the Architect reserves the right to go directly to the manufacturer he selects and secure any details he might deem necessary and should there be any charges in connection with this, they shall be borne by the Contractor. B.Shop drawings will be reviewed by the Architect for general compliance with the design concept of the project and general compliance with the information given in the contract documents. Review by the Architect and any action by the Architect in marking shop drawings is subject to the requirements of the entire contract documents. Contractor will be held responsible for quantities, dimensions which shall be confirmed and correlated at the job site, fabrication processes and techniques of construction, coordination of all trades and the satisfactory performance of his work. C.Shop drawings submitted shall not consist of manufacturers' catalogues or tear sheets therefrom that contain no indication of the exact item offered. Rather, the submission of individual items shall designate the exact item offered and shall clearly identify the item with the project. D.All shop drawings shall be submitted at one time and shall consist of a bound catalogue of all shop drawings under each section, properly indexed and certified that they have been checked by the Contractor. E.The omissions of any material from the shop drawings which has been shown on the contract drawings or specified, even though reviewed by the Architect, shall not relieve the Contractor from furnishing and erecting same. 1.13 PROTECTION OF APPARATUS A.The Contractor shall at all times take such precautions as may be necessary to properly protect his new apparatus from damage. This shall include the erection of all required temporary shelters to adequately protect any apparatus stored in the open on the site, the cribbing of any apparatus above the floor of the construction, and the covering of apparatus in the incompleted building with tarpaulins or other protective covering. Failure on the part of the Contractor to comply with the above to the entire satisfaction of the Architect will be sufficient cause for the rejection of the pieces of apparatus in question. 1.14 PERMITS, FEES, ETC A.The Contractor under each section of these specifications shall arrange for a permit from the local authority. The Contractor shall arrange for all utility services, including sewer, water, gas and electric services as applicable. If any charges are made by any of the utility companies due to the work on this project, the Contractor shall pay these charges, including charges for metering, connection, street cutting, etc. The Contractor shall pay for any inspection fees or other fees and charges required by ordinance, law, codes and these specifications. 1.15 TESTING A.The Contractor under each division shall at his own expense perform the various tests as specified and required by the Architect and as required by the State and local authorities. The Contractor shall furnish all fuel and materials necessary for making tests. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 6 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 1.16 LAWS, CODES AND ORDINANCES A.All work shall be executed in strict accordance with all local, state and national codes, ordinances and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Architect, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. 1.17 TERMINOLOGY A.Whenever the words "furnish", "provide", "furnish and install," "provide and install", and/or similar phrases occur, it is the intent that the materials and equipment described be furnished, installed and connected under this Division of the Specifications, complete for operation unless specifically noted to the contrary. B.Where a material is described in detail, listed by catalogue number or otherwise called for, it shall be the Contractor's responsibility to furnish and install the material. C.The use of the word "shall" conveys a mandatory condition to the contract. D."This section" always refers to the section in which the statement occurs. E."The project" includes all work in progress during the construction period. F.In describing the various items of equipment, in general, each item will be described singularly, even though there may be a multiplicity of identical or similar items. 1.18 COOPERATION AND CLEANING UP A.The contractor for the work under each section of these specifications shall coordinate his work with the work described in all other sections of the specifications to the end that, as a whole, the job shall be a finished one of its kind, and shall carry on his work in such a manner that none of the work under any section of these specifications shall be handicapped, hindered or delayed at any time. B.At all times during the progress of the work, the Contractor shall keep the premises clean and free of unnecessary materials and debris. The Contractor shall, on direction at any time from the Architect, clear any designated areas or area of materials and debris. On completion of any portion of the work, the Contractor shall remove from the premises all tools and machinery and all debris occasioned by the work, leaving the premises free of all obstructions and hindrances. 1.19 COORDINATION OF TRADES A.The Contractor shall be responsible for resolving all coordination required between trades. For example, items furnished under Division 15 which require electrical connections shall be coordinated with Division 16 for: 1.Voltage 2.Phase 3.Ampacity 4.No. and size of wires CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 7 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 5.Wiring diagrams 6.Starter size, details and location 7.Control devices and details B.Items furnished under various sections which require plumbing connections shall be coordinated for services, pressure, size and location of connections, type of fuel, clearances for service, auxiliary devices required, etc. C.Items requiring insulation shall be fully insulated and that insulation shall be checked against manufacturer's directions and job requirements for suitability, coverage, thickness and finish. D.Items installed in/on finished ceilings shall be coordinated with the ceiling construction. The Contractor under each section shall conform to the reflected ceiling plan and shall secure details and/or samples of the ceiling materials as necessary to insure compatibility. Any device not conforming to this requirement shall be replaced by the Contractor at his expense. E.All items specified under Divisions 15 and 16 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. 1.20 CUTTING AND PATCHING A.The Contractor for work specified under each section shall perform all structural and general construction modifications and cut all openings through either roof, walls, floors or ceilings required to install all work specified under that section or to repair any defects that appear up to the expiration of the guarantee. All of this cutting shall be done under the supervision of the Architect and the Contractor shall exercise due diligence to avoid cutting openings larger than required or in wrong locations. Verify the scope of this work at the site and in cooperation with all other trades before bidding. B.No cutting shall be done to any of the structural members that would tend to lessen their strength, unless specific permission is granted by the Architect to do such cutting. C.The Contractor for work under each section shall be responsible for the patching of all openings cut to install the work covered by that section and to repair the damage resulting from the failure of any part of the work installed hereunder. D.Before bidding, the Contractor shall review and coordinate the cutting and patching required under the respective section with all trades. E.In all spaces where new work under Division 15 and 16 is installed and no other alteration or refinishing work is shown or called for, existing floors, walls and ceilings shall be restored to match existing conditions. All cutting and patching shall be done by workmen skilled in the affected trade. F.Where openings are cut through masonry walls, the Contractor under each respective section shall provide and install lintels or other structural supports to protect the remaining masonry and adequate support shall be provided during the cutting operation to prevent any damage to the masonry occasioned by the operation. All structural members, supports, etc. shall be of the size, shape, and installed as directed by the Architect. 1.21 PAINTING A.Painting for Divisions 15 and 16 shall be as follows: 1.If the factory finish on any apparatus or equipment is marred, it shall be touched up and then given one coat of half-flat-half-enamel, followed by a coat of machinery enamel of a color to match the original. Paint factory primed surfaces. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 8 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 2.Paint all exposed pipe, conduit, boxes, cabinets, hangers and supports, and miscellaneous metal. 3.Paint all exposed sheet metal. 4.Paint all insulated surfaces exposed to view, including piping, equipment, etc. Surfaces until a smooth, non grainy surface is obtained. B.Generally, painting is required on all surfaces such that no exposed bare metal or insulation surface is visible. 1.22 SEALING A.The Contractor installing pipes, conduits, ducts, etc., shall seal all spaces between pipes and/or sleeves where they pierce walls, partitions or floors by packing fire resistant rope and fire resistant cement. The packing shall effect a complete fire and/or air seal where pipes, conduits, ducts, etc., pierce walls, floors or partitions. 1.23 ACCESS PANELS A.Wherever mechanical and/or electrical equipment is installed and where future access is required through either walls or ceilings and such cannot be obtained through the removable ceiling or through other means, the Contractor shall provide Milcor Style "M" access doors at least 12 inches by 12 inches in size or larger if required for access. Provide access doors for all fire dampers, smoke dampers, valves, etc. 1.24 USE OF SYSTEMS A.It is considered that it will be necessary to operate the mechanical systems to provide heating and ventilation in portions of the building that are enclosed. As systems or portions of systems become operable, they shall be operated as required to maintain habitable conditions in enclosed portions of the building that are still under construction and portions that are fully complete as may be required to properly protect installed piping, equipment and finishes. B.In order to provide protection to ducts, plenums, etc. install temporary filters over or in return air openings until all finished painting is completed. Protect supply outlets, coils, etc. as necessary in each case. C.Except for operation of cooling equipment to prove its performance and to adjust and balance the systems, that equipment will not be operated for comfort of construction workers. D.During warm weather the Contractor shall arrange for the operation of systems to supply 100 percent outside air. The systems controls shall be reset to their normal cycle of operation in each case during the times that heating is required and when the cooling equipment is operated. E.Immediately prior to the time that the systems are to be accepted by the Owner, each system shall be carefully examined and if ductwork is dirty, it shall be carefully cleaned by men skilled in that type of work. All filters shall be put in first class condition by replacement of filters and/or other procedures as directed. F.The use of the equipment for maintaining environmental and/or protective temperature conditions shall in no way constitute acceptance of that equipment and the connected piping, ducts, insulation, finishes, etc. by the Owner. Furthermore, it shall in no way shorten the guarantee period hereinafter specified. The Contractor shall either secure extended warranties from the vendors of equipment or shall purchase insurance to provide proper coverage on the equipment through the guarantee period and shall file with the Architect substantiating affidavits from equipment manufacturers or a copy of the insurance policy covering the equipment through the guarantee period. The personal underwriting of the Contractor for CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 9 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL equipment manufacturers' warranties is not acceptable, but his personal underwriting of piping, ductwork, insulation and associated materials is acceptable subject to the provisions of the contract. G.The Contractor shall provide such labor as may be required in the operation of the systems and shall pay all costs. 1.25 OWNERS OCCUPANCY A.It shall be understood that the building in which the work is to be done is a necessary part of the Owner's operation, and shall continue in use throughout the construction period without interruption. Take all precautions required by the Owner for the protection of his equipment and property. B.Contractor shall cooperate with the owner in scheduling areas in which work is permitted. Owners schedule will govern. 1.26 SCHEDULE OF WORK A.The Contractor shall program his work in such manner as to interfere as little as possible with the normal routine of the Owner. It must be understood that the Owner will continue to function throughout the construction period. All water, electrical and sanitary facilities shall therefore be continued in operation with a minimum of interruption and the Contractor shall make any temporary connections necessary to comply with this requirement. 1.27 WORKING TIME A.All work required by these installations shall be done during normal working hours, except in such cases as are specifically excepted hereinbefore. The Owner reserves the right to direct, at his own discretion, that any other parts of the work be done at other than normal working hours; in which case the Contractor involved shall be reimbursed by an amount equal to the excess cost of such overtime labor above the value of the same at regular rates. 1.28 RELOCATION OF EXISTING INSTALLATION A.There are portions of the existing plumbing system, heating, ventilating and air conditioning system and electrical System which shall remain in use to serve the finished building in conjunction with the indicated new installations. By actual examination at the site, each bidder shall determine those portions of the remaining present installations which must be relocated to avoid interferences with the installations of new work of his particular trade and that of all other trades. All such existing installations which interfere with new installations shall be relocated by the Contractor under the Division in which the existing material normally belongs, and in a manner as directed by the Architect. For example: 1.Existing Plumbing piping, etc. shall be relocated under Division 15 where it interferes with the installation of new work. 2.Where existing piping, ductwork, etc. interferes with the installation of new work, it shall be relocated under Division 15. 3.Where existing conduit and electrical equipment interferes with the installation of new work, it shall be relocated under Division 16. B.Failure to become familiar with the extent of the relocation work involved shall not relieve the Contractor of responsibility and shall not be used as a basis for additional compensation. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 10 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 1.29 EXISTING WASTE AND DRAIN LINE A.Special care and precaution shall be used where existing waste or drain lines are to be opened. The following procedure shall be adhered to at all times when opening existing waste or drain lines: Before opening, prepare a solution of one part household bleach to nine parts water. At every inlet to the affected piping run, add 2 gallons of the solution to flush out the piping. Any worker who has cuts or open skin breaks shall be prevented from working with the waste or drain piping. Workers shall wear approved face shields, gloves, aprons, boots, etc. for protection. In addition, existing piping shall be thoroughly washed inside and out with bleach solution prior to handling by unprotected persons. The safety director or Owner's representative shall be notified prior to commencing work on any existing waste or drain lines. 1.30 SALVAGE MATERIALS A.The Contractor shall remove existing equipment, piping, duct, grilles, conduit, wire, junction boxes, light fixtures and other items associated with the mechanical, plumbing and electrical systems where shown on the drawings. Where such items are exposed to view or uncovered by any cutting or removal of general construction and has no continuing function (as determined by the Architect), they shall be removed by the contractor under the section in which the item normally falls. B.Existing items (see above) where concealed in/above construction which is not disturbed, abandon in place. Plug, cap, disconnect or otherwise render harmless all such items. C.All items or materials removed from the project shall be made available for the Owner's inspection. The Owner retains the option to claim any item or material. Contractor shall deliver any claimed item or material in good condition to the place designated by the Owner. All item not claimed become the property of the contractor and shall be removed from the site. 1.31 INSTALLATION DRAWINGS A.It shall be incumbent upon the Contractor to prepare special drawings as called for elsewhere herein or as directed by the Architect to coordinate the work under each section, to illustrate changes in his work, to facilitate its concealment in finished spaces to avoid obstructions or to illustrate the adaptability of any item of equipment which he proposes to use. B.These drawings shall be used in the field for the actual installation of the work. Unless otherwise directed, they shall not be submitted for approval but three copies shall be provided to the Architect for his information. 1.32 ROUGH-IN AND MAKE FINAL CONNECTION FOR EQUIPMENT A.The shop drawings for all equipment are hereby made a part of these specifications. The Contractor under each section of the specifications shall rough-in for the exact item to be furnished on the job, whether in another section of the specifications or by the Owner. The Contractor shall refer to all drawings and other sections of the specifications for the scope of work involved for the new equipment, and by actual site examination determine the scope of the required equipment connections for the Owner furnished equipment. B.Should any of the equipment furnished require connections of a nature different from that shown on the drawings, report the matter to the Architect and finally connect as directed by the Architect. C.Should any shop drawings not be available for equipment furnished under other contracts or by the Owner, the Contractor under each section of these specifications shall bid the work as detailed on the drawings. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 11 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL D.Minor differences in the equipment furnished and that indicated on the drawings will not constitute ground for additional payment to the Contractor. 1.33 MARKING OF PIPE A.The Contractor shall mark all accessible piping systems. The identification of a piping system shall be made by a positive identification of the material content of the system by lettered legend, giving the name of the content in full or abbreviated form. This mark shall be conspicuously placed at frequent intervals on straight runs, close to all valves, at changes of direction and where pipes pass through walls, floors or ceilings. Arrows shall be used to indicate direction of flow. Markers shall be painted on using stencils. B.Markers shall be placed on piping at each connection to an item of equipment, at each pump, and on each drop to an outlet. Markers shall be placed on each run of piping at intervals not exceeding 50 feet where exposed in a room and 25 feet when installed above removable ceilings, except that no exposed line shall enter a room without being identified therein. Marker on lines above removable ceilings shall be applied on the undersides of the lines and in other areas shall be applied to be most visible. Also supply directional flow indicators adjacent to identification markers. C.Size of Identification: Outside Diameter Size of Legend of Pipe or Covering Letters (" Height) 3/4 to 1-1/4 1/2 1-1/2 to 2 3/4 2-1/2 to 6 1-1/4 1.34 IDENTIFICATION AND LABELING A.The Contractor shall make it possible for the personnel operating and maintaining the equipment and systems in this project to readily identify the various pieces of equipment, valves, piping, etc., by marking them. All items of equipment such as fans, pumps, etc., shall be clearly marked using engraved nameplates as hereinafter specified. The item of equipment shall indicate the same number as shown on the drawings. For example, pumps will be identified as P-1, P-2, P-3, etc.; exhaust fans will be EF-1, EF-2, etc.; AC Units will be AC-1, AC-2, etc. B.All items of mechanical and electrical equipment shall be identified by the attachment of engraved nameplates constructed from laminated phenolic plastic, at least 1/16" thick, 3-ply, with black surfaces and white core. Engraving shall be condensed gothic, at least 1/2" high, appropriately spaced. Nomenclature on the label shall include the name of the item, its mark number, area, space, or equipment served, and other pertinent information. Equipment to be labeled shall include but not be limited to the following: 1.Boilers 2.Chillers 3.Pumps 4.AC Units 5.Convertors 6.Air Conditioning Control Panels and Switches 7.Exhaust and Return Air Fans 8.Miscellaneous - similar and/or related items CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 12 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 1.35 OPERATING INSTRUCTIONS A.The Contractor for each section of the work hereunder shall, in cooperation with the representatives of the manufacturers of the various equipment items, carefully instruct the Owner's representatives in the proper operation of each item of equipment and of each system. During the balancing and adjusting of systems, the Owner's representative shall be made familiar with all procedures. 1.36 OPERATING MANUALS A.Prepare and submit 3 copies of the operating manuals bound in hard covers. Three weeks prior to completion of the work, the Architect will check the manuals and any additional material necessary to complete the manuals shall be furnished and inserted by the Contractor. B.Manuals shall contain the following data: 1.Catalogue data of all equipment. 2.Shop drawings of all equipment. 3.Temperature control drawings (reduced in size) 4.Start-up instructions for major equipment. 5.Trouble shooting procedures for major equipment. 6.Wiring diagrams. 7.Recommended maintenance schedule for equipment. 8.Parts list for all items. 9.Name and address of each vendor. 1.37 GUARANTEE A.Unless a longer period is specified elsewhere, the contractor shall guarantee all workmanship and materials for a period of one year from date of final acceptance. 1.38 COMPLETION REQUIREMENTS A.Before acceptance and final payment the Contractor under each Division of the specifications shall furnish: 1.Accurate "as built" drawings, shown in red ink on blue line prints furnished for that purpose all changes from the original plans made during installation of the work. Drawings shall be filed with the Architect when the work is completed. 2.All manufacturers' guarantees. 3.All operating manuals. 4.Guarantees. 5.Test and Balance Report. 1.39 CONTRACTOR'S RESPONSIBILITY FOR FINAL INSPECTION A.Before calling for the final inspection, the Contractor under each Division shall carefully inspect his work to be sure it is complete and according to plans and specifications. PART 2 - PRODUCTS (Not Used) CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 230000 - 13 CDG 22004 FFA 19038 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL PART 3 - EXECUTION (Not Used) END OF SECTION 230000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 233000 - 1 CDG 22004 FFA 19038 PIPING AND ACCESSORIES SECTION 233000 - PIPING AND ACCESSORIES PART 1 - GENERAL 1.1 NOTE A.Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A.Submit manufacturer's data on all materials. 1.3 SCOPE A.This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the piping and accessories as shown on the drawings and/or specified herein. 1.4 INSPECTION A.All pipe, valves, fittings, and other accessories shall be inspected upon delivery and during the course of the work. Any defective materials found during field inspection or during hydrostatic and leakage tests shall be removed from the site of the work and replaced by the Contractor. 1.5 PROTECTION DURING STORAGE A.The interior of all pipe, fittings, and other accessories shall be kept free from dirt and foreign matter at all times. Valves and fittings shall be drained and stored in a manner that will protect them from damage by freezing. PART 2 - PRODUCTS 2.1 MATERIALS A.All materials shall be manufactured or fabricated in the United States of America. B.Materials shall conform to the listed standards. Refer to specific sections for materials to be used under that section. The following tabulation is for reference only to identify the applicable standard. Cast Iron Soil Pipe and Fittings ASTM A74, Class SV Push On Gaskets for C.I. Soil Pipe ASTM C564 Caulked Joints for C.I. Soil Pipe Fed. Spec. HH-P-117, Type II No Hub Joints ASTM D3183 Clay Tile Pipe and Fittings ASTM C700 Clay Tile Joints ASTM C425 Rubber Rings for A.C. Pipe ASTM D1869 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 233000 - 2 CDG 22004 FFA 19038 PIPING AND ACCESSORIES ABS Soil Pipe and Fittings ASTM D2751 ABS Soil Joints – Elastomeric ASTM D2751 PVC Soil Pipe and Fittings ASTM D3034, Type PSM Max. SDR = 35 PVC Soil Fittings – Elastomeric ASTM D3212 Copper Tubing ASTM B88 Wrought Copper Solder Fittings ANSI Bl6.22 Cast Bronze Solder Fittings ANSI B16.18 Steel Pipe ASTM A120, A53, A106 Butt Weld Fittings ANSI B16.9 Socket Weld Fittings ANSI B16.11 Steel Flanges ANSI B16.5 Malleable Iron Threaded Fittings ANSI B16.3 Cast Iron Threaded Fittings Fed. Spec. WW-P-501E Cast Iron Water Pipe ANSI A21.6 Cement Lining for C.I. Water Pipe ANSI A21.4 Cast Iron Water Pipe Fittings, Lined ANSI A21.10 and A21.10a Push-On Joints for C.I. Water Pipe ANSI A21.11 Mechanical Joints for Water Pipe ANSI A21.11 PVC Water Pipe ASTM D1584 Type 1120 Push On Joints for PVC Water Pipe ASTM D1585, AWWA C900 Asbestos Cement Water Pipe AWWA C400 Class 150 AC Water Pipe Fittings ANSI A21.10, 150 lb. AC Water Pipe Joints ASTM D1869 Flange Bolt, Sets ASME Pressure Piping C.Unions in Ferrous Lines: 150 pound malleable iron, screwed pattern, ground joint with brass to iron seat; equal to Crane. D.Insulating Fittings: Equal to Maloney. E.Unions in Copper or Brass Lines: 125 pound all brass, screwed pattern, ground joint, equal to Chase, Crane or Mueller. F.Mechanical Couplings: Victaulic Style 77 2.2 VALVES A.General Service Valves: 3" and smaller, all bronze, screwed; 3-1/2" and larger, flanged, iron body, bronze trimmed, equal to the following Crane Nos: Type Fluid Pressure Fluid Pressure Below 125 PSIG Above 125 PSIG Gate 2" and smaller 428 424 Gate 2-1/2" and larger 465-1/2 7-1/2 E Globe 2" and smaller 1 14-1/2 P Globe 2-1/2" and larger 351 21E Angle 2" and smaller 2 16-1/2 P Angle 2-1/2" and larger 353 23E CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 233000 - 3 CDG 22004 FFA 19038 PIPING AND ACCESSORIES B.Where valves have discs, select the discs for the intended service using materials as recommended by the valve manufacturer. Provide extended stems for valves in insulated lines, so that the handle clears the insulation and jacket. C.Acceptable General Service Valve Manufacturers: Stockham, Jenkins, OIC, Walworth, Hammond. D.Ball Valves: Bronze threaded body, chrome plated full port bronze ball, teflon seats and O-rings, bronze shafts, and infinite position handle with memory stops. Memory stops may be deleted for domestic water service. Valve shall be three piece break away for in-line service. Apollo, Crane, Jamesbury and Stockham are acceptable. Ring type two piece ball valves are not acceptable, except for drain line service. Where valves are installed in insulated lines, provide extended stems to clear the insulation and jacket. E.Gas Valves: Iron body, lubricated plug valves equal to Nordstrom Fig. 143 in sizes 2-1/2" and larger. Valves 2" and smaller equal to Crane No. 270 or Lee 10685 iron body flat-head threaded gas stop. 2.3 COMBINATION PRESSURE/TEMPERATURE PORT A.Furnish and install where indicated "Pete's Plug" a 1/4" MPT fitting to receive either a temperature or pressure probe 1/8" OD. Fitting shall be solid brass with valve core of neoprene fitted with cap with gasket. Furnish an extended stem as required to extend through pipe insulation where installed in insulated lines. PART 3 - EXECUTION 3.1 INSTALLATION OF PIPING SYSTEMS A.Install runs of piping essentially as indicated on the drawings and/or as required. The location, direction and size of the various lines are indicated on the drawings. B.Make up all systems straight and true and properly graded for correct flow of contained materials and to provide drainage. Cut pipes accurately to measurements established at the building and work into place without forcing or springing. Except as required for specified grading, run all piping above ground parallel with the lines of the building. C.Make all changes in pipe sizes with reducing fittings. Use no long screws or bushings. D.Install and support piping systems with loops, bends, expansion joints and/or flexible connectors as required for flexibility, to accommodate expansion and contraction of piping due to temperature changes in the contained fluids and in the surrounding space, and to minimize the transmission of vibration to the building structure. E.Provide unions in the lines assembled with screwed and soldered fittings, at points of connection to equipment, and elsewhere as indicated or required to permit proper connections to be made, or to permit valves, equipment items, etc. to be removed. Provide unions also in welded lines at connections to equipment where flanges are not provided. Provide insulating unions where ferrous material joins non-ferrous material. F.In piping systems assembled by welding, use factory-fabricated welding fittings of the same material and the same schedule or weight as the piping in which they are installed, except that branches or take-offs of sizes not exceeding 2/3 of the nominal diameter of the mains may be made with Bonney Weldolets or Thredolets. Mitering of pipe to form elbows, notching of straight runs to form tees, and any similar construction will not be permitted. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 233000 - 4 CDG 22004 FFA 19038 PIPING AND ACCESSORIES G.In general, use listed materials in fabricating the various piping systems. The method of assembly may be varied only to meet special conditions where it is impossible to comply with the specified method of joining piping. Where special classes of piping are involved and are not listed, request exact instructions as to the class of material involved and the method of fabricating it before ordering materials. 3.2 FLASHING A.Flash around all pipes passing through the roof with sheet lead not less than 4 lbs. per square foot, built a minimum of 8" in all directions from the outside of the pipe into the waterproofing. Flashing shall be run up the pipe and turned over into the pipe cavity. Flashing at roof drains shall be 36" square. 3.3 MASTIC PANS A.Small lines thru the roof shall be installed thru mastic pans. Pans shall be 18 gage galvanized, welded, 3" deep, 8" X 8" or larger, and filled with mastic. 3.4 PIPE SLEEVES A.Generally where pipes pass through walls or floors except sewer pipes through floors on grade, pipe sleeves shall be used. The sizes of these sleeves shall be such as to permit readily the subsequent insertion of the pipes of the proper size. In the case of insulated lines, the diameter of the sleeves shall be approximately 1/2 inch greater than the outside diameter of the insulation. B.The pipes passing through interior walls or floors shall pass through galvanized pipe sleeves. In walls, they shall finish flush with each finished surface. In pipe chases, they shall extend 1-1/2 inches above the floor slab. The annular space between the pipe and sleeve in floor penetrations and fire rated wall penetrations shall be fire-sealed with fire resistive material equal to Dow Corning Silicone RTV Foam Penetration Seal. C.The pipes passing through concrete beams or walls, and masonry exterior walls and through floors shall be provided with galvanized wrought iron pipe sleeves. Weld at least four No. 4 rods to each pipe sleeve to serve as an anchor as directed by the Architect. After the pipes are installed, in the case of pipes sleeving through exterior beams or walls and floors on grade, the Contractor shall fill the annular space between the pipe and its sleeve with mechanical interlocking synthetic rubber link equal to Link Seal. Contractor shall coordinate sleeve size to insure a watertight joint. 3.5 ESCUTCHEONS, CEILING PLATES A.Except as otherwise noted provide and install concealed hinge, chrome plated escutcheons or ceiling plates with spring catches around each pipe passing through any wall, floor, or ceiling in any space, except in underfloor and attic spaces. Plates shall be sized to fit snugly against the outside of the pipe, or against the outside of the insulation on lines which are insulated. B.No floor plates will be required around the iron pipe sleeves on exterior walls. 3.6 INTERIOR TRENCHING A.Trenches for underfloor lines inside the building shall be properly excavated, following in general the procedures set out for exterior lines. Where floors are to be poured over these lines, they shall be backfilled, tamped, and settled with water. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 233000 - 5 CDG 22004 FFA 19038 PIPING AND ACCESSORIES B.Where necessary to cut floors for installation of underfloor lines, the floor shall be saw cut and patched back to a flush and level condition. C.All surplus materials removed in these trenching operations shall be disposed of as directed by the Architect. 3.7 PROTECTION OF UNDERGROUND PIPING A.Underground steel piping shall be cleaned and primed with Humble "Rust-Ban" and wrapped with a double thickness of 3M Scotch "51" vinyl tape over pipe and fittings. 3.8 FABRICATION OF PIPE JOINTS A.Threaded Pipes: Ream and deburr pipe after it is cut and before it is threaded. Stand each pipe on one end and hammer to remove all foreign material. Full cut threads, but not more than 3 pipe threads shall remain exposed when joint is completed. Make up joints with graphite and oil or an approved graphite compound applied to male threads only. Caulking of threaded joints to stop or prevent leaks is prohibited. B.Copper Tubing: Cut tubing square and deburr. Clean insides of fittings and outsides of tubing with sand cloth before assembly. Exercise care to prevent annealing of fittings and hard drawn tubing. Make all joints with solid string or wire solder, using non-corrosive paste flux of the proper type for each application. No cored solder will be permitted. Use 95-5 solder (95% tin, 5% antimony) or Silvabrite 100 solder (95.5% tin, 4% copper, .5% silver composition) for all copper tubing. Under no circumstances will solder with any lead content be permitted on the jobsite. Where flanges are shown or are required for connection to equipment, they shall be 150 psi flanges. C.Welded Joints: Make all welded joints by the metallic arc process. Use base material conforming to ANSI B31.1 for welded pipe ASTM A106 and ASTM A53. Use filler material conforming to ASTM A233 and in accordance with ANSI B31.1. Machine the ends of the material to be joined or gas cut. Make the cut smooth in order that good fit can be made and a full penetration weld made. Use direct current for welding with the electrode positive. Limit the depth of deposit to 1/8" per pass. Remove all slag or flux remaining on any bead of welding before laying down the next successive bead of welding. Remove any cracks or blow holes that appear on the surface of any bead of welding by chipping or grinding before depositing the next successive bead of welding. D.Solvent Weld Plastic Joints: Solvent welded according to manufacturer’s instructions. E.Testing: 1.The Contractor shall have a minimum of 10 percent of all welds made by each welder examined and inspected by radiography. If a faulty weld is discovered, the Contractor shall perform radiographic inspection on all welds made by that welder. Any faulty welds shall be repaired and reinspected at the Contractor's expense. 2.The system shall be hydrostatically tested at 1.5 times the design pressure, as specified in Chapter VI ASME Code B31.1-1986 for Power Piping, and carefully checked for leaks. After leaks are repaired, retest system; repeat repair and test until proved tight. Equipment shall be isolated from hydrostatic testing of piping. 3.Welds which cannot be hydrostatically tested, e.g., branch connections made to existing piping, shall be radiographed per Chapter VI, ASME Code B31.1-1986 at Contractor's expense. The Owner at his option may allow visual inspection of these welds in lieu of radiographs. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 233000 - 6 CDG 22004 FFA 19038 PIPING AND ACCESSORIES 3.9 REVISIONS AND RELOCATION OF EXISTING SYSTEMS A.Where conflicts occur between the new work and the existing piping systems which cannot be resolved, the Contractor shall relocate the existing piping system. Relocated positions of piping shall be tested for new work. All piping systems shall be free from leaks. 3.10 REPAIR OF LEAKS A.All leaks in piping systems shall be corrected as follows: 1.Repair leaks in solder joints by remaking the joint; no soldering or brazing over existing joints will be permitted. 2.Repair leaks in screwed joints by tightening the joint; remake the joint if the tightening fails to stop the leak. 3.Leaks in caulked joints may be stopped by additional caulking of the joint; but if that fails, remake the joint. 4.Repair leaks in welded joints by removing the defective weld completely through the base metal and grind smooth. Re-weld, accomplishing 100% penetration of the base metal. The repair weld should in no case be less than 4" in length. B.When any defect is repaired, retest that section of the system. 3.11 HANDLING OF MATERIAL A.Hauling: All materials furnished by the Contractor shall be delivered and distributed at the site by the Contractor. B.Loading and Unloading: Pipe, fittings, valves, and accessories shall be loaded or unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. Each piece shall be unloaded opposite or near the place where it is to be installed. No material shall be unloaded where it will block any road, drive, building entrance, or walkway or where it will be a hazard to safe vehicular or pedestrian traffic. C.Care of Pipe Coating and Lining: Pipe shall be so handled that the coating and lining shall not be damaged. If, however, any part of the coating or lining is damaged, the repair shall be made by the Contractor at his expense. If satisfactory repair cannot be made, the Contractor shall replace the damaged pipe. 3.12 ALIGNMENT AND GRADES A.General: All pipe shall be laid and maintained to the required lines and grades with fittings, valves, at the required locations; spigots centered in bells; and all valve stems plumb. All pipe shall be installed straight and true to line. B.Deviations Occasioned by Other Structures: Whenever obstructions not shown on the plans are encountered during the progress of the work, the lines and/or grades shall be adjusted so to not interfere with existing obstructions. END OF SECTION 233000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 234000 - 1 CDG 22004 FFA 19038 AIR DISTRIBUTION SECTION 234000 - AIR DISTRIBUTION PART 1 - GENERAL 1.1 NOTE A.Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A.Submit manufacturer's data on all materials. 1.3 SCOPE A.This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of apparatus casing, ductwork, plenums, linings, air distribution devices, dampers and control devices, relief air vents, curbs and other materials and accessories as described herein and/or as shown on the accompanying drawings, or reasonably implied therefrom. B.In addition, connect all air conditioning units, automatic dampers, filters and all other materials and install (and/or cooperate in the installation with other trades) those various items of equipment and materials. PART 2 - PRODUCTS 2.1 LOW PRESSURE DUCTWORK A.Except as otherwise specified herein, in other sections of the specifications, and/or noted on the drawings, low-pressure ducts shall be constructed of galvanized steel sheets in accordance with the recommended construction for low pressure ducts insofar as gauges of metal to be used, bracing of joints and joint construction as established in the latest edition of the ASHRAE HANDBOOK. B.Duct construction details shall conform to "HVAC Duct Construction Standards", 1st Edition, (1985) published by the Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA). Refer to the fan schedules (TSP) for system pressures. Construction shall be suitable for actual duct system pressures. C.Make square elbows where shown or required, with double thickness factory-fabricated turning vanes. Make all other changes in direction with rounded elbows having a centerline radius equal to 1-1/2 times the width of the duct in the plane of the bend. D.Make transformations in duct shape or dimension with gradual slopes on all sides. Make increases in dimensions in the direction of airflow, with a maximum slope of 1" in 7" on any side. Make decreases in dimensions in the direction of air flow preferably with a slope of 1" in 7" on any side, but with a maximum slope of 1" in 4" where conditions necessitate. E.Ducts shall be routed in conjunction with pipes, electrical conduits, ceiling hangers, etc. so as to avoid interferences insofar as possible. Where duct penetrations are unavoidable, provide streamline shaped sleeves around such material penetrations, made airtight at duct surfaces, except that such sleeves are not CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 234000 - 2 CDG 22004 FFA 19038 AIR DISTRIBUTION required at tie rods. Where obstructions are of a size to exceed 10% of the duct area, the duct shall be transformed to maintain the same duct area. 2.2 DUCT CONSTRUCTION TEST A.A trial leak test, as specified herein, shall be made after installation of the first section of each type of ductwork to demonstrate adequacy of the construction details. All testing shall be done in the presence of the Architect. B.Each test section shall incorporate at least five transverse joints and all typical fittings. C.Drawings showing all construction details of test sections, test procedures and instrumentation, and test results shall be submitted for record purposes. No additional ductwork shall be installed until the trial test installation described above has been approved. D.Low pressure duct shall be tested at 3" w.c. Construction of low-pressure systems shall be inherently airtight and leakage shall be of a sufficiently low magnitude as to be inaudible in quiet ambient and not detectable by sense of feel. 2.3 DUCT LINER A.Note that internal sizes are shown on the drawings. B.All sheet metal supply, return, and fresh air duct shall be lined. C.Conditioned Spaces: 1.The listed ducts shall be lined to a thickness of 1" with Johns-Manville "Permacote Linacoustic" mat faced duct liner, or equal duct liner coated with immobilized antimicrobial impregnated acrylic surface coating on one side. 2.Duct liner shall have an average thermal conductivity of .25 btu-in./sq. ft.-degree F. at a mean temperature of 75 F. D.Unconditioned Spaces: 1.The listed ducts shall be lined to a thickness of 1-1/2" with Johns-Manville "Permacote Linacoustic" mat faced duct liner, or equal duct liner coated with immobilized antimicrobial impregnated acrylic surface coating on one side. 2.Duct liner shall have an average thermal conductivity of .20 btu-in./sq. ft.-degree F. at a mean temperature of 75 F. 3.Duct liner shall comply with ASTM C1071 with an NRC not less than 0.70 as tested per ASTM C423. 4.The duct liner shall be applied in accordance with the manufacturer's recommendations with the coated side away from the metal, using weld pins or adhesive Tuffbond and adhesive type metal clips, Gemco, or equal, of the type which do not protrude through the duct. The size of the ducts indicated are actual internal sizes and the sheet metal sizes shall be 2" greater in both dimensions to accommodate the lining. No voids are permitted. 5.Use 100% adhesive coverage and clips at the rate as specified by SMACNA. 2.4 DUCT SEALER A.All supply air ductwork from the air unit to the terminal units shall be sealed to provide airtight construction. Metal surfaces to be joined shall be clean, dry and free of dirt or grease. Apply a heavy coat of Kingco Seal-Rite 18-120 to the interior metal surface of the slip joint, then interlock into place CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 234000 - 3 CDG 22004 FFA 19038 AIR DISTRIBUTION metal duct sections. Apply a heavy coat of 18-120 to the exterior metal surface duct joint, making sure any voids are filled to secure a continuous air pressure sealant. B.Allow sealant to dry a minimum of 48 hours before pressurizing system. 2.5 FLEXIBLE DUCT A.Flexible ducts shall be used for connecting air terminal devices. Generally flex duct shall not exceed 3'0" in length or have more than 90 degree of bend. Flexible duct shall be a factory-fabricated assembly consisting of an inner sleeve, insulation and an outer moisture barrier. The inner sleeve shall be constructed of a continuous vinyl-coated spring steel wire helix fused to a continuous layer of fiberglass impregnated and coated with vinyl. A l-l/4 inch thick insulating blanket of fiber glass wool shall encase the inner sleeve and be sheathed with an outer moisture barrier of a reinforced Mylar or neoprene laminate of low permeability. The flexible duct shall be rated for a maximum working velocity of 6000 FPM and shall be listed by the Underwriters' Laboratories under their UL-181 standards as a Class 1 duct and shall comply with NFPA Standard #90A. The flexible duct shall be Thermaflex M-KC for high pressure and Thermaflex M-KE for low-pressure application. 2.6 FLEXIBLE CONNECTIONS A.Provide sound isolating flexible connections between connecting ducts and the inlet and outlet of each fan. These connections shall in each case be long enough to permit a minimum separation of 3" between the duct and the fan or unit housing with at least 1" slack in the flexible material itself. B.The material shall be of a vinyl coated woven nylon/polyester blend base fabric, 22 oz. per square yard, meeting NFPA 90A and B for flame spread and smoke developed. It shall be fire resistant, waterproof and mildew-resistant. The material shall be equal to Excelon Fabric as manufactured by Duro-Dyne. 2.7 ROUND DUCT TAPS A.All round takeoffs shall be made with spin-in type fittings for sheet metal duct or fiberglass ductboard as applicable. Provide each with a factory installed balancing damper, positive locking nut and air scoop. B.All round takeoffs from rectangular ducts shall be made with spin-in type fittings for sheet metal duct or fiberglass ductboard as applicable. Provide each with a factory installed balancing damper, positive locking nut and air scoop. Spin in fitting shall be equal to Dace Model FCDG-C03 with 2” stand-off, lock quadrant, 3/8” sq. steel rod, nylon bearings and scoop. Furnish flange collar, 24-gauge galvanized steel, with adhesive coated 1/8” thick rubber gasket. 2.8 FIRE DAMPERS A.Weighted fire dampers having bronze bearings and held open by fusible links shall be constructed and installed in accordance with the recommendations of the National Fire Protection Association as published in NFPA Bulletin 90A and applicable ordinances and the Building Code. All fire dampers shall have Underwriters' Laboratory labels. B.Specifically, fire dampers shall be provided at the points indicated on the drawings, where a duct penetrates a fire rated partition and where a duct penetrates the roof, ceiling, floor or other areas requiring a fire rated separation. They shall also be installed at any other location as required by applicable codes. Provide access panels in the duct and access doors in the ceiling or wall to service and test the damper. Access doors with vision panes shall be furnished with wire glass. C.Furnish fire dampers with fusible links rated for 160 degrees F unless indicated otherwise. Fire dampers shall be constructed of galvanized steel and rated at 1-1/2 hours for partitions and floors rated up to 2 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 234000 - 4 CDG 22004 FFA 19038 AIR DISTRIBUTION hours, and 3 hour rating for use in partitions and floors rated up to 4 hours unless noted otherwise. Blades shall be of the interlocking type, those in high pressure duct shall be 100% free area and out of the air stream. Fire dampers shall be suitable for either horizontal or vertical mounting as required and shall be furnished with factory fabricated sleeve minimum of two gauges heavier than connecting ductwork. D.Fire dampers in low-pressure duct shall be equal to Action Air, Inc. Model 150A. Fire dampers in ceiling air distribution outlets shall be equal to Action Air, Inc. Model 400. 2.9 FIRE/SMOKE DAMPER A.Furnish and install a combination fire/smoke damper in all ducts penetrating fire/smoke partitions. Each combination fire and smoke damper shall meet all requirements specified elsewhere for fire dampers and additionally shall include an operating shaft which, when rotated 90 degrees, causes damper to operate between closed and open. Operating shaft and damper combination shall be suitable for linking to and operation by a damper operator. Combination fire/smoke dampers shall be Ruskin type FSD-36, Class II, 250 deg. F., 10 CFM/SF leakage @ 1"SP for low pressure applications and Ruskin type FSD-60, Class I, airfoil blade, 4 CFM/SF @ 1"SP for high pressure applications. B.Each combination fire/smoke damper shall be furnished complete with factory sleeve and damper operator factory installed on exterior of sleeve and properly linked to damper operating shaft. Actuator shall be of the spring return fail closed type that will close damper upon power interruption. Damper operators shall be UL listed as fire damper operators and bear the UL label for such. Blade edge seals shall be silicone rubber and galvanized steel mechanically locked into blade edge (adhesive or clip-on seals not acceptable). C.The smoke damper shall close on a signal from the fire alarm system or from the operator of a smoke detector. D.Provide access doors with ductports in the duct and a ceiling access door if necessary for servicing the damper and actuator. 2.10 ACCESS PANEL A.Access doors of sufficient size shall be installed in ducts to permit servicing of contained equipment including fire extinguishing equipment, dampers, etc. Where those panels are in insulated ducts, they shall be double wall panels with material to match the lining and of the same thickness. In uninsulated ducts they shall be single wall construction. All access panels shall have No. 310 Ventlock catches and pulls, No. 260 hinges and No. 390 gaskets. B.Where access panels are not exposed or readily accessible above removable ceilings, provide access doors in the general construction. PART 3 - EXECUTION (Not Used) END OF SECTION 234000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 235000 - 1 CDG 22004 FFA 19038 HANGERS AND SUPPORTS SECTION 235000 - HANGERS AND SUPPORTS PART 1 - GENERAL 1.1 NOTE A.Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A.Submit manufacturer's data on all materials. 1.3 SCOPE A.The Contractor for the work covered by each section of the specifications shall furnish and install all hangers, supports and isolation required by pipe or equipment included in this work. PART 2 - PRODUCTS 2.1 MATERIALS A.Materials shall be provided for the support of all piping and equipment. The following tabulation lists materials suitable for this duty. Equal materials manufactured by Fee and Mason, Carpenter-Patterson, Grinnell or Modern will be considered. MATERIAL SERVICE FEE AND MASON CAT. Hanger Copper Tubing 4" and Larger 364 copper plated Hanger Copper Tubing 3" and smaller 361 copper plated Hanger Steel Lines 3" and smaller 215 or 199 Hanger Steel lines 4" and larger 239 Hanger Outside Insulation-all lines 239 Hanger Cast Iron Lines 239 Hanger Plastic Pipe 108 + 109 Hanger Refrigerant Pipe 102 Hanger Glass Pipe 375 Wall Bracket All 150, 151, or 155 Saddles Steel Lines On Rollers 71, 1710, 1712, 172, 173 Conc. Inserts New Construction 185 Rollers Steel Piping 161, 272 Pipe Clamps 2" and Smaller 304 Pipe Clamps 3" and Larger 241 Pipe Rest All 295 or 291 Exp Shield Concrete 374 Beam Clamps All 249, 254, 255, 282, 280 Adjuster All 2381 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 235000 - 2 CDG 22004 FFA 19038 HANGERS AND SUPPORTS 2.2 HANGER RODS A.All individually suspended horizontal pipes shall be supported by steel rods sized as follows: Rod Diameter Size of Steel Pipe or Size of Cast Iron Copper Tube Supported Pipe Supported 3/8" 2-1/2" and smaller 3" and smaller 1/2" 3" and 4" 4" through 6" 5/8" 5" through 8" 8" through 10" 3/4" 10" and larger 12" and larger 2.3 HANGER SPACING A.All hangers shall be so located as to properly support horizontal lines without appreciable sagging of these lines. The following table gives minimum spacing for copper, and steel lines, but hangers shall be more closely spaced where necessitated by conditions or the type of pipe involved or required by code. Size of Line Hanger Spacing in Feet 3/4" and smaller 5 1" through 1-1/2" 7 2" and larger 10 All cast iron lines 5 (Minimum two per joint) PART 3 - EXECUTION 3.1 INSTALLATION OF SUPPORTS A.All pipes shall be adequately supported. All piping shall be installed with due regard to expansion and contraction, and the type of hanger, method of support, location of supports, etc. shall be governed in part by this consideration. Transmission of vibration and noise shall also be considered and any special suspension with vibration dampeners required to minimize transmissions shall be used where specified or required. B.All exposed vertical risers running near walls shall be supported from the walls. Each line shall have a minimum of 2 supports, not greater than 10'0" on centers, with the additional provision that there shall be a support near the top of the riser. All supports shall be aligned. C.All vertical pipes shall be supported with riser clamps sized to fit the lines and to adequately support their weight. At the bases of lines, where required for proper supports, furnish and install anchor base fittings or other approved supports. D.Where vertical lines run down to a point near the floor and a support is needed, they may be supported by means of a pipe leg welded to the pipe, extending down to the floor and terminating in a capped end resting on the floor. E.Where pipes other than those specified hereinbefore, are running along walls, they shall be supported using hangers as described hereinbefore, but suspended from brackets bolted to the wall. Specially fabricated clips or U-braces may be used where commercially manufactured items are not available in the proper size. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 235000 - 3 CDG 22004 FFA 19038 HANGERS AND SUPPORTS F.Where pipes run under steel construction, use beam clamps on beams. Under steel joists, piping may be suspended from rods thru the bottom chord with washers and double nuts. On piping larger than 4", verify the joist strength before installation. G.Where multiple lines are run horizontally at the same elevations and grades, they may be supported on trapezes formed for sections of Unistrut, angle iron, or channels suspended on rods or pipes. Trapeze members, including the suspension rods, shall be properly sized for the number, size and loaded weight of the lines they are to support. Trapeze spacings shall be in accordance with the preceding table for the smallest line supported on or from the trapezes. H.Perforated strap iron and wire will under no circumstances shall be acceptable as hanger material. I.Hangers supporting insulated lines which are specified to be finished with a vapor seal shall be fitted outside the insulation. The insulation or horizontal lines shall be protected by low compression insulation shields. On all pipes the shields shall be Fee and Mason Fig. 81 or rolled 14 gauge galvanized. The shields on horizontal lines shall be positioned so that they encompass the bottom of the pipe and are centered on the hanger or support. On vertical lines there shall be two shields of the same type full encompassing the pipe at each clamp. Shields shall be secured with a 3/4" wide lacquered steel band at each end. 3.2 COOPERATION BETWEEN TRADES A.Where pipes specified under different sections may possibly be racked on the same supporting structure, each trade shall cooperate with the others involved to properly locate the supporting members and shall furnish a proportionate share of the labor and materials involved in the installation. B.Any other special hangers and supports shall be provided and installed as indicated on the drawings, specified elsewhere herein or required by conditions at the site. 3.3 DUCT HANGERS A.All ductwork shall be supported in accordance with standards published by Sheet Metal and Air Conditioning Contractors National Association Inc. 3.4 PRE-FABRICATED EQUIPMENT MOUNTING SUPPORTS A.Provide ThyCurb equipment mounting supports, or approved equal of 18 ga. galvanized construction with continuously welded corner seams and a 3" cant, supports to be internally reinforced with a factory installed wood nailer and 18 ga. counterflashing. Supports to be a minimum of 8" above the finished roof and of the style and design to mate the roof deck. B.Supports shall be level at the top, with pitch built into supports where roof slopes 3/8 of an inch per foot or more, and supports must have certified load bearing data. Supports must span a minimum of 2 joists and more if equipment length requires it. Supports to be used for all roof mounted equipment, HVAC units, condensing units and roof mounted piping. 3.5 PREFABRICATED ROOF MOUNTED PIPING SUPPORTS A.Provide rigid polycarbonate resin pipe supports with rigid Teflon roller equal to Miro Pillow block pipe stands. Use Model 02 for pipes less than 2", Model 24-R for pipes 2" to 4" and Model 48-R for 5" and above. Mop pipe stands to roof on built-up roofs, set in plastic cement for other types of roof. END OF SECTION 235000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 235500 - 1 CDG 22004 FFA 19038 VIBRATION ISOLATION SECTION 235500 - VIBRATION ISOLATION PART 1 - GENERAL 1.1 NOTE A.Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 SUBMITTALS A.Submit manufacturer's data on all materials. 1.3 SCOPE A.The Contractor for the work covered by each section of the specifications shall furnish and install all vibration isolation required by pipe or equipment included in this work. PART 2 - MATERIALS 2.1 ISOLATION A.Mechanical equipment and associated piping and ductwork shall be mounted on vibration isolators as specified and required to minimize transmission of vibrations and structure borne noise to building structure or spaces. B.All rotating equipment shall be balanced both statically and dynamically. The equipment supporting structure shall not have any natural frequencies within plus or minus 30% of the operating speeds. The equipment when mounted and placed in operation shall not exceed a self excited vibration velocity of 0.10" per second when measured with a vibration meter on the bearing caps of the machine in the vertical, horizontal and axial directions or measured at the equipment mounting feet if the bearings are concealed. C.Isolation shall be stable during starting and stopping of equipment without any traverse and eccentric movement of equipment that would damage or adversely affect the equipment or attachments. D.Isolation shall be selected for the lowest operating speed of equipment. E.Isolation shall be selected and located to produce uniform loading and deflection even if equipment weight is not evenly distributed. F.Fiberglass Isolators: Fiberglass isolators shall consist of a high-density matrix of precompressed molded glass fibers enclosed in a resilient neoprene jacket. Fiberglass isolators shall be equal to Consolidated Kinetics Corporation isolators. Isolators shall be selected for the actual loads of equipment served and generally shall be 90% efficient or better. G.Neoprene Pads: Neoprene pads shall be of cross ribbed or waffle design and a minimum of 5/16" thick. Where concentrated load bearing is encountered, steel-bearing plates shall be bonded to neoprene pads to spread the load. The neoprene pads shall be sized for a load of 50 pounds per square inch. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 235500 - 2 CDG 22004 FFA 19038 VIBRATION ISOLATION PART 3 - EXECUTION (Not Used) END OF SECTION 235500 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 236000 - 1 CDG 22004 FFA 19038 INSULATION SECTION 236000 - INSULATION PART 1 - GENERAL 1.1 NOTE A.Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A.Submit manufacturer's data on all materials. 1.3 SCOPE A.This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of thermal insulation, coverings, jackets, supports, shields, etc. as described herein and/or as shown on the accompanying drawings, or reasonably implied therefrom. All surfaces which may vary from the ambient temperature shall be insulated unless specifically accepted. PART 2 - PRODUCTS 2.1 MATERIALS A.In describing the various materials, application procedures, and finishes, each item will be described singularly, even though there may be a multiplicity of identical applications. Also where the description is only general in nature, exact dimensions, arrangements and other data shall be determined by reference to plans, schedules, and details, including those provided by equipment manufacturers. B.Where materials are described under other sections of the specifications and are pertinent to this section, they shall be installed hereunder as though they were repeated herein. C.All insulation shall have composite fire and smoke hazard ratings as tested by procedure NFPA 225, not exceeding flame spread 25, smoke developed 50. Accessories such as adhesives, mastics, cement, tape, cloth, etc. shall have these same component ratings. D.All materials installed under this section of the specifications shall be manufactured in the United States of America. 2.2 VAPOR BARRIER JACKETS A.Factory-applied vapor-barrier jackets shall be laminated of flame resistant white kraft paper and .001 inch thick aluminum foil reinforced with glass fiber fabric between the foil and the paper. The foil and paper shall be adhered with a flame resistant latex adhesive. B.Where specified, insulate valves and fittings with two fiberglass inserts and preformed Manville "Zeston" covers with taped seams. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 236000 - 2 CDG 22004 FFA 19038 INSULATION C.Where metal jackets are specified, they shall be 0.016" thick No. 5005 tempered aluminum secured with machine drawn 0.020" stainless steel bands. PART 3 - EXECUTION 3.1 INSTALLATION A.The installation of all thermal insulation shall be performed by a recognized firm regularly engaged in the insulation business, using skilled insulation mechanics and using insulation materials which are the product of reputable manufacturer of the materials, using any special materials as required by these specifications and by those published standards. B.Any insulation which is not applied in a workmanlike manner will be rejected and replaced. All coverings shall be smooth, flush, dressed to line and tight. Mastic shall be neatly applied and tooled. The Architect reserves the right to reject any insulation whose appearance he deems unacceptable. 3.2 APPLICATION OF INSULATION A.Apply insulation and pipe covering after all work has been tested, found to be tight and accepted as such by the Architect. Thoroughly clean and dry all surfaces to be covered. B.On glass fiber pipe covering with factory-applied vapor-barrier jacket, lap the jacket on the longitudinal seams and seal with vapor barrier lap adhesive equal to Benjamin Foster 82-07 or use self sealing lap. Tightly butt the ends and cover butt joints with a 4" wide band of vapor barrier jacket secured with the same adhesive. C.Exclusions: No insulation shall be applied to: 1.The cooling leg at a steam trap--the piping from the scale pocket ahead of the trap to the line on the outlet of the union following the trap. 2.Expansion tanks. 3.Exposed chrome plated lines. 3.3 INSULATION ON EQUIPMENT AND PIPING SYSTEMS A.The following describes materials, thicknesses and finishes for insulation and coverings. In the following, the word "exposed" shall apply to any line, duct, or other material or surface in any room above the lowest floor in any building unit, exterior to the building and above ground, and/or in equipment rooms; the word "concealed" shall apply to any line, duct, or other material or surface in other underfloor areas, ceiling spaces furrings and chases. B.Also included in this section is the requirement for patching and repair of existing insulation where new connections are made. 1.Domestic Hot Water and Circulating Lines: Insulate with 1" thick Manville "Micro-Lok APT 650" molded sectional glass fiber pipe covering with all purpose jacket. Insulate valves and fittings with Manville preformed "Zeston" PVC covers over fiberglass insulation. 2.Domestic Cold Water Lines: All cold water lines throughout with those exceptions noted hereinbefore, shall be insulated with 1" thick Manville "Micro-lok APT 650" molded glass fiber pipe covering with factory applied vapor barrier jacket. Insulate valves and fittings with Manville preformed "Zeston" PVC covers over fiberglass insulation. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 236000 - 3 CDG 22004 FFA 19038 INSULATION 3.ALL Refrigeration Piping: 1" Manville Type II "Aerotube" threaded onto piping during fabrication and sealed with adhesive. Provide metal jacket over insulation where install exterior to the building. 4.Drain Lines: 3/8" thick Armaflex. Insulation may be slit flange type or threaded on during fabrication. 5.Horizontal Storm Drains and Downspouts: Insulate entirely as specified for domestic cold water lines. 6.Roof Drains: Insulate bodies of roof drain with one coat insulating cement to thickness of adjacent covering and cover with vapor barrier jacket of kraft paper and aluminum foil with glass fiber reinforcing fabric. Hubs shall be covered by building up layers of insulation until they are covered. The insulation shall overlap the adjacent insulation by a minimum of 2", bevel the ends and seal with glass fiber reinforced vapor barrier asphaltic adhesive. 7.Duct Insulation: Refer to Section 'AIR DISTRIBUTION' for duct liner specification. END OF SECTION 236000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 1 CDG 22004 FFA 19038 EQUIPMENT SECTION 237000 - EQUIPMENT PART 1 - GENERAL 1.1 NOTE A.Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A.Submit manufacturer's data and shop drawings on all items specified. 1.3 SCOPE A.This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the mechanical equipment as shown on the drawings and/or as specified herein. B.This section requires the furnishing of all equipment specified and/or shown on the drawings. Equipment referred to singularly shall mean each item, and the total number of items shown or specified shall be furnished. All equipment shall be manufactured in the USA. C.All appurtenances and auxiliary equipment necessary to the function of any specified item of equipment shall be furnished with the item of equipment, whether specifically mentioned or not. Each item of equipment shall perform the function for which it is intended, and all work necessary to provide a complete functional system shall be provided. D.This specification requires that all items of equipment be completely installed, finally connected, tested and placed in service. E.It shall be the responsibility of the Contractor to verify all requirements of the equipment and the contract and certify with the submittal of the shop drawings that all requirements have been met, including: 1.Space requirements 2.Electrical requirements (voltage, phase, wires - no. and size) 3.Capacities 4.Clearance for maintenance 5.Quality 6.Quantity PART 2 - PRODUCTS 2.1 MOTORS A.Motors shall be furnished for all motor driven equipment. Motors with special operating conditions such as multiple speed or in hazardous locations shall be as specified under the equipment served. General service motors driving through flexible couplings or belts shall conform to the following requirements: 1.Less than 1/6 HP: Split phase, 40 degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.0. Provide with inherent thermal overload protection. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 2 CDG 22004 FFA 19038 EQUIPMENT 2.Fractional larger than 1/6 HP: Capacitor start, 40-degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.0 or greater. Provide with inherent thermal overload protection. 3.Integral Horsepower, Single Phase: Capacitor type, 40-degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.15. 4.Three Phase: High efficiency continuous duty squirrel cage type, 40 degree C ambient, dripproof or totally enclosed fan cooled as required by exposure with a service factor of 1.15. Power factor shall be 85% or greater. Motors shall be equal to Gould E-Plus. 2.2 MOTOR STARTERS A.Except where starters are shown integral to motor control centers (see electrical drawings), the Division 15 Contractor shall furnish all motor starters (controllers) and control equipment for equipment specified under Division 15. The Contractor under this section of the specifications shall be responsible for coordinating starter sizes, characteristics, heater element sizes and all other details. All starters shall be combination starter/disconnect devices, and shall include control transformers, hand-off-auto switches, and pilot lights. B.All individual starters shall be the product of a single manufacturer and submitted for review at the same time. C.Where starters are specified with items of equipment, the starters shall be factory mounted and wired. D.Magnetic Starters (Full Voltage): Starters shall be individual units, combination starter/molded case circuit breaker units, combination starter/fused disconnect switch units or combination starter/unfused disconnect switch units unless otherwise indicated. E.Units shall be of General Electric, Square D, Westinghouse, Federal or Gould manufacture with the proper enclosures. F.Provide pilot lights and either pushbutton stations or hand-off-automatic switches as required for the control of each item of equipment. Generally, pushbutton stations shall be used only where no interlock or remote functions are specified. Control devices shall be in the starter cover unless otherwise indicated. G.Provide auxiliary contacts on starters to accomplish interlocks and control as specified. Starter disconnecting means shall have auxiliary contacts to disconnect all control circuits when the starter is disconnected. H.Provide all three phase starters with three overload elements, one per phase. Overloads shall be solid state type. I.Equip each starter unit with a control power transformer, with 120 volt secondary, a secondary fuse in one leg and the other secondary leg grounded. J.Manual Starters: Where manual starters are indicated, they shall consist of a horsepower rated on-off switch, or hand-off-auto switch with a pilot light and overload element(s) in the same enclosure. Where the starter is installed in public areas, it shall be in a recessed box with a stainless steel coverplate. 2.3 ELECTRIC WATER HEATER A.Electric water heater shall be a packaged electric water heater with welded steel, glass lined tank, factory insulated and jacketed. Provide with a drain. B.Heating elements shall be direct immersion elements, Incaloy sheathed. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 3 CDG 22004 FFA 19038 EQUIPMENT C.Control shall be automatic. Thermostat shall be immersion type. Thermostat shall operate the magnetic contactors. D.Master Control Panel: Prewired and factory installed to contain the contactors, wiring and terminals. E.Provide with magnesium anode. F.Provide a Watts T & P relief valve piped full size to floor drain. G.Unit shall be UL listed. H.Capacity shall be as scheduled on the drawings. 2.4 FANS A.The fans indicated on the drawings shall be provided in accordance with the schedule on the drawings. B.All v-belt drives shall be a variable pitch type and shall be so selected that the specified fan performance occurs at approximately the midpoint of the adjustable range. Motor mounting shall be flexible to permit belt tightening. The static pressure tabulated in the schedule is for bidding purposes only. The fan shall be adjusted to achieve the air delivery specified and if changing of the motor and drive is required it shall be done at no increase in the contract. C.Motor and Drive: The motor shall be open drip proof NEMA T frame design to meet horsepower and electrical requirements specified. The adjustable v-belt drive shall be selected for a 1.4 service factor based on motor horsepower and shall be factory set for the specified rpm. The motor shall be mounted for alignment and tensioning the belts. Conduit shall be flexible. D.Provide isolators and flexible duct connections with each fan to limit the transmission of noise and vibration. E.Fans shall be AMCA rated as scheduled. F.Fans shall be furnished with backdraft dampers and disconnect. G.Fans shall be statically and dynamically balanced. H.Fans shall have factory-applied finish. I.Fan motors 1/8 HP and larger shall be permanent capacitor start type. 2.5 POWER ROOF VENTILATORS A.All roof mounted exhaust fans shall be of the low silhouette type with fan wheels mounted horizontally. All fan housings shall be corrosion resistant construction. All fans shall be equipped with ball bearings, permanently lubricated. Fans shall be resiliently mounted. B.Unless scheduled otherwise, all exhaust fans shall have backward inclined centrifugal wheels. C.All fans shall have backdraft dampers and bird screens. D.Refer to the drawings for special requirements. E.Curbs shall be factory-fabricated and furnished with the unit. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 4 CDG 22004 FFA 19038 EQUIPMENT F.Exhaust fans shall be as manufactured by Cook, Penn Ventilator, Jenn Aire Products Co. or Greenheck. 2.6 FILTERS A.Provide all filters specified herein and/or scheduled or shown on the drawings. All filters shall be erected in holding frames, tight fitting, with no bypass path. B.All filters of every type shall be UL listed Class I or II. C.Every air-handling device which supplies air to any space shall have a filter bank. No., size, and type of filters, shall be as scheduled on the drawings. D.All frames shall be fitted with new media at final acceptance. In addition provide 100% spare filters. 2.7 SIDE ACCESS FILTER HOUSINGS A.Side access filter housings shall be factory fabricated by the filter manufacturer. Dimensions and capacities shall be as scheduled. B.Housings shall be fabricated from 16 gauge galvanized steel. Housings shall have gasketed access doors on both sides with hinges and sealed with snap acting latches. Gaskets shall be continuous, airtight and replaceable. Filter rails shall receive the filters scheduled with no bypass. Rails shall be convertible to cartridge or bag type filters. Filters shall be retained by adjustable spring tension mechanisms with positive air seal around the frame. C.Side access filters shall have duct flanges on entering and leaving air sides. D.Support the housings on structural steel frames or on concrete pads as required. E.Test with soapsuds after erection to insure airtight construction. 2.8 DISPOSABLE MEDIUM EFFICIENCY FILTERS A.Filters shall be medium efficiency (30-35% based on ASHRAE 52-68) at a velocity of 500 FPM. Media shall be pleated, non woven reinforced cotton fabric supported by a welded wire grid with 95% open area. Frame shall be heavy-duty waterproof chipboard. Filter shall have not less than 4.5 square feet of media per foot of face area. Filters shall be equal to Farr 30/30 series. 2.9 DUCTLESS SPLIT SYSTEM COOLING ONLY UNITS A.System Description: The Air Conditioner system shall be a Mitsubishi Electric split system with Variable Speed Inverter Compressor technology. The system shall consist of a horizontal discharge, single phase outdoor unit, a matched capacity indoor section that shall be equipped with a wired wall mounted, wireless wall mounted and/or wireless hand held remote controller. B.Outdoor Unit Capacity: Model Numbers Cooling BTU/h PUY-A12NHA4 12,000 PUY-A18NHA4 18,000 PUY-A24NHA4 24,000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 5 CDG 22004 FFA 19038 EQUIPMENT C.Quality Assurance: 1.The units shall be tested by a Nationally Recognized Testing Laboratory (NRTL) and shall bear the ETL label. 2.All wiring shall be in accordance with the National Electrical Code (N.E.C.) and local codes as required. 3.The units shall be rated in accordance with Air-conditioning, Heating, and Refrigeration Institute’s (AHRI) Standard 210 and bear the ARI Certification label. 4.The units shall be manufactured in a facility registered to ISO 9001 and ISO 14001, which is a set of standards applying to environmental protection set by the International Standard Organization (ISO). 5.A dry air holding charge shall be provided in the indoor section. 6.The outdoor unit shall be pre-charged with R-410a refrigerant for 70 feet (20 meters) of refrigerant tubing.- PUY-42NHA4 for 100 feet (30 meters) of refrigerant tubing 7.System efficiency shall meet or exceed SEER values below: D.Delivery, Storage and Handling: 1.Unit shall be stored and handled according to the manufacturer’s recommendations. 2.The controller shall be shipped separately and shall be able to withstand 105°F storage temperatures and 95% relative humidity without adverse effect. E.Warranty: 1.The units shall have a manufacturer’s parts and defects warranty for a period five (5) year from date of installation. The compressor shall have a warranty of seven (7) years from date of installation. If, during this period, any part should fail to function properly due to defects in workmanship or material, it shall be replaced or repaired at the discretion of the manufacturer. This warranty does not include labor. 2.Manufacturer shall have over thirty (30) years of continuous experience in the U.S. market. F.Outdoor Unit Design: 1.The outdoor unit shall be compatible with the four different types of indoor units (PCA - ceiling suspending, PEA / PEAD – ducted, PKA - wall mounted and PLA - four way recessed ceiling cassette). The connected indoor unit shall be of the same capacity as the outdoor unit. Option: Indoor unit Twinning is allowed as described in 2. below. 2.Models PUY-A24NHA4 and PUY-A36NHA4 shall have the option to connect to two, one-half capacity, indoor units (PKA, PEA and/or PLA type), within the same confined space, to improve air distribution (total combined indoor unit capacity shall be equal to that of the outdoor unit). 3.The outdoor unit shall be equipped with an electronic control board that interfaces with the indoor unit to perform all necessary operation functions. 4.The outdoor unit shall be capable of cooling operation down to 0°F (-18°C) ambient temperature without additional low ambient controls (optional wind baffle shall be required). PUY-A30NHA4 30,000 PUY-A36NHA4 33,500/34,000 PUY-A42NHA4 42,000 When used with Indoor Unit Minimum SEER PCA Ceiling Suspended Type 14.4 PEA / PEAD Ducted Type 13.8 PKA Wall Mounted Type 14.0 PLA Ceiling Recessed Cassette Type 13.5 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 6 CDG 22004 FFA 19038 EQUIPMENT 5.The outdoor unit shall be able to operate with a maximum height difference of 100 feet (30 meters) between indoor and outdoor units. 6.System shall operate at up to a maximum refrigerant tubing length of 100 feet (30 meters) for the 12,000 and 18,000 and 165 feet (50 meters) for the 24,000, 30,000, 36,000, and 42,000 BTU/h units between indoor and outdoor units without the need for line size changes, traps or additional oil. Models PUY-A12/18/24/30/36NHA4 shall be pre-charged for a maximum of 70 feet (20 meters) of refrigerant tubing – PUY-A42NHA4 for 100 feet (30 meters). 7.The outdoor unit shall be completely factory assembled, piped, and wired. Each unit must be test run at the factory. 8.Outdoor unit sound level shall not exceed: G.Cabinet: 1.The casing shall be constructed from galvanized steel plate, finished with an electrostatically applied, thermally fused acrylic or polyester powder coating for corrosion protection and have a Munsell 3Y 7.8/1.1 finish. 2.Mounting feet shall be provided and shall be welded to the base of the cabinet and be of sufficient size to afford reliable equipment mount and stability. 3.Easy access shall be afforded to all serviceable parts by means of removable panel sections. 4.The fan grill shall be of ABS plastic. 5.Cabinet mounting and construction shall be sufficient to withstand 155 MPH wind speed conditions for use in Hurricane condition areas. Mounting, base support, and other installation to meet Hurricane Code Conditions shall be by others. H.Fan: 1.Models PUY-A18/24/30/36NHA4 shall be furnished with a single DC fan motor. Model PUY- A42NHA4 shall have two (2) DC fan motors. 2.The fan blade(s) shall be of aerodynamic design for quiet operation, and the fan motor bearings shall be permanently lubricated. 3.The outdoor unit shall have horizontal discharge airflow. The fan shall be mounted in front of the coil, pulling air across it from the rear and dispelling it through the front. The fan shall be provided with a raised guard to prevent external contact with moving parts I.Coil: 1.The L shaped condenser coil shall be of copper tubing with flat aluminum fins to reduce debris build up and allow maximum airflow. The coil shall be protected with an integral metal guard. The installing contractor shall fabricate an expanded metal grate to attach to the wire guard. The expanded metal shall function as a hail guard. A hail guard sufficient to prevent damage to the outdoor unit in the event of a hail storm shall be provided in the field. 2.Refrigerant flow from the condenser shall be controlled by means of an electronic linear expansion valve (LEV) metering device. The LEV shall be controlled by a microprocessor controlled step motor. 3.All refrigerant lines between outdoor and indoor units shall be of annealed, refrigeration grade copper tubing, ARC Type, meeting ASTM B280 requirements, individually insulated in twin-tube, flexible, closed-cell, CFC-free (ozone depletion potential of zero), elastomeric material for the Model Numbers Cooling PUY-A12NHA4 46 dB(A) PUY-A18NHA4 48 dB(A) PUY-A24NHA4 48 dB(A) PUY-A30NHA4 48 dB(A) PUY-A36NHA4 48 dB(A) PUY-A42NHA4 51 dB(A) CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 7 CDG 22004 FFA 19038 EQUIPMENT insulation of refrigerant pipes and tubes with thermal conductivity equal to or better than 0.27 BTU-inch/hour per Sq Ft / °F, a water vapor transmission equal to or better than 0.08 Perm-inch and superior fire ratings such that insulation will not contribute significantly to fire and up to 1” thick insulation shall have a - Flame-Spread Index of less than 25 and a Smoke-development Index of less than 50 as tested by ASTM E 84 and CAN / ULC S-102. J.Compressor: 1.The compressor for models PUY-A12/18/24/30/36NHA4 shall be a DC twin-rotor rotary compressor with Variable Speed Inverter Drive Technology. The compressor for model PUY- A42NHA4 shall be a Frame Compliant Scroll compressor with Variable Speed Inverter Drive Technology. 2.The compressor shall be driven by inverter circuit to control compressor speed. The compressor speed shall dynamically vary to match the room load for significantly increasing the efficiency of the system which shall result in significant energy savings. 3.To prevent liquid from accumulating in the compressor during the off cycle, a minimal amount of current shall be automatically, intermittently applied to the compressor motor windings to maintain sufficient heat to vaporize any refrigerant. No crankcase heater is to be used. 4.The outdoor unit shall have an accumulator and high pressure safety switch. The compressor shall be mounted to avoid the transmission of vibration. K.Electrical: 1.The electrical power of the unit shall be 208volts or 230 volts, single phase, 60 hertz. The unit shall be capable of satisfactory operation within voltage limits of 187 volts to 253 volts. 2.Power for the indoor unit shall be supplied from the outdoor unit via Mitsubishi Electric A- Control using three (3) fourteen (14) gauge AWG conductors plus ground wire connecting the units. 3.The outdoor unit shall be controlled by the microprocessor located in the indoor unit. 4.The control signal between the indoor unit and the outdoor unit shall be pulse signal 24 volts DC. 5.The unit shall have Pulse Amplitude Modulation circuit to utilize 98% of input power supply. L.Operating Range: Operating Range Indoor Air Intake Temperature Outdoor Air Intake Temperature Cooling Maximum D.B. 95°F (35°C) W.B. 71°F (21.7°C) D.B. 115°F (46°C) Minimum D.B. 67°F (19.4°C) W.B. 57°F (13.9°C) D.B. 0°F (-18°C)* * Requires wind baffle – without wind baffle: D.B. 23°F (-5°C) Unit shall be able to provide 100% capacity when operating at 0ºF outdoor air temperature and a wind baffle is used. M.Indoor Unit Design: PKA Wall Mounted Type: The indoor unit shall be factory assembled, wired and tested. Contained within the unit shall be all factory wiring and internal piping, control circuit board and fan motor. The unit, in conjunction with the wired wall-mounted controller, wireless wall-mounted controller or wireless handheld controller, shall have a self-diagnostic function, 3-minute time delay mechanism, an auto restart function, and a test run switch. Indoor unit and refrigerant pipes shall be purged with dry nitrogen before shipment from the factory. Wall Mounted Type Indoor Units Model Number Cooling Capacity PKA-A12HA4 12,000 PKA-A18HA4 18,000 PKA-A24KA4 24,000 PKA-A30KA4 30,000 PKA-A36KA4 34,200 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 8 CDG 22004 FFA 19038 EQUIPMENT 1.Unit Cabinet: The cabinet shall be formed from high strength molded plastic with smooth finish, flat front panel design with access for filter. Cabinet color shall be white – Munsell 1.0Y 9.2/0.2. The unit shall be wall mounted by means of a factory supplied, pre-drilled, mounting plate. 2.Fan: The indoor unit fan shall be high performance, double inlet, forward curve, direct drive sirocco fan with a single motor. The fans shall be statically and dynamically balanced and run on a motor with permanently lubricated bearings. The indoor fan shall consist of three (3) speeds: Low, Mid, and Hi and Auto. The fan shall have a selectable Auto fan setting that will adjust the fan speed based on the difference between controller set-point and space temperature. Indoor unit sound level shall not exceed the levels below: Model Number Low Speed Mid Speed High Speed PKA-A12HA4 36 dB(A) 40 dB(A) 43 dB(A) PKA-A18HA4 36 dB(A) 40 dB(A) 43 dB(A) PKA-A24KA4 39 dB(A) 42 dB(A) 45 dB(A) PKA-A30KA4 39 dB(A) 42 dB(A) 45 dB(A) PKA-A36KA4 43 dB(A) 46 dB(A) 49 dB(A) 3.Vane: There shall be a motorized horizontal vane to automatically direct air flow in a horizontal and downward direction for uniform air distribution. The horizontal vane shall significantly decrease downward air resistance for lower sound levels, and shall close the outlet port when operation is stopped. There shall also be a set of vertical vanes to provide horizontal swing airflow movement. 4.Filter: Return air shall be filtered by means of an easily removable washable filter. 5.Coil: The evaporator coil shall be of nonferrous construction with pre-coated aluminum strake fins on copper tubing. The multi-angled heat exchanger shall have a modified fin shape that reduces air resistance for a smoother, quieter airflow. All tube joints shall be brazed with PhosCopper or silver alloy. The coils shall be pressure tested at the factory. A condensate pan and drain shall be provided under the coil. An optional drain pan level switch (DPLS1), designed to connect to the control board, shall be provided if required, and installed on the condensate pan to prevent condensate from overflowing. [Option: A condensate mini-pump shall be provided to provide a means of condensate disposal when a gravity drain is not available.] 6.Electrical: The electrical power of the unit shall be 208 volts or 230 volts, 1 phase, 60 hertz. The system shall be capable of satisfactory operation within voltage limits of 187 volts to 253 volts. The power to the indoor unit shall be supplied from the outdoor unit, using the Mitsubishi Electric A-Control system. For A-Control, a three (3) conductor AWG-14 wire with ground shall provide power feed and bi-directional control transmission between the outdoor and indoor units. 7.Performance: Each system shall perform in accordance to the ratings shown in the table below. Cooling performance shall be based on 80°F DB, 67°F WB (26.7°C DB, 19.4°C WB) for the indoor unit and 95°F DB, 75°F WB (35°C DB, 29.3°C WB) for the outdoor unit. System Model Number Cooling Capacity Btu/h TPW Cooling SEER CFM (Hi/Dry) PKA-A12HA4 6,000 – 12,000 1,190 15.2 425 PKA-A18HA4 8,000 – 18,000 2,240 15.3 425 PKA-A24KA4 12,000 – 24,000 2,270 17.0 775 PKA-A30KA4 12,000 – 30,000 4,130 15.5 775 PKA-A36KA4 12,000 – 34,200 5,030 14.0 920 TPW = Total Power Watts 8.System Control: The control system shall consist of a minimum of two (2) microprocessors, one on each indoor and outdoor unit, interconnected by a single non-polar two-wire cable. The microprocessor located in the indoor unit shall have the capability of monitoring return air temperature and indoor coil temperature, receiving and processing commands from a wireless or wired controller, providing emergency operation and controlling the outdoor unit. The control CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 9 CDG 22004 FFA 19038 EQUIPMENT signal between the indoor and outdoor unit shall be pulse signal 24 volts DC. Indoor units shall have the ability to control supplemental heat via connector CN152 and a 12 VDC output. a.The indoor unit control board shall have auxiliary control contact connectors to provide: Function / Model PCA PEA / PEAD PKA PLA CN-2L – Lossnay Control X X X X CN-24(152) Back-up Heat X X X X CN-32 – Remote Switch X X X X CN-51 – Central Control X X X X CN-105 – IT Terminal X X X X X = Included b.Remote Controllers: All remote controllers need to be ordered separately from the unit. Wired Remote Controller (PAR-21MAA): The Wired Remote Controller (PAR-21MAA) shall be approximately 5” x 5” in size and white in color with a light-green LCD display. The PAR-21MAA shall support a selection from multiple languages (Spanish, German, Japanese, Chinese, English, Russian, Italian, or French) for display information. There shall be a built-in weekly timer with up to 8 pattern settings per day. The controller shall consist of an On/Off button, Increase/Decrease Set Temperature buttons, a Cool/Auto/Fan/Dry mode selector, a Timer Menu button, a Timer On/Off button, Set Time buttons, a Fan Speed selector, a Ventilation button, a Test Run button, and a Check Mode button. The controller shall have a built-in temperature sensor. Temperature shall be displayed in either Fahrenheit (°F) or Celsius (°C), and Temperature changes shall be by increments of 1°F (0.5°C). The PAR-21MAA shall have the capability of controlling up to a maximum of 16 systems, as a group with the same mode and set-point for all, at a maximum developed control cable distance of 1,500 feet (500 meters). The control voltage from the wired controller to the indoor unit shall be 12/24 volts, DC. Field wiring shall run directly from the indoor unit to the wall mounted controller with no splices. Up to two wired controllers shall be able to be used to control one unit. c.The basic functions are: Wired Remote Controller (PAR-21MAA) Item Description Number of Units Controllable 16 units as 1 group ON/OFF Run and stop operation Operation Mode Switches between Cool/Dry/Auto/Fan/Heat. Temperature Setting (Range and modes depend on connected unit model) Sets the setpoint temperature in the following range Cool/Dry: 67°F-87°F Heat: 63°F-83°F Auto: 67°F-83°F Fan Speed Setting (Range and modes depend on connected unit model) Hi/Mid-2/Mid-1/Low/Auto Air Flow Direction Setting (Air flow direction settings depend on the unit model) Air flow direction angles 100%-80%-60%-40%, Swing. Weekly Scheduler ON/OFF/Temperature setting can be done up to 8 times one day in the week. The time can be set by the 1-minute interval. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 10 CDG 22004 FFA 19038 EQUIPMENT Wired Remote Controller (PAR-21MAA) Item Description Operating Conditions Display Setpoint and room temperature. Sensing can be done at the remote controller or the indoor unit depending on the indoor unit dipswitch setting Liquid, discharge, indoor and outdoor pipe temperatures LEV opening pulses, sub cooling and discharge super heat Compressor Operating Conditions: Running current, frequency, input voltage, On/Off status and operating time Error When an error is currently occurring on an air conditioner unit, the afflicted unit and the error code are displayed Ventilation Equipment Up to 16 indoor units can be connected to an interlocked system that has one LOSSNAY unit. LOSSNAY items that can be set are “Hi”, “Low”, and “Stop”. Ventilation mode switching is not available. Auto Lock Out Function Setting/releasing of simplified locking for remote control buttons can be performed. Locking of all buttons Locking of all buttons except ON/OFF button 2.10 ROOFTOP AIR CONDITIONING UNITS - SINGLE ZONE A.Furnish and install where shown on the drawings, complete summer-winter rooftop mounted air conditioning units as shown and scheduled on the drawings and as herein specified. Lennox, Carrier, General Electric or Trane units will be acceptable. Units must be of the same manufacture as indicated on the nameplate. B.Equipment: Each basic unit shall be completely factory assembled and test ran before shipment. Roof mounting frame and thermostat shall be separately furnished and installed on this job. C.The size of the complete unit shall not exceed those indicated on the scale drawings. If supply and return air connections require duct modifications from that shown on the drawings, the Contractor shall submit revised drawings for the Architect's review before installation. D.All electrical components shall carry the Underwriters' Laboratories Label. E.Cabinet Construction: All components of each unit shall be contained in a single weatherproof casing. The cabinet shall be constructed of heavy gauge galvanized steel. Exterior panels shall have a durable finish coat of outdoor acrylic enamel. Basic unit shall occupy the entire roof curb assembly. F.All exterior panels of the conditioned air portion of each unit shall be lined with 1" thick fiberglass insulation. In addition the entire bottom of the unit shall be insulated with fiberglass. G.Hail Guard Screen: Entire condenser coil shall be covered with 18 gauge, 1/2" mesh galvanized wire screen. H.Heating Section: Natural gas heating capacity as scheduled on the drawings shall be furnished in the unit. Burners using 100% secondary air shall be furnished and operation shall not be affected by wind or atmospheric conditions. Burners shall have dual limits and 100% safety shut-off. High voltage ignition and re-ignition and all necessary operating and safety controls shall be furnished. Standing pilots are not acceptable. Heat exchangers on all sizes of units shall be constructed of aluminized steel. I.Entire unit shall be AGA approved for firing with entering air at any temperature. J.Heat exchanger shall be warranted for a period of ten years. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 11 CDG 22004 FFA 19038 EQUIPMENT K.Cooling Section: The cooling method shall be direct expansion coils with mechanical refrigeration. Coils shall have copper tubes with aluminum fins. Capacity shall be as scheduled on the plans. Provide crankcase heaters and safety protection for low suction and overcurrent. Units three tons and larger shall have expansion valves. L.The cooling system shall be rated according to ARI standard 210. System shall be fully charged with refrigerant. Compressors shall be warranted for five (5) years. M.Damper Section: An automatically controlled, multi-position interconnected system for handling outside air, return air and exhaust air shall be included in each unit, with mixed air thermostat and multi-position motor. N.This system of dampers shall maintain a positive relationship between each element so that all dampers move in unison, when required amounts of outside and return air are supplied. An exhaust-relief damper shall be included. O.All damper linkage for this system shall be adjustable. P.All damper blade bearings shall be made of a permanently lubricated corrosion-proof plastic material. Q.Outside air intakes shall employ rain eliminator louvers. R.Damper blades shall be lined with urethane foam to provide a tight seal and quiet operation. S.Filter Section: Filters shall be factory furnished with each unit. Filter media shall be 1" thick fiberglass or polyurethane. Outside and return air shall be separately filtered. Separate filters may be factory supplied or field fabricated. Each unit shall have a separately filtered minimum fresh air intake complete with hood and screen. Filter face velocity shall not exceed 400 FPM. T.Blowers: Each unit shall be equipped with forward curved blower wheels. Units up thru 5 tons cooling capacity shall have direct driven blowers with PSC multi-speed motors, or belt driven blowers. Units with over 5 tons cooling capacity shall have belt driven blowers. The belt tension shall be easily adjustable. U.Vibration Isolation: The refrigeration compressors and the indoor fan system shall have rotating parts spring isolated from the unit cabinet to minimize transmission of vibration. Fan motors 1/2 HP and under shall be resiliently mounted. The condenser fan motors and the combustion air fan motors shall be resiliently mounted. V.Temperature Controls: Temperature controls shall be furnished as standard by the unit manufacturer. Thermostats shall be automatic changeover type equal to Minneapolis Honeywell T874/Q674D non- switching subbase (wired for automatic change-over, and auto fan, see below), and # TG504 thermostat guard. The control power circuit for each new unit shall originate in a central time clock to control all the units from a single point. The time clock shall be Tork #DG180 digital, with battery back-up, and skip-a-day feature. The control circuit shall be on a hand-off-auto switch with the time clock in the auto branch. In addition, furnish an appropriately labeled "dust switch" mounted on a stainless steel coverplate to override the economizer controls and close the outside air damper. W.Condensate Drain: Refer to the plumbing drawings for piped condensate drain. Penetrations shall be inside the roof curb where possible. Provide deep seal p-trap for all condensate drains. X.Roof Mounting Frame: 1.A 13" high galvanized roof mounting frame supplied by the unit manufacturer shall be furnished and installed for the unit. 2.This frame shall include a 2"x4" nailer secured to the sides to facilitate flashing. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 237000 - 12 CDG 22004 FFA 19038 EQUIPMENT 3.This frame shall exactly fit the unit and shall be approved by the National Roofing Contractors Association. 4.This frame shall be set level and squared according to the manufacturer’s instructions and secured to the building as detailed on the plans. 5.All connections to the unit shall be made from bottom within the confines of the frame. 2.11 TOUCHSCREEN PROGRAMMABLE THERMOSTAT A.Programmable thermostats shall be equal to Honeywell VisionPRO 8000 series TB8220 commercial thermostat with touchscreen LCD screen. Features shall include large backlit digital display and touchscreen interaction. Unit shall be equipped with real time clock with battery backup during power failures and automatic compensation for daylight savings time. Unit shall be capable of seven-day program with intuitive, menu-driven, on-screen programming. Unit shall include Heat - Cool - Auto feature for compliance with International Energy Conservation Code. Unit shall include multiple HOLD options to temporarily override programming. Unit shall control within one degree Fahrenheit. Unit shall be equipped with up to three heat and two cool stages and shall be heat-pump compatible. Coordinate stages and heat-pump compatibility with equipment served by each thermostat. Unit shall carry a 5-year warranty. PART 3 - EXECUTION (Not Used) END OF SECTION 237000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 238000 - 1 CDG 22004 FFA 19038 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS SECTION 238000 - TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS PART 1 - GENERAL 1.1 NOTE A.Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SCOPE A.Contractor shall include in his bid a complete NEBB certified TAB report for all air systems. B.This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with the testing, balancing and adjusting of various systems and portions thereof to produce proper flows of air and water, correct setting of regulation devices, and other end results as more fully described hereinafter. C.Upon completion of the installation and start up of the mechanical equipment, check, adjust, and balance systemic components to obtain optimum conditions in each conditioned space to the building. D.Prepare and submit to the Architect complete reports on the balance and operation of the system. E.Make a total of three inspections within 90 days after occupancy of the building to insure that satisfactory conditions are being maintained throughout and to satisfy any unusual conditions. F.Make inspections in the building during the opposite season from that in which the initial adjustments were made and at those times make any necessary modifications to the initial adjustments required to produce optimum operation of the systemic components, to produce the proper conditions in each conditioned space. G.During the balancing, the temperature regulation shall be adjusted for proper relationship between controlling instruments and calibrated by the Contractor. The correctness of the final setting shall be proved by taking hourly readings for a period of 4 successive eight hour days in a typical room on each separately controlled zone. The total variation shall not exceed two degrees from the preset median temperature during the entire temperature survey period. H.In all fan systems, the air quantities shown on the plans may be varied as required to secure a maximum temperature variation of 2 degrees within each separately controlled zone, but the total air quantity indicated for each zone must be obtained. It shall be the obligation of the Contractor to furnish or revise fan drives and/or motors if necessary, without cost to the Owner, to attain the specified air volumes. I.Before final acceptance is made, furnish the following data: 1.A tabulation of the simultaneous temperature of all spaces on each separately controlled zone, together with the outside temperature at time of measurement. 2.A listing of the measured air quantities at each outlet corresponding to the temperature tabulation specified above. 3.Air quantities at each return and exhaust air handling device. 4.Flow rate and temperature at each coil and heating device. 5.Static pressure readings entering and leaving each supply, and exhaust fan, and other components of the system. These readings shall be related to fan curves in terms of CFM handled. 6.Motor current readings at each fan and pump. The voltages at the time of the reading shall be listed. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 238000 - 2 CDG 22004 FFA 19038 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS J.The above data shall be neatly entered on appropriate forms together with any typed supplements required to completely document all results. Written explanations of any abnormal conditions shall be included. All this shall be assembled into a suitable brochure and a total of 4 copies shall be provided. K.When opposite season modifications are made, additional data sheets indicating new settings, readings, etc., shall be prepared and submitted in quadruplicate. 1.3 INSTRUCTIONS A.During the test periods instruct the building operating personnel in the operation and maintenance of all equipment. B.Deliver to the Owner 3 complete instruction manuals covering the maintenance and operation of the system components. In addition, provide schematic wiring diagrams of each piece of equipment framed under glass and mounted on the wall as directed. Provide complete data on all equipment, including for each item a parts list, and the name and address of the vendor where replacement parts can be purchased. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 238000 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260100 - 1 CDG 22004 FFA 19038 BASIC ELECTRICAL REQUIREMENTS SECTION 260100 – BASIC ELECTRICAL REQUIREMENTS PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SCOPE A.The work included in Division 16 of the Specifications includes all electrical work, interior and exterior to the project. Provide all materials, labor, equipment, transportation, tools, permits, fees, and supervision to install, test and make operational the complete electrical systems. 1.3 QUALITY ASSURANCE A.Referenced Standards: Provide and install products in accordance with referenced standards. Comply with the standards listed in each section. B.Codes: The electrical work shall be in accordance with latest edition of the following codes: 1.National Electrical Code 2.National Electrical Safety Code 3.Life Safety Code 4.International Building Code 5.City of Lubbock Electrical Ordinance 6.State of Texas codes as applicable 7.National Fire Protection Association 8.Other codes as referenced in individual sections C.Material Standards: Materials and equipment shall be listed or labeled as defined in Article 100 of the National Electrical Code (NEC), by a testing agency acceptable to the Owner. Materials shall be marked for their intended use. D.Permits and Inspections: Obtain all permits and inspections for the installation of the work and pay all charges incident thereto. Deliver to the Owner all certificates of inspections issued by authorities having jurisdiction. 1.4 SUBMITTALS A.Provide submittals for equipment as listed in each Section. B.Submittals shall include descriptive material, catalog sheets, diagrams, performance curves, and charts published by the manufacturer to show conformance with drawings and specifications. C.Provide complete electrical characteristics for all equipment. Lighting submittals shall include photometric data. D.Submittals shall be clearly marked showing the individual item offered. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260100 - 2 CDG 22004 FFA 19038 BASIC ELECTRICAL REQUIREMENTS E.All electrical submittals shall be bound in a book, indexed by specification section, and certified that they have been checked by the contractor. F.Omissions from the submittal of any material which has been shown on the drawings or specified, does not relieve the contractor from furnishing and installing the item. 1.5 WARRANTY A.The contractor warrants the material and equipment installed to be free from defects for a period of one year after acceptance by the owner. All defects in labor or materials occurring during this period shall be repaired or replaced. PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A.The electrical equipment specified and shown on the drawings is based on information available at the time of design. If the equipment furnished has different electrical requirements, the contractor shall make the required changes to the wire, conduit, controls, overcurrent protection, switchgear, and installation as required to accommodate the equipment supplied, without additional charge to the owner. The cost for such adjustments shall be assigned to the respective section of this Specification under which the equipment is furnished. 2.2 MATERIALS A.All materials shall be UL labeled where a Standard exists for the product. If the product does not bear the UL label, the manufacturer shall submit documentation from an independent testing laboratory, acceptable to the authority having jurisdiction, showing evidence that the product is suitable for the installation. B.Materials and equipment shall be the standard products in current production of manufacturers regularly engaged in the production of such equipment. C.All materials shall be new and free from defects. Materials of the same type shall be the product of one manufacturer. D.All material and equipment shall be installed, applied, and handled in accordance with the manufacturer’s recommendations and standards. E.Where no specific material is mentioned, provide the required material from a reputable manufacturer. The material shall conform to the project requirements, and shall be suitable to the engineer. PART 3 - EXECUTION 3.1 GENERAL A.Fabricate, erect, and install the complete electrical systems in accordance with accepted good practice by qualified personnel who are licensed and experienced in such work. Proceed in an orderly manner so as not to impede the progress of the project. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260100 - 3 CDG 22004 FFA 19038 BASIC ELECTRICAL REQUIREMENTS 3.2 DRAWINGS A.The electrical drawings are diagrammatic. Carefully coordinate the work with structural, architectural, and mechanical conditions. Make adjustments to avoid conflicts. B.The locations shown for electrical equipment is approximate and not intended to convey the exact details of installation. Exact locations are to be determined in the field by actual measurements. C.The contractor is responsible for fitting the equipment and material into the space. If the equipment furnished requires different space conditions than shown on the drawings, the contractor shall arrange for such space and shall submit a drawing indicating the exact details of installation prior to construction. D.Do not scale drawings. Layout electrical equipment using dimensions obtained from the manufacturer of the equipment and from field measurements. 3.3 SITE INVESTIGATION A.Prior to submitting bids, visit the site and become aware of existing conditions that may affect the cost of the project. Include in the bid the work required to remove, extend, relocate, reconnect or modify existing equipment or systems, and to restore them to their original condition. 3.4 MATERIALS HANDLING AND STORAGE A.Handle materials in accordance with the manufacturer’s standards and recommendations. B.All materials, except those specifically designed to be installed outdoors, shall be stored in an enclosed, dry building or trailer. Protect all stored equipment from damage. Remove damaged materials from the premises. C.Equipment and materials shall not be installed until such time as the environmental conditions of the job site are suitable to protect the equipment and materials. They shall be protected from water, direct sunlight, cold and heat unless designed for such conditions. 3.5 CUTTING AND PATCHING A.Sleeve or cut all openings in walls, floors, ceilings and roof required to install the electrical work. B.Do not cut structural members unless specific permission is granted by the structural engineer. C.Patch all openings after installation of the work, and repair any damage caused by this activity. Restore the surface to its original condition. 3.6 PAINTING A.Refer to PAINTING Section of these Specifications. B.Touchup scratched or marred surfaces of all electrical equipment with paint obtained from the equipment manufacturers specifically for that purpose. Remove all oil, dirt, grease and foreign material before painting and prepare the surface as recommended by the manufacturer. C.Where plywood backboards are used to mount equipment, paint backboards with two coats of light gray semi-gloss paint. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260100 - 4 CDG 22004 FFA 19038 BASIC ELECTRICAL REQUIREMENTS 3.7 TESTING A.Provide all field-testing specified in the individual specification sections. 3.8 RECORD DOCUMENTS A.Provide record documents as required in Division 1 of the specifications. 3.9 OPERATION AND MAINTENANCE INSTRUCTIONS A.Provide Operation and Maintenance manuals as required in Division 1 of the specifications. B.Before final inspection, instruct the owner’s personnel in operation of the systems under this Division. Use the Operation and Maintenance Manual as basis for the instruction. Review the contents of the manual in detail and explain all aspects of operation and maintenance. C.Prepare and insert additional data in the manual when need for such data becomes apparent during instruction. END OF SECTION 260100 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260518 - 1 CDG 22004 FFA 19038 WIRES AND CABLES SECTION 260518 – WIRES AND CABLES PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A.Submit catalog data sheets on all conductors and cables and wire. 1.3 SCOPE A.Under this Section, furnish and install all building wires and cables (600 volts and below) complete with connectors and terminations. Exterior branch circuits and feeders are also included in this section. Wiring for communication and alarm systems are included in their respective sections unless they reference this Section. 1.4 QUALITY ASSURANCE A.Referenced Standards. Provide products which comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1.National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2.Underwriters Laboratories, Inc. (U.L.) UL 44 Thermoset-Insulated Wires and Cables UL 83 Thermoplastic-Insulated Wires and Cables UL 486 Wire Connectors and Soldering Lugs UL 510 Insulating Tape PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable. 1.Insulated Cable: a.Southwire Co. b.Senator Wire & Cable Co. c.Okonite d.Anaconda e.Pirelli Cable Co. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260518 - 2 CDG 22004 FFA 19038 WIRES AND CABLES 2.Electrical Spring Connectors: a.Scotch b.Ideal c.Buchanan 3.Compression Connectors: a.Burndy b.Scotch c.Ilsco 4.Mechanical Connectors: a.Burndy b.Scotch c.Ideal 5.Insulating Kits: a.Raychem b.Scotch 6.Insulating Tape: Scotch 2.2 CONDUCTORS A.Type: Soft drawn copper, UL listed, rated at 600 volts, free from flaws and imperfections. Conductors no. 10 and smaller shall be solid. Conductors larger than no. 10 shall be stranded. B.Insulation: Unless otherwise indicated on the drawings, otherwise specified in other Sections, or otherwise required by the National Electrical Code, conductors shall have type THHN/THWN or XHHW insulation. C.High Temperatures: Use type RHH or RHW-2 for wiring in proximity to boilers and other devices subject to high temperatures. D.Markings: Conductors shall be marked on the surface with rated voltage, size, type, and manufacturer. The size shall be repeated at intervals not exceeding 24 inches, with the remaining data repeated at intervals not exceeding 40 inches. E.Performance: Conductors shall be electrically continuous and free from shorts or grounds. All open or shorted conductors shall be replaced. All conductors with damaged insulation shall be removed and replaced with new conductors free from defects. F.Conductors and cables installed open in ceiling plenums shall be plenum-rated. 2.3 JOINTS AND SPLICES A.Solid Conductors (No. 10 AWG and smaller): U.L. approved, screw-on, electrical spring connectors, 600 volt, 105C, insulated. B.Stranded Conductors (No. 8 and Larger): Crimp type compression connectors properly selected for the conductor size and material. All connectors shall be applied with properly sized dies and tools as CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260518 - 3 CDG 22004 FFA 19038 WIRES AND CABLES recommended by the manufacturer. Insulate the splice with an insulating kit providing 600 volt, 90C rating. 2.4 COLOR CODING A.Equipment Grounding Conductors: 1.Equipment grounding conductors shall be green. Grounding conductors from isolated grounding system shall be green with yellow stripes. 2.Equipment grounding conductors, no. 6 awg and smaller shall have continuous color-coding the entire length of the conductor. Sizes larger than no. 6 awg shall be permitted to be identified at each end, and at every point where the conductor is accessible. The marking shall consist of green tape, or green adhesive labels. B.Neutral Conductors: 1.Neutral conductors shall be white or natural gray. 2.Where systems of different voltages are installed, the neutral of the lower voltage shall be white or natural gray, and the neutral of the higher voltage shall have three continuous white stripes on other than green insulation. 3.Sizes no. 6 awg, or smaller shall have continuous color-coding the entire length of the conductor. Larger sizes shall be permitted to be identified at each end, and at every point where the conductor is accessible. The marking shall consist of white tape or stripped tape or white adhesive labels. C.Phase Conductors: 1.Conductors no. 10 awg and smaller shall have continuous color-coding the entire length of the conductor. Larger sizes shall be permitted to be identified at each end, and at every point where the conductor is accessible. The marking shall consist of colored tape, or colored adhesive labels. 2.The color-coding system employed shall be permanently posted on the inside door of each branch- circuit panelboard. The posting shall identify the color-coding of each phase conductor and shall be applied to the inside of the door with adhesive. 3.120/208 volt, 3 phase system: Phase A – Black Phase B – Red Phase C – Blue 4.277/480 volt, three phase system: Phase A – Yellow Phase B – Brown Phase C – Orange PART 3 – EXECUTION 3.1 INSTALLATION OF WIRING A.Install all wiring in raceways unless specified otherwise. B.Wire Pulling: Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. All conductors to be installed in a single conduit shall be pulled in together. Use U.L. listed cable pulling compound where necessary. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260518 - 4 CDG 22004 FFA 19038 WIRES AND CABLES C.Cable Lubricants: All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non-injurious to the insulation on which they are used. D.Wire Sizing: 1.No wire shall be smaller than no. 12, except for signal and control circuits, or lighting fixture taps. 2.Receptacle and motor branch circuits – Use no. 12 conductors unless noted or scheduled otherwise. 3.120 volt, 20 amp lighting and receptacle branch circuits – Where the length of run from panelboard to first lighting outlet or receptacle exceeds 85 feet use no. 10 conductors; otherwise use no. 12. 4.277 volt, 20 amp lighting branch circuit – Where the length of run from panelboard to first lighting outlet exceeds 175 feet, use no. 10 conductors; otherwise use no. 12. 5.Where more than three current-carrying conductors are installed in the same conduit or raceway, the conductors shall be increased in size as required to maintain the required ampacity after application of the adjustment factors of NEC Table 310-15(b)(2)(a). 6.All branch circuit wiring connected to the load side of dimmers shall have an individual neutral installed with each circuit. E.Joints and Splices: 1.Make joints and splices only where necessary and only at outlet boxes, wiring troughs and other enclosures permitted by the NEC. All joints shall be mechanically and electrically secure. 2.Do not splice conductors in panelboards, safety switches, switchboards, motor control centers or motor control enclosures. 3.Conductors for use with insulated spring connectors shall be twisted together prior to application of the connector. F.Terminations: Tighten electrical connections and terminations in accordance with the manufacturer’s published values. A calibrated tool shall be used to insure proper torque values. G.Bundling: Bundle all conductors in panelboards, cabinets, pullboxes and the like using nylon straps made for this purpose. Bundle conductors larger than no. 10 in individual circuits. Bundle smaller conductors in larger groups. H.Identification: Refer to ELECTRICAL IDENTIFICATION SECTION. 1.Mark conductors to clearly identify each circuit by number. Securely attach to each conductor in each junction box, pull box, panelboard, etc. 2.The cover of each junction box and pullbox shall be marked with the designations of each circuit contained therein. 3.Where colored plastic tape is applied to conductors for identification, use half-lapped turns for a distance of 6 inches from the terminal points and in boxes where taps and splices are made. Apply the last two turns with no tension to prevent unwinding. Use 1-inch wide tape applied to avoid obscuring cable identification markings. 3.2 FIELD TESTING A.Tests and procedures shall be in accordance with the applicable IPCEA standards. Furnish all instruments, equipment and personnel required for testing. Submit test data to the engineer on data sheets in a format that can be compared with future testing. All test data shall be included in the project operating manual. B.Test wires and cables for electrical continuity and short circuits. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260518 - 5 CDG 22004 FFA 19038 WIRES AND CABLES C.Prior to terminating, check each service and feeder conductor with megohmmeter to determine the insulation resistance with respect to ground and other phases. Applied potential shall be 1000 volts dc for 1 minute. D.Test cable mechanical connections to the manufacturer’s recommended values using calibrated torque wrench. E.Energize circuits and demonstrate proper operation. END OF SECTION 260518 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260525 - 1 CDG 22004 FFA 19038 GROUNDING AND BONDING SECTION 260525 – GROUNDING AND BONDING PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A.Submit product data sheets for all grounding equipment. 1.3 SCOPE A.Furnish and install grounding equipment and systems as specified herein. Also refer to, and comply with specific grounding requirements contained in other Sections. 1.4 QUALITY ASSURANCE A.Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1.National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2.Institute of Electrical and Electronic Engineers (IEEE) Standard 81 Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System 3.Underwriters Laboratories, Inc. (UL) UL 467 Grounding and Bonding Equipment PART 2 – PRODUCTS 2.1 MANUFACTURERS A.Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1.Grounding Products: a.Chance / Hubbell b.Copperweld Corp c.Erico Inc. d.Ideal Industries, Inc. e.ILSCO f.Kearney / Cooper Power Systems g.Lyncoln XIT Grounding h.Superior Grounding Systems, Inc. i.Thomas and Betts CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260525 - 2 CDG 22004 FFA 19038 GROUNDING AND BONDING j.Raco, Inc. k.Burndy 2.2 CONDUCTORS A.Equipment Grounding Conductors: 1.Use insulated conductors that comply with WIRES AND CABLES Section. 2.Equipment grounding conductors shall be green. 3.Isolated ground conductors shall be green with yellow stripes. 4.No. 6 AWG and smaller shall have continuous color-coding the entire length of conductor. Larger sizes shall be identified with color-coded plastic tape at each end, and at every point where the conductor is accessible. For equipment grounding conductors use green tape. For isolated ground conductors use alternating bands of green and yellow tape with a minimum of three bands of green and two bands of yellow. B.Grounding Electrode Conductors: Insulated stranded cable complying with WIRES AND CABLES Section. C.Underground Ground Conductors: Bare conductors installed underground shall be tinned, stranded complying with ASTM B8. D.Bonding Conductors: 1.Bonding cable: 28 kcmil, 14 strands of no. 17 AWG, copper. 2.Bonding Conductor: Bare stranded copper. 3.Bonding Jumper: Bare copper tape, braided bare copper conductors terminated with copper ferrules. 2.3 GROUND RODS A.Ground rods shall be one-piece or sectional type, copper-clad steel, 5/8” in diameter by 10 feet long. 2.4 GROUND CONNECTORS A.Compression Connectors: 1.Suitable for direct burial, embedded in concrete, or above grade applications, equal to Burndy Hyground. 2.Connectors shall be equivalent in current-carrying capacity to the maximum size copper conductors being joined. 3.Equipment shall be in accordance with the connector manufacturers recommendation. This shall include cable preparation, installation tools and dies, and the required number of crimps. B.Bolted Connectors: 1.UL listed for grounding. 2.Above grade applications. 3.Provide equipment in accordance with connector manufacturers’ recommendations for the application. C.Welded Connectors: 1.Exothermic-welded type, UL listed for grounding connections. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260525 - 3 CDG 22004 FFA 19038 GROUNDING AND BONDING 2.Provided in kit form and selected for the specific types, sizes, conductors and other items to be connected. PART 3 – EXECUTION 3.1 SERVICE GROUNDING A.Provide adequate and permanent service neutral and equipment grounding in accordance with the NEC. B.Connect the service ground and equipment ground to a common point within the metallic enclosure containing the main service disconnecting means. From the common point of connection of the service ground and equipment ground, run in conduit a combined service and equipment grounding conductor (grounding electrode conductor) without joint or splice to the grounding electrode system. At each end point of connection, attach the metal conduit containing the grounding electrode conductor to the grounding electrode, or bond the grounding electrode conductor to its conduit as it exits the conduit with a fitting selected for this purpose. Separate bonding jumpers are not permitted for bonding the conduit to the electrode. 3.2 GROUNDING ELECTRODE SYSTEM A.Ground rods B.Building steel C.Concrete-encased electrode (Ufer ground) 3.3 EQUIPMENT GROUNDING CONDUCTORS A.Comply with NEC Article 250 for types, sizes and quantities of equipment grounding conductors, unless specific types, larger sizes, or more conductors than required by NEC are indicated. B.Install a separate, green-insulated, equipment grounding conductor in each feeder and each branch conduit. Install the grounding conductor in the same raceway with related phase and neutral conductors, and connect to pull boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway. Connect the grounding conductors to bare grounding bars in panelboards, and ground busses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of a ground fault to the point of connection of the equipment ground and system neutral. C.Install equipment grounding conductors in nonmetallic raceways unless they are designated for telephone or data cables. D.Install equipment grounding conductors in all flexible metal conduit and liquid-tight flexible metal conduit. 3.4 INSTALLATION A.Ground Rods: 1.Install at least 3 rods spaced at least one rod length from each other and located at least the same distance from the other grounding electrodes. 2.Drive rods until tops are 2 inches below finished floor or final grade, unless otherwise indicated. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260525 - 4 CDG 22004 FFA 19038 GROUNDING AND BONDING 3.Interconnect ground rods with No. 2/0 bare, tinned, stranded copper 24” below grade. Attach with exothermic welds except at test wells. B.Grounding Building Steel: The building structural steel frame shall be grounded to the grounding electrode system. 3.5 FIELD INSPECTION AND TESTING A.Inspection: 1.Visually verify proper grounding connections at the service entrance equipment. 2.Visually verify proper connections to the grounding electrode system. 3.Visually verify proper grounding connections of separately derived systems. 4.Visually verify proper grounding connections at emergency generators. 5.Visually verify proper grounding connections at distribution panels and branch circuit panels. B.Testing: 1.Perform ground impedance measurements using the fall-of-potential method described in IEEE Standard 81. Instrumentation utilized shall be specifically designed for ground testing. 2.The testing shall be performed before the electrical distribution system is energized, and shall be made in normally dry conditions not less than 48 hours after rainfall, and without moistening the ground. 3.The impedance-to-ground of the main grounding electrode system shall be 5 ohms or less. 4.Where tests show an impedance to ground of more than 5 ohms, take action to decrease this value to 5 ohms by driving and interconnecting additional ground rods, installing ground plates, or installing chemical electrodes. END OF SECTION 260525 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260532 - 1 CDG 22004 FFA 19038 RACEWAYS SECTION 260532 – RACEWAYS PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A.Submit product data sheets for all conduits and fittings. 1.3 SCOPE A.Furnish and install all conduits, wireways, raceways, and fittings for all systems interior and exterior to the building. 1.4 QUALITY ASSURANCE A.Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1.National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2.American National Standards Institute (ANSI) C-80.1 Rigid Galvanized Conduit C-80.3 Electrical Metallic Tubing 3.Underwriters Laboratories, Inc. (UL) UL 1 Flexible Metal Conduit UL 5 Surface Metal Raceways and Fittings UL 6 Rigid Metal Conduit UL 651 Rigid PVC Conduit UL 797 Electrical Metallic Tubing UL 1242 Intermediate Metal Conduit UL 360 Liquid-Tight Flexible Steel Conduit 4.National Electrical Manufacturers Association (NEMA) RN1 Externally PVC Coated GRS and IMC Conduit PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1.Metal Conduit and Fittings: a.Allied CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260532 - 2 CDG 22004 FFA 19038 RACEWAYS b.Wheatland c.Appleton d.Raco e.Killark f.O-Z / Gedney 2.PVC Conduit and Fittings: a.Carlon b.Certainteed 3.PVC Coated Metal Conduit: a.Robroy Industries b.Levy 2.2 METAL CONDUIT AND FITTINGS A.Rigid Steel Conduit (GRS): 1.Rigid, threaded, galvanized inside and outside or galvanized outside with protective coating inside. 2.Factory made steel threaded couplings. B.Intermediate Metal Conduit (IMC): 1.Rigid, threaded, thin wall steel, galvanized outside with protective coating inside. 2.Factory made steel threaded couplings. C.Electrical Metallic Tubing (EMT): 1.Steel tubing, galvanized outside with slick corrosion resistant interior coating. 2.Steel compression couplings and box connectors. D.Flexible Metal Conduit: 1.Spirally wound with interlocking galvanized steel strips. Aluminum is not permitted. 2.Flexible conduit shall be approved for use as equipment grounding conductor. 3.Connectors shall be steel, suitable for grounding continuity. E.Liquidtight Flexible Metal Conduit: 1.Spirally wound with interlocking galvanized steel strips with PVC cover extruded over the exterior to make the conduit liquidtight. 2.Shall be approved for use as equipment grounding conductor. 3.Shall be steel, suitable for grounding continuity, liquidtight. 2.3 PVC CONDUIT AND FITTINGS A.PVC conduit shall be Schedule 40 unless noted otherwise. B.Exterior underground conduit encased in concrete ductbank shall be type EB. C.Conduit fittings shall be the same material as the conduit supplied by the same manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260532 - 3 CDG 22004 FFA 19038 RACEWAYS 2.4 PVC COATED METAL CONDUIT AND FITTINGS A.PVC coating shall be bonded to the galvanized outer surface of the conduit, minimum 20 mil thick. B.Couplings shall have PVC coating with PVC sleeve extending from both ends such that joining the coupling and conduit will cover all metal surfaces. PART 3 – EXECUTION 3.1 EXCAVATION A.Perform all excavation work required in connection with the installation of the work under this Section. After the electrical work has been installed, tested and approved, backfill all excavations with suitable material under the direction of the Architect. Include the cutting of all sidewalks, streets, and other pavement and repairing the openings in them to return the surface to approximately its original condition. B.Perform all excavations of every description of whatever substances encountered and to the depths required for installation of the work under this Division. C.During excavation, stack material suitable for backfilling in an orderly manner a sufficient distance from the banks to prevent slides or cave-ins. Remove all excavated material not required or suitable for backfill. Control grading to prevent surface water from flowing into excavations, and remove any water accumulating therein by pumping. D.Make trenches the necessary width for proper installation of the lines. E.Grade the bottom of trenches accurately to provide uniform bearing and support for conduit or duct on undisturbed soil at every point along its entire length. F.Where excavation requires the opening of existing walks, streets, drives or other existing pavement, cut the pavement as required. Hold the size of the cut to a minimum consistent with the work to be accomplished. After the installation of the new work is completed, and the excavation has been backfilled, patch the paving using materials to match those cut out. Take care that the patches are level with the original surfaces and thoroughly bond with them. 3.2 BACKFILLING A.Carefully backfill trenches with earth, sandy clay, soft shale or other approved material free from large clods of earth deposited in thoroughly and carefully rammed 6-inck layers. B.Do not use broken concrete or pavement as backfill material. C.Settling the backfill with water is permissible and will be a requirement when so directed. D.Re-open any trenches improperly filled or where settlement occurs to the depth required for proper compaction, then refill, mound over and smooth off. E.Install continuous identification tape as specified in ELECTRICAL IDENTIFICATION. F.Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6-inch layers, each layer moistened and compacted to a density of not less that 95% Standard Proctor in such manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing value and permit paving the area immediately after backfilling as completed. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260532 - 4 CDG 22004 FFA 19038 RACEWAYS 3.3 INSTALLATION OF UNDERGROUND DUCTS A.Concrete between ducts and earth, and with 3 inches of concrete between adjacent ducts. Provide at least 30 inches of cover from top of concrete encasement to finished grade. Install with uniform slope for drainage, with no low pockets to collect water. B.Build up duct banks completely in the trench before any concrete is poured, using factory-fabricated plastic conduit spacers in staggered configuration to provide the proper horizontal and vertical spacings, and securing the entire assembly with heavy twine or cord to insure rigidity during pouring. Do not use metal for this purpose. Assemble conduits with staggered adjacent couplings so that no two couplings will lie in the same transverse plane, in a vertical direction. Use solvent cement as directed by the duct manufacturer in making up all joints. C.Fabricate duct runs with standard factory-made fittings, elbows and accessories. Make all changes of direction, horizontal or vertical, with long sweep bends having a minimum radius of 25 feet, except that manufactured bends at or near the ends of the runs may be used on short runs of 100 feet or less. Make long sweep bends with one or more curved or straight sections of duct. Manufactured bends, where permitted, shall have a minimum radius of 10 times the nominal duct diameter. Where manufactured ducts of greater than a 30-degree angle are required, use rigid hot dipped galvanized steel conduit bends. During construction, protect partially completed duct lines from entrance of dirt and debris by means of suitable factory-made duct plugs. After completion of installation, seal all ends of spare ducts with factory made duct plugs. D.Where ducts enter in or under buildings, change from plastic duct to rigid galvanized steel conduit below grade outside the structure, using suitable factory adapters. At the point of change of materials, extend the concrete envelope to enclose at least 2 feet of steel conduit. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. E.Install the concrete envelope for a given duct run in one pour where possible. Use concrete of 3000 psi compressive strength. In pouring concrete, do not allow heavy masses of concrete to fall on ducts. Direct flow of concrete down sides of assembly to bottom, forcing it to flow to center of bank and then to rise up in middle, filling all spaces uniformly. Spade concrete liberally and carefully with a long, flat slicing bar between vertical rows to eliminate voids. Weight or brace the duct bank assembly if necessary, to prevent the assembly from floating. Because of the fact that plastic conduits may expand considerably during construction, each run and its concrete envelope shall be installed starting at one end and proceeding toward the other with any necessary adjustments to length being made at the end toward which the work is progressing. F.After ducts are installed, complete with envelope, and before pulling any cable, pull a mandrel through every duct to check for alignment and clear passage. Use an iron-shod mandrel with a diameter of 1/4 inch less than the nominal size of the duct and a length equal to the duct diameter. Mandrel shall have a leather or rubber gasket slightly larger than the duct hole. After testing the ducts with the mandrel, pull a stiff-bristled brush through each duct until it is clear of all particles of earth, sand or gravel; then install duct plugs immediately. 3.4 INSTALLATION OF UNDERGROUND PLASTIC CONDUIT A.Install at least 30 inches below finished grade unless noted to the contrary. Assemble and install raceways in accordance with manufacturer's instructions. Make joints with couplings and solvent cement. Fabricate bends of 30 degrees or more with factory-made elbows, or make field bends with proper heating equipment. Bends showing signs of overheating or flattening are unacceptable. Ream ends of all conduit before joining. B."Snake" plastic conduit in trench, from side to side, with a complete cycle every 40 feet to allow for expansion and contraction. Maintain this configuration during backfilling. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260532 - 5 CDG 22004 FFA 19038 RACEWAYS C.Where conduit turns up out of earth, or floor slabs, change from plastic to rigid galvanized steel conduit below grade and outside of such structures. Do not extend any plastic conduit above grade. Make similar change from plastic to rigid galvanized steel conduit at connections to underground pull or junction boxes. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. 3.5 INSTALLATION OF UNDERGROUND STEEL CONDUIT A.All steel conduit in earth shall be rigid galvanized steel conduit. Wrap such conduit with 3M Company 0.020-inch thick No. 51 "scotchrap" vinyl plastic tape, half lapped to give a double thickness wrap. Remove all oil, grease and dirt from conduit with a suitable solvent, and clean and dry conduit before wrapping. If conduit is pre-wrapped in the shop and then cut and joined on the job, wrap all joints on the job, overlapping pipe wrapping 3" on both sides of joints. 3.6 INSTALLATION OF PVC COATED CONDUITS A.During installation, visually examine the conduit for cuts. Patch these areas with a paste containing a PVC solvent obtained from the conduit manufacturer. The patch shall be built up to the original thickness of the coating and feathered out on all sides of the damaged area a minimum of l/2 inch to provide a complete bonded seal over the damaged area. 3.7 INSTALLATION OF BUILDING RACEWAYS A.All wiring of every description shall be run in conduit or electrical metallic tubing unless noted or specified otherwise. Conduits may be run exposed in machinery and electrical rooms and unfinished areas. All other conduits shall be run concealed unless otherwise noted. All exposed runs shall be installed parallel to the surface of the building in a neat and orderly manner. B.Types: All conduits installed in wet or damp locations, or on roofs shall be rigid galvanized steel conduits. Above grade interior conduits shall be rigid galvanized steel conduit, intermediate metal conduits or electrical metallic tubing. Conduits installed below grade in slabs or buried in earth shall be PVC or PVC coated rigid galvanized steel or wrapped rigid galvanized steel. C.Sizes: Size and install raceways so that conductors may be drawn in without injury or excessive strain. Make field bends with approved bending devices. Do not install bends or offsets in which conduit is crushed, deformed or otherwise injured. D.Connections: Use lengths of flexible metal conduit, not less than 12" long at final connections to all motors, generators, controls and other devices subject to movement because of vibration or mechanical adjustment. Use flexible metal conduit also at connections to recessed lighting fixtures, and elsewhere as required. In damp or wet locations, and where installed outdoors, use liquidtight flexible metal conduit. E.Around Heat Producing Equipment: Do not install raceways within 3" of steam and hot water pipes, breeching and flues, except where crossings are unavoidable, and then keep raceways at least 1" from insulation on the pipe, breeching or flue crossed. Wherever possible, avoid installing raceways directly above or in close proximity to boilers and other like objects operating at high temperatures. F.Damp or Wet Locations: In damp or wet locations make every effort to avoid installing raceways in a manner which will create moisture traps. Where they must be so installed, seal both ends of raceways with an approved sealing compound to prevent "breathing" and moisture condensation within the raceways. G.Different Systems: In systems operating at more than 300 volts between phase conductors, where different phase conductors are to be run to a common gang wall switch box, install a separate conduit for CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260532 - 6 CDG 22004 FFA 19038 RACEWAYS each different phase wire and its return switch leg, and provide substantial barriers between adjacent switches in the box so that two different phase wires will not be the same compartment. H.Joining Rigid Conduits: Join with threaded couplings. Ream out all conduit ends after threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes, switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside. Unthreaded set screw type couplings or connectors are not acceptable in rigid conduit systems. No running threads shall be used anywhere in conduit systems. I.Protection of Raceways: Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closers during construction. Do not pull any conductors into raceways until all plastering in the vicinity is completed. Swab out all raceways before pulling in conductors. J.Penetrations: Wherever raceways pass through floors, walls partitions, etc., carefully fill any space between the outside of the raceway and the building material to prevent passage of air, water, smoke and fumes. Filling material shall be fire-resistive and installed to meet requirements of the UL Fire Resistance Directory. 3.8 CONDUIT SUPPORTS A.Support Spacing: Use minimum spacing as directed by National Electrical Code, but space hangers more closely where required by conditions. B.Vertical Conduit Risers: Support vertical conduits at each floor by means of riser clamps or U-bolts, clamping them to a steel channel bridging the opening in the floor. C.Individual Conduits: Support conduits running vertically or horizontally with galvanized malleable iron one hole clamps. Carry individually supported horizontal conduits l-1/4" and larger on Kindorf No. 150 or Steel City No. C-149 hangers. Use no perforated strap iron as hanger material. Where conduits smaller than 1-1/4" are installed above metal lath and plaster ceilings or mechanically suspended dry ceilings of the non-removable type, they may be supported on ceiling runner channels. Where conduits smaller than 1-1/4" are installed above removable ceilings, attach them to the structure or bar joists (where present) or support them on threaded hanger rods with clips. Do not use any wire to support conduits or to attach conduits to supporting members. Locate conduits a sufficient distance above the ceiling to permit removal of the ceiling panels. Locate them so as not to hinder access to mechanical and electrical equipment through the ceiling panels. D.Multiple Conduits: Where multiple raceways are run horizontally at the same elevations, they may be supported on trapezes formed of sections of Unistrut angle iron or channels suspended on rods or pipes. Size trapeze members including the suspension rods for the number size and loaded weight of the conduits they are to support. Space them as required for the smallest conduit supported. END OF SECTION 260532 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260534 - 1 CDG 22004 FFA 19038 BOXES SECTION 260534 – BOXES PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A.Submit catalog data sheets for all boxes. 1.3 SCOPE A.Furnish and install electrical boxes in accordance with the requirements of the National Electrical Code. 1.4 QUALITY ASSURANCE A.Referenced Standards. Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1.National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2.Underwriters Laboratories, Inc. (UL) No. 514 Outlet boxes and fittings No. 50 Enclosures for Electrical Equipment 3.National Electrical Manufacturers Association (NEMA) No. OS 1 Sheet Steel Outlet Boxes, Device Boxes, Covers and Box Supports No. FB 1 Fittings and Supports for Conduit and Cable Assemblies PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable. 1.Sheet Steel Outlet and Device Boxes: a.Raco b.Steel City c.Appleton 2.Cast Metal Device Boxes: a.Crouse Hinds b.Appleton c.Pyle National CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260534 - 2 CDG 22004 FFA 19038 BOXES 2.2 OUTLET AND DEVICE BOXES A.All boxes shall be UL listed. B.Sheet steel boxes shall be not lighter than 14 gauge, galvanized after fabrication. C.Cast metal boxes shall be cast iron or cast alloy. D.Outlet boxes for switches, receptacles and communications use shall be 4” square with proper square cornered tile wall cover, plaster cover or finishing plate, except where construction will not permit or the device requires a larger box. Box depth shall be as required by NEC for device and wiring volume requirements, but not smaller than 1-1/2 inches. E.Boxes for devices mounted flush in concrete block walls shall be single gang masonry boxes, 3-1/2” deep. F.Boxes installed in poured concrete shall be concrete-tight type. G.Boxes for surface mounted or pendant fixtures shall be 4”octagonal by 1-1/2” minimum depth. H.Boxes for flush mounted fixtures shall be 4” by 4” size with cover installed above the ceiling and accessible by removing ceiling panel or fixture. Connection to fixture shall be with flexible conduit. I.Boxes for interior exposed work shall be cast metal boxes (Cast iron or cast alloy). J.Boxes for outdoors shall be cast metal boxes with gasketed covers. 2.3 PULLBOXES AND JUNCTION BOXES A.Sheet steel galvanized inside and outside, with galvanized covers. B.Dimensions shall be as required by NEC for the number, size and locations of conduits entering the box. C.Boxes installed above ceilings shall be accessible by removing ceiling panels, installing access door in hard ceiling, or flush mounting the cover on the ceiling. D.Boxes installed flush in walls in finished areas shall have overlapping trim with hinged door and lock to match the appearance of electrical panelboard. E.All boxes shall have covers. PART 3 – EXECUTION 3.1 INSTALLATION A.Provide at each outlet or device of whatever character a metal outlet box in which conduits shall terminate. B.All pull and junction boxes shall be accessible after construction is complete. Install access panels in the construction as required to make the box accessible. C.Fasten all boxes securely to the building construction, independent of conduit systems. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260534 - 3 CDG 22004 FFA 19038 BOXES D.Where outlet box on grid ceiling supports surface or suspended fixture, provide box with fixture stud and secure the box to ceiling members with steel channel. E.Outlet boxes for devices shown back to back shall be offset a minimum of 6 inches. F.All boxes shall have covers and unused conduit openings shall be covered. END OF SECTION 260534 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260552 - 1 CDG 22004 FFA 19038 ELECTRICAL IDENTIFICATION SECTION 260552 – ELECTRICAL IDENTIFICATION PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SCOPE A.Provide and install electrical identification for electrical conductors and equipment. 1.3 QUALITY ASSURANCE A.Comply with National Electrical Code (NEC). B.Comply with UL Standard 969. C.Comply with ANSI C2. D.Comply with NEMA WC-1 and WC-2. PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable. 1.W. H. Brady 2.Ideal Industries, Inc. 3.Seton Nameplate Co. 4.Panduit Corp. 2.2 EQUIPMENT NAMEPLATES AND SIGNS A.Safety Signs: Comply with 29 CFR, Chapter XVII, Part 1910.145. B.Engraved Plastic Nameplates: 1.Melamine plastic laminate, minimum 1/16” thick for signs up to 20 sq. inches, and 1/8” thick for larger sizes. 2.White letters on black face for equipment connected to normal power system. 3.White letters on red face for equipment connected to emergency power system. 4.Attach with self-tapping stainless-steel screws, except contact-type permanent adhesive can be used where screws can not or should not penetrate the surface. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260552 - 2 CDG 22004 FFA 19038 ELECTRICAL IDENTIFICATION 2.3 CONDUCTOR IDENTIFICATION MATERIALS A.Color-Coded Plastic Tape: Provide manufacturer’s standard self-adhesive vinyl tape not less than 3 mils thick by 1-1/2” wide. B.Identification Bands: Provide manufacturer’s standard vinyl or vinyl-cloth, self-adhesive, wraparound type with preprinted numbers and letters to show circuit identification. 2.4 UNDERGROUND LINE WARNING TAPE A.Permanent, bright colored, continuous printed, vinyl tape. 1.Not less than 6 inches wide by 4 mils thick. 2.Compounded for permanent direct burial service. 3.Embedded continuous metallic strip or core. 4.Printed legend indication type of underground line. PART 3 – EXECUTION 3.1 INSTALLATION A.Install electrical identification products in accordance with the manufacturer’s written instructions, and requirements of NEC and OSHA. B.For items attached with adhesive, degrease and clean the surface as recommended by the manufacturer. C.Where items attach to surfaces that require painting, attach after completion of painting. D.Install signs at locations for most convenient viewing without interference with operation and maintenance of equipment. E.Identification on Boxes: 1.Boxes for fire alarm circuits shall be painted red. 2.Every box containing circuit wiring shall have the circuit numbers marked on the outside cover of the junction box. Use indelible marker with wide tip. Markings for normal circuits shall be black, and shall be red for emergency circuits. 3.2 CONDUCTOR IDENTIFICATION A.Apply conductor identification on each conductor in each box, enclosure, cabinet and panel. B.Refer to Section 16120 for color-coding of conductors. 3.3 MARKING EXTERIOR UNDERGROUND LINES A.During trench backfilling for power, control, signal, and communication lines, install continuous underground plastic line marker located directly above the line at 12 to 16 inches below finished grade. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 260552 - 3 CDG 22004 FFA 19038 ELECTRICAL IDENTIFICATION 3.4 EQUIPMENT IDENTIFICATION A.Install engraved, plastic laminate sign on each unit of electrical equipment, including central or master unit of each system. This includes power, lighting, communication, signal, and alarm systems unless the units contain their own self-explanatory identification. B.Unless otherwise indicated, provide a single line of text with ½” high lettering on 1-1/2” high sign (2” high where 2 lines are required). C.Text shall match the notations used on the drawings for identification. 3.5 IDENTIFICATION OF PANELBOARDS, SWITCHBOARDS, AND SWITCHGEAR A.Install engraved plastic laminate sign containing 3 lines of text. The top line shall be the panel name. The centerline shall indicate the panel voltage, and the bottom line shall indicate the source of supply. B.Signs for equipment fed from the normal system shall have white letters on black background, and equipment fed from the emergency system shall have white letters on red background. C.An example of the required identifications is: Panel 4HA 277/480 Fed From Panel 4DP END OF SECTION 260552 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262416 - 1 CDG 22004 FFA 19038 PANELBOARDS SECTION 262416 – PANELBOARDS PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A.Submit the following information for review: 1.Complete drawings showing dimensions. 2.Conduit entry/exit locations. 3.Voltage rating, continuous current rating, and short-circuit rating. 4.Cable terminal sizes. 5.Catalog product sheets. 6.Nameplate Identification. 1.3 SCOPE A.Provide, install, and connect all electrical panelboards shown on the drawings and specified herein. Panels shall be complete assemblies including enclosures, bussing, overcurrent protective devices, and trim. 1.4 QUALITY ASSURANCE A.Referenced Standards. Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1.National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2.Underwriters Laboratories, Inc. (UL) UL 50 Cabinets and Boxes UL 67 Panelboards UL 489 Molded Case Breakers / Enclosures 3.National Electrical Manufacturers Association (NEMA) PB-1 Panelboards No. 250 Enclosures for Electrical Equipment AB-1 Molded Case Circuit Breakers PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262416 - 2 CDG 22004 FFA 19038 PANELBOARDS 1.Square D 2.Cutler Hammer 3.General Electric 2.2 PANELBOARD REQUIREMENTS A.All panelboards shall be listed by Underwriters Laboratories. B.The building main panel shall be listed as suitable for “Service Entrance Equipment”. C.Panels shall be arranged for flush mounting, surface mounting, or free-standing as indicated on the drawings. D.Panels shall have the voltage ratings, continuous current ratings, and interrupting ratings as scheduled on the drawings. E.All panelboard accessories and features scheduled or specified on the drawings shall be provided. F.Where a circuit protective device is scheduled as a “spare”, provide the device complete for operation. Where the device is scheduled as a “space” or “space only”, provide proper space and all necessary connectors for future installation of the size of device scheduled. Where the device is scheduled to serve a “future” load, provide the device complete for operation. G.All circuit breakers shall be quick make, quick break, trip-free, thermal magnetic indicating type unless otherwise noted. H.Branch circuit breakers shall be fully interchangeable without disturbing adjacent units. I.Connect all overcurrent protective devices with sequence phasing. J.Provide each panelboard with a neatly typewritten directory of circuits mounted in a plastic covered cardholder on the inside of the panelboard door. K.Install laminated plastic nameplate for each panel as specified under ELECTRICAL IDENTIFICATION Section. 2.3 CONSTRUCTION A.Cabinets: 1.Rigidly constructed of galvanized sheet steel per UL 50 Standards. Corners shall be overlapped or welded with the edges turned over to receive trim. 2.Where two-section panels are required, both sections shall be same height, and have fully rated bussing in separate cabinets connected by conduit nipples. B.Trim: 1.Fabricated from sheet steel meeting the requirements of UL 50 Standards. Trim shall have medium gray enamel finish suitable to serve as the final finish, or suitable to receive field painting. 2.Trim door shall have rounded corners and edges free from burrs. 3.Surface trims shall be the same height and width as box. Flush trims shall overlap the box ¾” on all sides. 4.Furnish each door with substantial flush, cylinder tumbler lock and catch. Doors more than 48” high shall have auxiliary fasteners. Provide each lock with 2 keys. All locks shall be keyed alike. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262416 - 3 CDG 22004 FFA 19038 PANELBOARDS 5.Unless noted otherwise, interior mounted panels shall have type 1 fronts (one piece with hinged door). Where door-in-door construction is specified, it shall consist of a hinged door within a piano-hinged cover secured with trim clamps. 6.Exterior mounted panels shall be type 3R in accordance with UL 50 requirements. All doors shall be gasketed and be equipped with a tumbler type vault lock and two additional trunk type latches. C.Bussing: 1.All bussing shall be plated copper sized in accordance with UL Standards to limit temperature rise on any current-carrying part to a maximum of 65 degrees C above an ambient of 40 degrees C maximum. 2.Main lugs and main breakers shall be UL approved for copper or aluminum conductors sized to accommodate the conductors to be terminated. Provide oversized lugs to terminate conductors that are increased in size due to voltage drop or temperature requirements. 3.A bolted ground bus shall be included in all panels. Where scheduled, an isolated ground bus shall also be included. 4.A full size (100%) neutral bar shall be furnished for panels shown with neutral. Neutrals shall have suitable lugs for each outgoing feeder requiring neutral connection. Where scheduled, provide 200% rated neutrals with lugs for oversized neutral conductors. 2.4 DISTRIBUTION PANELS – CIRCUIT BREAKER TYPE A.Distribution panels with bolt-on devices contained therein shall have fully rated interrupting ratings to interrupt fault current values indicated on the drawings. Breakers shall be molded case type. B.Molded case circuit breakers shall provide overcurrent and short circuit protection with inverse time and instantaneous tripping characteristics. Also provide ground fault protection where scheduled. C.Circuit breakers shall operate by toggle-type handle and shall be quick make, quick-break switching mechanism that is mechanically trip-free. Automatic tripping of the breaker shall be clearly indicated by the handle position. 2.5 LIGHTING AND APPLIANCE PANELS A.Bolt-in type, heavy duty, quick-make, quick-break, single- and multi-pole molded case circuit breakers with toggle handles that indicate when unit has tripped. B.Circuit breakers shall be thermal magnetic type with common handle for all multiple pole breakers. C.Breakers shall be UL listed as type SWD for lighting circuits. D.Circuit breaker handle locks shall be provided for all circuits that supply exit signs, emergency lights and fire alarm panels. E.Breakers shall be fully rated to interrupt the fault current values scheduled on the drawings. F.Provide breaker accessories as scheduled on the drawings. G.Where a lighting and appliance panelboard contains more than 42 branch overcurrent devices, the assembly shall consist of two or more separate boxes with each box containing not more than 42 branch overcurrent devices. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262416 - 4 CDG 22004 FFA 19038 PANELBOARDS PART 3 – EXECUTION 3.1 INSTALLATION A.Install panelboards in accordance with manufacturers written instructions, NEMA PB1.1 and NEC standards. B.Panelboard enclosures shall be securely fastened to the structure with a minimum of four bolts or screws. C.Clean dirt and foreign paint from exterior and interior of all panels. D.Do not splice conductors in panels. E.Conductors not terminating in panelboard shall not extend through or enter panel enclosure. F.A single conductor shall terminate in each lug on a circuit breaker. Do not terminate multiple conductors under a single lug. G.During installation carefully balance the electrical loads between the various phases. This may require connecting loads to circuits different from the circuit numbers indicated on the drawings. 3.2 IDENTIFICATION A.Identify and color-code conductors in panelboards as specified under WIRES AND CABLES Section. B.Install panelboard nameplate identification as specified under ELECTRICAL IDENTIFICATION. C.Provide individual circuit identification for each circuit with a type-written directory of circuits mounted in a holder on the inside of the panel door. The directory shall identify the type or name of the load served along with the room names and numbers. The room names and numbers shall be the final names and numbers assigned to the space and not those used on the drawings. 3.3 FIELD QUALITY CONTROL A.Inspection: 1.Visually inspect each panel for proper grounding connections as specified under GROUNDING AND BONDING Section. 2.Visually inspect breakers and switches for broken parts and loose terminals. 3.Visually verify proper color-coding of conductors as specified under WIRES AND CABLES Section. 4.Visually verify panelboard trim fits properly with no gaps between the trim and panel enclosure. B.Testing: 1.Test cable mechanical connections to the manufacturers recommended values with calibrated torque wrench. 2.Operate each breaker ON and OFF to verify proper operation. 3.Energize circuits and demonstrate proper operation. 4.When the facility is under normal use, amperage measurements shall be taken on each phase conductor in each panel feeder, and any unbalances shall be corrected to a point that no conductor load shall be more than 5% high or low (maximum unbalance of 10%). END OF SECTION 262416 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262726 - 1 CDG 22004 FFA 19038 WIRING DEVICES SECTION 262726 – WIRING DEVICES PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A.Submit product data sheets for all wiring devices. 1.3 SCOPE A.Furnish and install in suitable outlet boxes, the wiring devices indicated complete with coverplates. All shall be properly connected to conductors so as to be operable. 1.4 QUALITY ASSURANCE A.Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1.National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2.National Electrical Manufacturers Association (NEMA) WD 1 General Requirements for Wiring Devices WD 6 Wiring Devices – Dimensional requirements 3.Underwriters Laboratories (UL) UL 20 General-Use Snap Switches PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1.Hubbell 2.Leviton 3.Pass & Seymour 4.General Electric 5.Bryant 2.2 CLASSIFICATION A.All wiring devices shall be UL listed. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262726 - 2 CDG 22004 FFA 19038 WIRING DEVICES B.All wiring devices shall be specification grade. 2.3 COLORS A.All devices shall have white finish where mounted in walls finished in light colors and a brown finish where mounted in walls finished in dark colors. 2.4 SWITCHES A.The catalog numbers listed are of Hubbell manufacture. Equivalent devices from listed manufacturers are acceptable. Furnish switches in colors specified above even though the numbers listed may not contain the correct suffix. 1.Single pole wall switch – 1221. 2.Three-way wall switch – 1223. 3.Four-way wall switch – 1224. 4.Pilot-lighted switch – 1221-PLC. 5.Momentary contact switch – 1556. 2.5 RECEPTACLES A.The catalog numbers listed are of Hubbell manufacture. Equivalent devices from listed manufacturers are acceptable. Furnish receptacles in colors specified even though the numbers listed may not contain the correct suffix. 1.Duplex receptacle: 20 amp, 125 volt, grounding (NEMA 5-20R) – No. 5362. 2.Ground Fault Interrupter Receptacle (GFI) – No. GF-5362. 3.Special Receptacles: Furnish devices in the NEMA configuration listed on the drawings. 2.6 WEATHERPROOF DEVICES A.Provide the specified device in weatherproof cast box with gasketed coverplate. 2.7 COVERPLATES A.Provide coverplates for all wiring devices, including telephone, signal outlets and other devices. Coverplates shall be one piece single or multi-gang type as required. B.Indoor Flush Devices: 1.Type 302 stainless steel. 2.Where installed in masonry walls, use jumbo plates. C.Indoor Surface Devices: For indoor devices use zinc-coated metal with rounded or beveled edges, same size as the box. D.Outdoor devices: TayMac CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262726 - 3 CDG 22004 FFA 19038 WIRING DEVICES PART 3 – EXECUTION 3.1 INSTALLATION A.Install wiring devices plumb and level. B.Install SPST wall switches with OFF position down. C.Wall switches shall be installed on the strike side of the door as finally hung. D.Install receptacles with grounding pole on top. E.Install devices within outlet boxes to allow coverplates to be in full contact with the wall on all sides. F.After connection of each wiring device, install two full wraps of electrical insulating tape around the side terminals prior to installation in the box. G.Replace broken devices and plates with new. H.Clean all paint, plaster and dirt from wiring devices and plates. 3.2 MOUNTING HEIGHTS A.Where mounting heights are indicated on the drawings, the device shall be installed with the centerline of the device at the indicated height. B.Devices noted to be installed above counters or millwork shall be installed above the backsplash. C.Unless otherwise noted on the drawings, or directed by architect, install devices at the following heights above finished floor: DEVICE MOUNTING HEIGHT Wall switch 48” Receptacle 18” Wall dimmer switch 48” Clock hanger outlet 12” below ceiling Wall mounted clock 12” below ceiling Telephone outlet 18” 3.3 IDENTIFICATION A.At each wiring device mark the inside of the coverplate with the panel and circuit number to which the device is finally connected. Use black indelible marker. 3.4 FIELD TESTING A.Energize lighting circuits and operate each wall switch to verify proper operation. B.Energize receptacle circuits and test each receptacle with circuit tester to verify the device is energized and has correct polarity. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262726 - 4 CDG 22004 FFA 19038 WIRING DEVICES C.Test TRIP and RESET buttons on GFI receptacles. In addition, test GFI receptacles with a GFI tester to verify it trips at 4ma of ground current. END OF SECTION 262726 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262813 - 1 CDG 22004 FFA 19038 FUSES SECTION 262813 - FUSES PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A.Submit the following information for review: 1.Catalog data for each type fuse. 2.Time-current curves for fuses 3.Current limiting characteristics and let-thru current curves. 1.3 SCOPE A.Provide and install all fuses necessary for leaving the installation complete and in working order. 1.4 QUALITY ASSURANCE A.Referenced Standards. Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1.National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2.Underwriters Laboratories, Inc. (UL) UL 198B Class H Fuses UL 198C Current-Limiting Fuses UL 198D Class K Fuses UL 198E Class R Fuses 3.National Electrical Manufacturers Association (NEMA) FU-1 Low voltage cartridge fuses PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable. 1.Bussmann 2.Littlefuse CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262813 - 2 CDG 22004 FFA 19038 FUSES 2.2 GENERAL REQUIREMENTS A.Provide fuses of types, classes, and current ratings as required by NEC. Voltage ratings shall be suitable for the systems to which the fuses are applied. B.Fuses shall be UL listed and labeled. 2.3 FUSES A.Class RK1: 600 amperes and below, current-limiting, time delay type, minimum interrupting rating of 200,000 amperes RMS symmetrical. PART 3 – EXECUTION 3.1 APPLICATION A.Fuses 600 amperes and below shall be Class RK1, current-limiting time delay type. 3.2 INSTALLATION A.Install fuses in each fusible device after installation is complete and prior to energizing equipment. B.Where the spacing of fuse clips in equipment is greater than required by the proper size of fuse, use suitable fuse reducers to fit the fuses. C.Place a fuse identification label showing type and size of the required fuses inside the door of each enclosure requiring fuses. END OF SECTION 262813 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262815 - 1 CDG 22004 FFA 19038 SAFETY SWITCHES SECTION 262815 – SAFETY SWITCHES PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A.Submit the following information for review: 1.Complete drawings showing dimensions. 2.Conduit entry/exit locations. 3.Voltage rating, continuous current rating, and short-circuit rating. 4.Cable terminal size. 5.Fuse rating and type. 1.3 SCOPE A.Provide, install, and connect all safety switches shown on the drawings or required by codes. 1.4 QUALITY ASSURANCE A.Referenced Standards. Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1.National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2.Underwriters Laboratories, Inc. (UL) UL 50 Enclosures for electrical Equipment UL 98 Enclosed and Dead-Front Switches 3.National Electrical Manufacturers Association (NEMA) No. 250 Enclosures for Electrical Equipment PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1.Square D 2.Cutler Hammer 3.General Electric CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262815 - 2 CDG 22004 FFA 19038 SAFETY SWITCHES 2.2 HEAVY DUTY SWITCHES A.Requirements: Provide and install safety switches as shown on the drawings or as required by NEC. Where code requires the installation of safety switches that are not shown on the drawings, provide and install the required switches. B.All switches shall be heavy-duty type. C.Switches shall be fusible or non-fusible as noted on the drawings or as required by codes. D.Provide switches with the voltage and current ratings as shown on the drawings. E.Where safety switches serve as motor or motor starter disconnects, provide horsepower rated switches with auxiliary contacts to disconnect all power and control circuits. F.Construction: 1.Switch blades and jaws shall be plated copper. 2.Switches shall have a handle that is easily padlockable in the OFF position. 3.Switches shall have defeatable door interlocks that prevent the door from opening when the handle is in the ON position. 4.Switch assembly and operating handle shall be an integral part of the enclosure base. 5.Switches rated 100A to 600A shall have reinforced fuse clips. 6.Switch blades shall be readily visible in the OFF position. 7.Switch operating mechanism shall be non-teasible, positive quick-make / quick-break type. 8.Fusible switches shall be suitable for service entrance equipment. 9.Switches shall have line terminal shields. 10.Switches shall have CU/AL mechanical lugs. G.Enclosures: 1.Where installed indoors, all enclosures shall be NEMA I, general purpose type unless otherwise noted. 2.Where installed outdoors, all enclosures shall be NEMA 3R, raintight type unless otherwise noted. 3.Where noted on the drawings, provide the following enclosures: a.NEMA 4 – watertight (304 stainless steel). b.NEMA 12 – dust tight/oil tight. PART 3 – EXECUTION 3.1 INSTALLATION A.Install safety switches in accordance with manufacturers written instructions and NEC requirements. B.Install adjacent disconnects at the same height. C.Install disconnects to maintain the required NEC clearances and working space. 3.2 IDENTIFICATION A.Identify and color-code conductors in safety switches as specified under WIRES AND CABLES Section. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 262815 - 3 CDG 22004 FFA 19038 SAFETY SWITCHES B.Install engraved plastic sign on each safety switch as specified in ELECTRICAL IDENTIFICATION Section. C.The sign shall contain 3 lines of text. The top line shall identify the load served. The center line shall indicate the voltage. The third line shall indicate the source of supply. D.An example of the required identification is: AHU #2 480 V Fed From Panel PP 3.3 FIELD QUALITY CONTROL A.Inspection: 1.Visually inspect each switch for proper grounding connections as specified under GROUNDING AND BONDING Section. 2.Visually verify proper color-coding of conductors in safety switches as specified under WIRES AND CABLES Section. 3.Verify fusible switches contain proper type and size of fuses. B.Testing: 1.Test cable mechanical connections to the manufacturers recommended values with calibrated torque wrench. 2.Operate each switch ON and OFF four times to verify proper operation. 3.Energize circuit and verify proper operation. END OF SECTION 262815 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 264601 - 1 CDG 22004 FFA 19038 DRY-TYPE TRANSFORMERS – K-RATED SECTION 264601 – DRY-TYPE TRANSFORMERS – K-RATED PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A.Submit the following information for review: 1.Drawing showing dimensions, wiring diagram and weight. 2.Transformers ratings: a.KVA b.Primary and secondary voltages. c.Primary and secondary continuous currents. d.Taps e.Impedance f.Insulation class and temperature rise. g.Sound Level 3.Certification that the transformers are constructed and tested in accordance with the referenced Standards. 1.3 SCOPE A.Furnish, install, and connect K-rated dry-type transformers for nonlinear loads as shown on the drawings. The transformers covered by this Section are those having primary and secondary voltages of 600 volts or less. 1.4 QUALITY ASSURANCE A.Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1.National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2.American National Standards Institute (ANSI) C57.12.50 Ventilated Dry-type Distribution Transformers C57.12.51 Ventilated Dry-type Power Transformers 3.National Electrical Manufacturers Association (NEMA) ST 20 Dry-type transformers for General Applications 4.Underwriters Laboratories (UL) No. 506 Specialty Transformers CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 264601 - 2 CDG 22004 FFA 19038 DRY-TYPE TRANSFORMERS – K-RATED PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1.Square D 2.Cutler Hammer 3.General Electric 2.2 GENERAL REQUIREMENTS A.All transformers shall be UL listed and bear the UL label. B.Transformers shall be two-winding, self-cooled type. C.Transformers shall be designed for continuous operation at rated KVA, for 24 hours a day, 365 days a year operation, with normal life expectancy as defined by ANSI C57.96. D.The transformers shall be specifically designed to supply circuits with a harmonic profile equal or less than a K-factor of 4 or 13 as shown on the drawings without exceeding 115 degree C temperature rise. 2.3 CONSTRUCTION A.Insulation Systems: 1.Transformers shall be insulated with a UL recognized 220 degrees C insulation system. 2.Required performance shall be obtained without exceeding the above indicated temperature rise in a 40 degrees C maximum ambient. B.Core and Coil Assemblies: 1.Transformer core shall be constructed with high-grade, grain-oriented silicon steel with high magnetic permeability, and low hysteresis and eddy current losses. Maximum magnetic flux densities shall be substantially below the saturation point. Core laminations shall be tightly clamped and compressed. Coils shall be wound of electrical grade aluminum with continuous wound construction. The core shall provide reduced induced currents and voltages found in harmonic loads. 2.The neutral bus shall be configured to accommodate 200% of the rated current. 3.The core and coil assembly shall be impregnated with non-hydroscopic, thermosetting varnish and cured to reduce hot spots and seal out moisture. The assembly shall be installed on vibration- absorbing pads. C.Electrostatic Shielding: 1.Where noted on the drawings provide isolation transformers with electrostatic shielding. 2.An electrostatic shield consisting of a single turn of aluminum shall be placed between the primary and secondary winding, and grounded. D.Enclosure: 1.Enclosures shall be made of heavy-gauge sheet steel. Transformers shall be equipped with a wiring compartment suitable for conduit entry and large enough to allow convenient wiring. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 264601 - 3 CDG 22004 FFA 19038 DRY-TYPE TRANSFORMERS – K-RATED 2.On units rated 9 KVA and below (encapsulated), the enclosure construction shall be totally enclosed non-ventilated, NEMA 3R, with lifting eyes. 3.On units rated 15 KVA and above, the enclosure construction shall be ventilated, drip-proof with lifting holes. The ventilation openings shall be protected against falling debris. Where installed outdoors, provide weather shields over the ventilation openings. 4.Enclosures shall be finished in medium gray, weather-resistant enamel. E.Sound Levels: Transformer sound ratings shall not exceed the following levels for self-cooled ratings: KVA Rating Sound Level 9 KVA and below 40 dB 10 – 50 KVA 45 dB 51 – 150 KVA 50 dB 151 – 300 KVA 55 dB 301 – 500 KVA 60 dB 501 – 700 KVA 62 dB 701 – 1000 KVA 64 dB PART 3 – EXECUTION 3.1 INSTALLATION A.Dry-type transformers larger than 15 KVA shall be floor mounted, unless wall or suspension mounting is indicated on the drawings. Transformers 15 KVA and smaller shall be wall mounted. B.Floor mounted transformers shall be mounted on neoprene pads 5/8” thick for vibration and noise control. Wall mounted transformers shall have vibration and noise eliminator pads installed between the mounting brackets and wall. C.Where transformers are indicated to be suspended, construct a mounting platform of welded or bolted angle iron. Support the platform from building construction with steel rod hangers, with spring type vibration and noise eliminators interposed between the rods and platform. All vibration isolators shall be properly selected by their manufacturer for the specific duty involved. D.Install all conductors to and from each transformer in flexible metallic conduit not less than 24 inches long. E.Install transformers in accordance with the manufacturers written instructions. Unless otherwise directed, install transformers with a minimum of 12 inches clear on all sides for ventilation. F.Ground the secondary neutral of dry-type transformers as specified under GROUNDING AND BONDING Section. G.Adjust the tap settings to deliver nominal rated voltage. 3.2 IDENTIFICATION A.Install engraved plastic sign for each transformer as specified in ELECTRICAL IDENTIFICATION Section. B.The sign shall contain 3 lines of text. The top line shall the transformer name. The centerline shall indicate the source of supply, and the bottom line shall indicate the panel served. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 264601 - 4 CDG 22004 FFA 19038 DRY-TYPE TRANSFORMERS – K-RATED C.An example of the required identification is: Transformer T1 Fed from Panel HDP Serves Panel LDP 3.3 FACTORY TESTING A.The following standard factory tests shall be performed. All tests shall be in accordance with ANSI and NEMA Standards. 1.Ratio tests at rated voltage connection and at all tap connections. 2.Polarity and phase relation tests on the rated voltage connection. 3.Applied potential tests. 4.Induced potential test. 5.No-load and excitation current at rated voltage on the rated voltage connection. 3.4 FIELD QUALITY CONTROL A.Inspection: 1.Visually inspect each transformer for proper grounding connections as specified under GROUNDING AND BONDING Section. 2.Visually verify proper color-coding of conductors at each transformer as specified under WIRES AND CABLES Section. 3.Visually verify proper clearance and ventilation space around each transformer. B.Testing: 1.Test cable connections to the manufacturers recommended values with calibrated torque wrench. 2.Measure primary and secondary voltages for proper tap settings. Record voltage readings and tap setting. 3.Megger primary and secondary windings. END OF SECTION 264601 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 265100 - 1 CDG 22004 FFA 19038 LIGHTING SECTION 265100 – LIGHTING PART 1 – GENERAL 1.1 NOTE A.The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A.Submit product data sheets for all lighting products. B.Submit complete photometric data for each fixture. 1.3 SCOPE A.This Section pertains to all labor, material, equipment and services necessary for and incidental to the complete interior and exterior lighting system as shown on the drawings and specified herein. 1.4 QUALITY ASSURANCE A.Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1.National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) No. 101 Life Safety Code 2.National Electrical Manufacturers Association (NEMA) LE 4 Recessed Luminaires, Ceiling Compatibility 3.Underwriters Laboratories (UL) UL 542 Lampholders, Starters for Fluorescent Lamps UL 924 Emergency Lighting and Power Equipment UL 1449 Surge Protection Devices UL 8750 Light Emitting Diode (LED) Equipment for Use in Lighting Products 4.Illuminating Engineering Society (IES) LM-79 Electrical and Photometric Measurements of Solid-State Lighting Products LM-80 Measuring Lumen Maintenance of LED Light Sources TM-21 Projecting Long Term Lumen Maintenance of LED Light Sources PART 2 – PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A.Subject to project requirements, products manufactured by the following companies are acceptable: 1.Ballasts: a.Advance CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 265100 - 2 CDG 22004 FFA 19038 LIGHTING b.Lutron c.General Electric d.Valmont 2.Lamps: a.Osram/Sylvania b.General Electric c.Philips 2.2 LUMINAIRES A.Provide and install a lighting fixture on each lighting outlet shown. Furnish fixtures in accordance with the designations scheduled on the drawings. Should any designation be omitted on the drawings, furnish fixtures of the same type as used in rooms of similar usage. All features scheduled for fixtures shall be provided, even if the catalog number given in the schedule lacks the required numerals, prefixes of suffixes corresponding to the feature called for. 2.3 LED FIXTURES A.Fixtures shall bear UL label. B.General Requirements: 1.Drivers shall be Electronic type. 2.Total Harmonic Distortion Rating: 20% or less 3.Power Factor: 90% minimum. 4.Sound Rating: A 5.Surge Protection: Surge protection devices (SPD) to be provided with each luminaire. 6.RF Interference: Labeled as compliant with radio frequency interference (RFI) requirements of FCC Title 47 Part 15. 2.4 LAMPS A.LEDs: 1.Color Temperature: 4000 K 2.CRI: 80 or higher. 3.Lumen output as scheduled on the drawings. 4.LEDs of the same fixture type shall be supplied from the same batch during manufacturing. PART 3 – EXECUTION 3.1 INSTALLATION A.Installation of Interior Fixtures: Outlet box locations shown for light fixtures are diagrammatic. Locate boxes to coincide with stem hangers where such occur. Fixtures shall be level, square with the general construction and securely attached. B.Lay-in Type Fixtures: Refer to the ceiling installer's layout for exact location. Center the fixtures in ceiling grids. Wire the fixtures using concealed outlet boxes accessible through ceiling panels. Install conductors in flexible metallic conduit from box to fixture. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 265100 - 3 CDG 22004 FFA 19038 LIGHTING C.Fixtures in Plaster Ceilings: Provide a suitable plaster ring or frame for each fixture recessed in a plaster ceiling. D.Surface Mounted Fixtures: Fixtures shall be installed flush with the ceilings. Where fixtures are mounted to an exposed grid ceiling, the fixtures may be clipped to the ceiling grid provided the attachment holds the fixture flush, level, and secure. Where they cannot be centered on a grid, install a structural member to span two tees and attach the fixture to the structural members. E.Where fixtures are installed in a continuous row, the row shall be straight and plumb. Lens shall be aligned in all planes and no part of the lamp shall be visible. END OF SECTION 265100 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 283200 - 1 CDG 22004 FFA 19038 FIRE ALARM SYSTEM SECTION 283200 - FIRE ALARM SYSTEM PART 1 - GENERAL 1.1 SCOPE A.The Contractor shall modify the existing 24 VDC, fire detection and alarm system as specified herein and indicated on the Drawings. It is the intent to obtain a complete system which shall operate as described herein, and all equipment necessary for such operation shall be provided whether or not each item is enumerated herein or described on the drawings. The system shall include, but not be limited to, all control panels, power supplies, alarm initiating devices, audible and visual alarm devices, conduit, wire, fittings and all other accessories required to provide a complete and operable system. The system shall operate as a continuous sounding system with audible alarm and strobe circuits. The system signaling line circuits shall be wired as Class B circuits. The system Notification Appliance Circuits (NAC) shall be wired as Class B supervised circuits. 1.2 SUBMITTALS A.The installing contractor and/or equipment manufacturer shall provide complete and detailed shop drawings and include: 1.Point to point wiring diagram showing terminal connections to all system devices. This would include the size of conductors to each device and proposed routing. After review, this shall become the installation drawing. 2.Floor plan drawings locating all devices associated with the Fire Alarm System. (Including control modules, monitor modules, strobes (with candela output) and isolation modules). 3.Factory data sheets on each piece of equipment to be used and so marked as to dimensions, size, voltage, style, catalog number, manufacturer's names, and configuration. 4.Detailed system description and operation describing system functions. 5.Complete Bill of Material for reference. 6.Power supply, battery, voltage drop, and strobe candela calculations. B.All submittal data shall be in bound form with Contractor's name, supplier's name, project name, and state fire alarm license number adequately identified. 1.3 QUALIFICATIONS A.The installing contractor shall be the authorized representative of the fire alarm manufacturer to sell, install and service the manufacturer's equipment. B.The installing contractor must be licensed by the state Fire Marshall to sell, install and service fire alarm systems, as required by Article 5.43-2 of the Texas Insurance Code. C.The installing contractor shall have on their staff an installation superintendent who is licensed by the State Fire Marshall's office for such purpose and under whose supervision installation shall take place, as required by the Texas Insurance Code. D.The fire alarm installation firm will have factory trained personnel performing the control panel wiring and programming for the system that they were trained for. The firm shall also maintain a stock of parts and components used in the system. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 283200 - 2 CDG 22004 FFA 19038 FIRE ALARM SYSTEM 1.4 CLOSE-OUT MANUALS: Provide three sets of operation and maintenance manuals which includes: A.Complete typewritten operating instructions for modifications made to the system. B.A plan showing conduit size, number and size of conductors and locations of all new devices. 1.5 CODES AND STANDARDS A.The installation and testing shall be made under the provisions of the latest National Electrical Code (NFPA-70); NFPA 101 (Life Safety Code). NFPA 71, NFPA 72, Vernon Statue, UL Standards (1480, 864, 268, 268A, 217, 521, 228, 464, 1638, 38, 346, 1481), and all other applicable state and local codes and ordinances. The Contractor shall submit the new fire alarm equipment layout to the local fire alarm authority having jurisdiction for approval. 1.6 QUALITY A.To establish the minimum standards of performance, function, quality, and features of system desired, the equipment specified is that of Silent Knight. Equal or better systems are acceptable. B.All equipment, materials, accessories, devices, and other facilities covered by this specification or noted on contract drawings and installation specifications shall be of the best suited for the intended use and shall be provided by a single manufacturer or, if provided by different manufacturers, recognized as compatible by both manufacturers. C.All equipment and material shall be new and unused, unless directed otherwise. D.Wire shall be UL listed for limited energy (300V) and fire alarm applications and shall be installed in conduit. All wiring between floors, in mechanical rooms, or in risers shall be installed in conduit with a minimum size of 3/4". 1.7 TESTING, GUARANTEE, SERVICE A.A factory trained technical representative of the manufacturer shall perform the final connections, complete system checkout and testing of the system, and it shall be subject to the final acceptance and approval of the engineer and local authorities. Upon completion and acceptance, the owner and/or his representative(s) shall be instructed in the proper use of the system. A written copy of the final system test and checkout shall be provided detailing the function of each device. Furnish the Owner, Architect, and all authorities having jurisdiction a Certificate of Compliance. B.All equipment and wiring shall be free from defects in workmanship and materials, under normal use and service, for a period of one year from owner acceptance or beneficial occupancy, whichever comes first. Any equipment shown to be defective shall be replaced, repaired, or adjusted free of charge. C.The manufacturer shall be represented by a local service organization and the name of such supplied to the Owner and Engineer. D.The manufacturer's representative shall be prepared to offer a service contract at the end of the warranty period. 1.8 COORDINATION A.It shall be the responsibility of the installing contractor to coordinate all requirements surrounding installation of the Fire Alarm System with all trades including, but, not exclusive of: electrical contractor, CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 283200 - 3 CDG 22004 FFA 19038 FIRE ALARM SYSTEM HVAC controls contractor, sprinkler contractor and mechanical contractor. Adequate coordination shall be provided to insure proper installation and interface to all peripheral items required to interact with the Fire Alarm System to provide a complete and functional system. PART 2 - PRODUCTS 2.1 DESCRIPTION OF SYSTEM A.The Fire Alarm and Detection System shall be a single integrated system by a single manufacturer. The Contractor shall assume sole responsibility for its operation. The fire detection portion of the system shall consist of new fire alarm panel, all power supplies, relays, modules and batteries as required for the operation described herein. The equipment described herein is generally of Silent Knight manufacture. All components of the system shall be fully supervised. 2.2 DESCRIPTION OF OPERATION A.Modify existing system for new devices. 2.3 CONTROL PANEL A.The existing Silent Knight IFP-100 shall be modified and reprogrammed for new devices. (Field-verify current Fire Alarm Panel). Provide monitor modules for existing zones that are connected to the current fire alarm panel. Provide UDACT for connection to central monitoring station. Provide additional remote power supply and batteries as required. 2.4 SYSTEM MODULES A.Monitor Module: 1.The Monitor module shall be used to connect a supervised zone of conventional initiating devices (any n.o. dry contact device, including 4-wire smoke detectors) to one of the SLC loops. The Monitor Module shall mount in a 4-inch square 2-1/8" deep electrical box. 2.The Monitor module shall provide address-setting means using rotary decimal switches and shall also store an internal identifying code which the control panel shall use to identify the type of device. An LED shall be provided which shall flash under normal conditions, indicating that the Monitor module is operational and in regular communication with the control panel. 2.5 MANUAL PULL STATIONS A.Manual fire alarm stations shall be non-coded, non-breakglass type equipment with a key operated test-reset lock in order that they may be tested, and so designed that after actual emergency operation, they cannot be restored to normal except by use of a key. Manual stations shall match existing key. 2.6 INDICATING AND INITIATING DEVICES A.Devices shall match existing ADA devices. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 283200 - 4 CDG 22004 FFA 19038 FIRE ALARM SYSTEM 2.7 SMOKE DETECTORS A.New smoke detectors shall be equal to a Silent Knight IDP-Photo or equal. PART 3 - EXECUTION 3.1 INSTALLATION A.The installation of the system shall be made by the Contractor under the supervision of a representative of the manufacturer who shall make the final connection to the system, perform the functional tests of the system and place it in operation. B.Installation shall be in strict compliance with manufacturer's recommendations. Consult manufacturer for all wiring diagrams, schematics, sizes, outlets, etc. before installing conduits and pulling wires. C.Fire alarm devices shall be mounted upon and all splices made in Listed Boxes. Wiring splices are to be avoided to the extent possible and Transposing or changing colors will not be permitted". D.Fire Alarm Control Panel shall be connected to a separate dedicated branch circuit, maximum 20 amperes. Circuit shall be labeled as "FIRE ALARM". E.As indicated on the drawings, each zone shall be labeled on the Fire Alarm Control Panel. Names of the zones shall be coordinated with the Owner, and shall meet with the Owner's approval. F.Use only identified conduit entries at Fire Alarm Panel or request approval for other penetrations in cabinets (certain areas require clear space for interior components). Cabinet shall be grounded to either a cold water pipe or grounding rod. G.Heat and Smoke Detectors: The location of detectors shown on the plans is schematic only. The detector must be located according to code requirements. H.Smoke detectors should be installed to favor the airflow towards return openings and not located where air supply diffusers can dilute smoke before it reaches the detector. I.Mount pull stations at 4'AFF and indicating devices at 80"AFF. 3.2 FINAL INSPECTION A.After the system has been placed in service and all items are functioning properly, call for a final inspection. The manufacturer's representative shall be present and shall demonstrate the operation of the system to the satisfaction of the Owner. 3.3 INSTRUCTION A.The representative of the manufacturer shall allot eight (8) hours to instruct the Owner's personnel as to the complete operation of the system. Provide a VCR tape of the instruction to the Owner at end of training. END OF SECTION 283200 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 313116 - 1 CDG 22004 TERMITE CONTROL SECTION 313116 - TERMITE CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Soil treatment with termiticide. B. Related Sections: 1. Section 061000 "Rough Carpentry" for wood preservative treatment by pressure process. 1.3 ACTION SUBMITTALS A. Product Data: For each type of termite control product. 1. Include the EPA-Registered Label for termiticide products. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For termite control products, from manufacturer. B. Soil Treatment Application Report: After application of termiticide is completed, submit report for Owner's records and include the following: 1. Date and time of application. 2. Moisture content of soil before application. 3. Termiticide brand name and manufacturer. 4. Quantity of undiluted termiticide used. 5. Dilutions, methods, volumes used, and rates of application. 6. Areas of application. 7. Water source for application. C. Warranties: Sample of special warranties. 1.5 QUALITY ASSURANCE A. Regulatory Requirements: Formulate and apply termiticides and termiticide devices according to the EPA-Registered Label. B. Source Limitations: Obtain termite control products from single source from single manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 313116 - 2 CDG 22004 TERMITE CONTROL 1.6 PROJECT CONDITIONS A. Environmental Limitations: To ensure penetration, do not treat soil that is water saturated or frozen. Do not treat soil while precipitation is occurring. Comply with requirements of the EPA-Registered Label and requirements of authorities having jurisdiction. B. Coordinate soil treatment application with excavating, filling, grading, and concreting operations. Treat soil under footings, grade beams, and ground-supported slabs before construction. 1.7 WARRANTY A. Soil Treatment Special Warranty: Manufacturer's standard form, signed by Applicator and Contractor, certifying that termite control work, consisting of applied soil termiticide treatment, will prevent infestation of subterranean termites. If subterranean termite activity or damage is discovered during warranty period, re-treat soil and repair or replace damage caused by termite infestation. 1. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 SOIL TREATMENT A. Termiticide: Provide an EPA-Registered termiticide, complying with requirements of authorities having jurisdiction, in an aqueous solution formulated to prevent termite infestation. Provide quantity required for application at the label volume and rate for the maximum termiticide concentration allowed for each specific use, according to product's EPA-Registered Label. 1. Service Life of Treatment: Soil treatment termiticide that is effective for not less than five years against infestation of subterranean termites. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements for moisture content of soil per termiticide label requirements, interfaces with earthwork, slab and foundation work, landscaping, utility installation, and other conditions affecting performance of termite control. B. Proceed with application only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's written instructions for preparation before beginning application of termite control treatment. Remove all extraneous sources of wood cellulose and other edible materials such as wood debris, tree stumps and roots, stakes, formwork, and construction waste wood from soil within and around foundations. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 313116 - 3 CDG 22004 TERMITE CONTROL B. Soil Treatment Preparation: Remove foreign matter and impermeable soil materials that could decrease treatment effectiveness on areas to be treated. Loosen, rake, and level soil to be treated except previously compacted areas under slabs and footings. Termiticides may be applied before placing compacted fill under slabs if recommended in writing by termiticide manufacturer. 1. Fit filling hose connected to water source at the site with a backflow preventer, complying with requirements of authorities having jurisdiction. 3.3 APPLICATION, GENERAL A. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's EPA-Registered Label for products. 3.4 APPLYING SOIL TREATMENT A. Application: Mix soil treatment termiticide solution to a uniform consistency. Provide quantity required for application at the label volume and rate for the maximum specified concentration of termiticide, according to manufacturer's EPA-Registered Label, to the following so that a continuous horizontal and vertical termiticidal barrier or treated zone is established around and under building construction. Distribute treatment evenly. 1. Slabs-on-Grade and Basement Slabs: Under ground-supported slab construction, including footings, building slabs, and attached slabs as an overall treatment. Treat soil materials before concrete footings and slabs are placed. 2. Foundations: Adjacent soil, including soil along the entire inside perimeter of foundation walls; along both sides of interior partition walls; around plumbing pipes and electric conduit penetrating the slab; around interior column footers, piers, and chimney bases; and along the entire outside perimeter, from grade to bottom of footing. Avoid soil washout around footings. 3. Penetrations: At expansion joints, control joints, and areas where slabs will be penetrated. B. Avoid disturbance of treated soil after application. Keep off treated areas until completely dry. C. Protect termiticide solution, dispersed in treated soils and fills, from being diluted until ground-supported slabs are installed. Use waterproof barrier according to EPA-Registered Label instructions. D. Post warning signs in areas of application. E. Reapply soil treatment solution to areas disturbed by subsequent excavation, grading, landscaping, or other construction activities following application. END OF SECTION 313116 CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 321313 - 1 CDG 22004 CONCRETE PAVING SECTION 321313 - CONCRETE PAVING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Driveways. 2. Parking lots. 3. Curbs and gutters. 4. Walks. B. Related Sections: 1. Section 033000 "Cast-in-Place Concrete" for general building applications of concrete. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, and ground granulated blast-furnace slag. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Other Action Submittals: 1. Design Mixtures: For each concrete paving mixture. Include alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1.5 INFORMATIONAL SUBMITTALS A. Material Certificates: For the following, from manufacturer: 1. Cementitious materials. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Curing compounds. 5. Joint fillers. B. Material Test Reports: For each of the following: CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 321313 - 2 CDG 22004 CONCRETE PAVING 1. Aggregates. Include service-record data indicating absence of deleterious expansion of concrete due to alkali-aggregate reactivity. 1.6 QUALITY ASSURANCE A. Concrete Testing Service: Engage a qualified testing agency to perform material evaluation tests and to design concrete mixtures. B. ACI Publications: Comply with ACI 301 unless otherwise indicated. 1.7 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. B. Pavement-Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg F for oil-based materials, and not exceeding 95 deg F. PART 2 - PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth, continuous, straight, and smooth exposed surfaces. 1. Use flexible or uniformly curved forms for curves with a radius of 100 feet or less. Do not use notched and bent forms. B. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and that will not impair subsequent treatments of concrete surfaces. 2.2 STEEL REINFORCEMENT A. Galvanized Reinforcing Bars: ASTM A 767/A 767M, Class II zinc coated, hot-dip galvanized after fabrication and bending; with ASTM A 615/A 615M, Grade 60 deformed bars. B. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60 plain-steel bars. Cut bars true to length with ends square and free of burrs. C. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from plastic or precast concrete of greater compressive strength than concrete specified, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. D. Zinc Repair Material: ASTM A 780. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 321313 - 3 CDG 22004 CONCRETE PAVING 2.3 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of same type, brand, and source throughout Project: 1. Portland Cement: ASTM C 150, gray portland cement Type I. B. Normal-Weight Aggregates: ASTM C 33, Class 4M, uniformly graded. Provide aggregates from a single source. 1. Maximum Coarse-Aggregate Size: 1 inch nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Water: Potable and complying with ASTM C 94/C 94M. 2.4 FIBER REINFORCEMENT A. Synthetic Fiber: Monofilament polypropylene fibers engineered and designed for use in concrete paving, complying with ASTM C 1116/C 1116M, Type III, 1/2 to 1-1/2 inches long. 2.5 CURING MATERIALS A. Water: Potable. B. Evaporation Retarder: Waterborne, monomolecular, film forming, manufactured for application to fresh concrete. C. White, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 2, Class B, dissipating. 2.6 RELATED MATERIALS A. Joint Fillers: ASTM D 1751, asphalt-saturated cellulosic fiber in preformed strips. 2.7 PAVEMENT MARKINGS A. Pavement-Marking Paint: MPI #32 Alkyd Traffic Marking Paint. 1. Color: White 2.8 WHEEL STOPS A. Wheel Stops: Precast, air-entrained concrete, 2500-psi minimum compressive strength, 4-1/2 inches high by 9 inches wide by 72 inches long. Provide chamfered corners and drainage slots on underside and holes for anchoring to substrate. 1. Dowels: Galvanized steel, 3/4 inch in diameter, 10-inch minimum length. 2.9 CONCRETE MIXTURES CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 321313 - 4 CDG 22004 CONCRETE PAVING A. Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal-weight concrete, and as determined by either laboratory trial mixtures or field experience. 1. Use a qualified independent testing agency for preparing and reporting proposed concrete design mixtures for the trial batch method. 2. When automatic machine placement is used, determine design mixtures and obtain laboratory test results that meet or exceed requirements. B. Proportion mixtures to provide normal-weight concrete with the following properties: 1. Compressive Strength (28 Days): 3500 psi. 2. Maximum Water-Cementitious Materials Ratio at Point of Placement: 0.45. 3. Slump Limit: 4 inches, plus or minus 1 inch. C. Add air-entraining admixture at manufacturer's prescribed rate to result in normal-weight concrete at point of placement having an air content as follows: 1. Air Content: 4-1/2 percent plus or minus 1.5 percent for 1-inch nominal maximum aggregate size. D. Limit water-soluble, chloride-ion content in hardened concrete to 0.15 percent by weight of cement. E. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash or Pozzolan: 25 percent. 2. Ground Granulated Blast-Furnace Slag: 50 percent. 3. Combined Fly Ash or Pozzolan, and Ground Granulated Blast-Furnace Slag: 50 percent, with fly ash or pozzolan not exceeding 25 percent. F. Synthetic Fiber: Uniformly disperse in concrete mixture at manufacturer's recommended rate, but not less than 1.0 lb/cu. yd.. 2.10 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M and ASTM C 1116/C 1116M. Furnish batch certificates for each batch discharged and used in the Work. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine exposed subgrades and subbase surfaces for compliance with requirements for dimensional, grading, and elevation tolerances. B. Proof-roll prepared subbase surface below concrete paving to identify soft pockets and areas of excess yielding. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 321313 - 5 CDG 22004 CONCRETE PAVING 1. Completely proof-roll subbase in one direction and repeat in perpendicular direction. Limit vehicle speed to 3 mph. 2. Proof-roll with a pneumatic-tired and loaded, 10-wheel, tandem-axle dump truck weighing not less than 15 tons. 3. Correct subbase with soft spots and areas of pumping or rutting exceeding depth of 1/2 inch. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Remove loose material from compacted subbase surface immediately before placing concrete. 3.3 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form-release agent to ensure separation from concrete without damage. 3.4 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Zinc-Coated Reinforcement: Use galvanized-steel wire ties to fasten zinc-coated reinforcement. Repair cut and damaged zinc coatings with zinc repair material. 3.5 JOINTS A. General: Form construction, isolation, and contraction joints and tool edges true to line, with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline unless otherwise indicated. 1. When joining existing paving, place transverse joints to align with previously placed joints unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of paving and at locations where paving operations are stopped for more than one-half hour unless paving terminates at isolation joints. 1. Continue steel reinforcement across construction joints unless otherwise indicated. Do not continue reinforcement through sides of paving strips unless otherwise indicated. 2. Provide tie bars at sides of paving strips where indicated. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or coat with asphalt one-half of dowel length to prevent concrete bonding to one side of joint. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 321313 - 6 CDG 22004 CONCRETE PAVING C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, other fixed objects, and where indicated. 1. Locate expansion joints at intervals of 50 feet unless otherwise indicated. 2. Extend joint fillers full width and depth of joint. 3. Terminate joint filler not less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 4. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 5. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint-filler sections together. 6. During concrete placement, protect top edge of joint filler with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows, or to match jointing of existing adjacent concrete paving where applicable: 1. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks. a. Tolerance: Ensure that sawed joints are within 3 inches either way from centers of dowels. E. Edging: After initial floating, tool edges of paving, gutters, curbs, and joints in concrete with an edging tool to a 1/4-inch radius. Repeat tooling of edges after applying surface finishes. Eliminate edging-tool marks on concrete surfaces. 3.6 CONCRETE PLACEMENT A. Before placing concrete, inspect and complete formwork installation, steel reinforcement, and items to be embedded or cast-in. B. Remove snow, ice, or frost from subbase surface and steel reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. D. Comply with ACI 301 requirements for measuring, mixing, transporting, and placing concrete. E. Do not add water to concrete during delivery or at Project site. Do not add water to fresh concrete after testing. F. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. G. Consolidate concrete according to ACI 301 by mechanical vibrating equipment supplemented by hand spading, rodding, or tamping. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 321313 - 7 CDG 22004 CONCRETE PAVING H. Screed paving surface with a straightedge and strike off. I. Commence initial floating using bull floats or darbies to impart an open-textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments. J. Curbs and Gutters: Use design mixture for automatic machine placement. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing. K. Slip-Form Paving: Use design mixture for automatic machine placement. Produce paving to required thickness, lines, grades, finish, and jointing. 1. Compact subbase and prepare subgrade of sufficient width to prevent displacement of slip-form paving machine during operations. L. Cold-Weather Placement: Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing, or low temperatures. Comply with ACI 306.1 and the following: 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in design mixtures. M. Hot-Weather Placement: Comply with ACI 301 and as follows when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated in total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.7 FLOAT FINISHING A. General: Do not add water to concrete surfaces during finishing operations. B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. 1. Medium-to-Fine-Textured Broom Finish: Draw a soft-bristle broom across float-finished concrete surface perpendicular to line of traffic to provide a uniform, fine-line texture. 3.8 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. B. Comply with ACI 306.1 for cold-weather protection. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 321313 - 8 CDG 22004 CONCRETE PAVING C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete but before float finishing. D. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. E. Curing Methods: Cure concrete by curing compound as follows: 1. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas that have been subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating, and repair damage during curing period. 3.9 PAVING TOLERANCES A. Comply with tolerances in ACI 117 and as follows: 1. Elevation: 3/4 inch. 2. Thickness: Plus 3/8 inch, minus 1/4 inch. 3. Surface: Gap below 10-foot- long, unleveled straightedge not to exceed 1/2 inch. 4. Alignment of Tie-Bar End Relative to Line Perpendicular to Paving Edge: 1/2 inch per 12 inches of tie bar. 5. Lateral Alignment and Spacing of Dowels: 1 inch. 6. Vertical Alignment of Dowels: 1/4 inch. 7. Alignment of Dowel-Bar End Relative to Line Perpendicular to Paving Edge: 1/4 inch per 12 inches of dowel. 8. Joint Spacing: 3 inches. 9. Contraction Joint Depth: Plus 1/4 inch, no minus. 10. Joint Width: Plus 1/8 inch, no minus. 3.10 PAVEMENT MARKING A. Do not apply pavement-marking paint until layout, colors, and placement have been verified with Architect. B. Allow concrete paving to cure for a minimum of 28 days and be dry before starting pavement marking. C. Sweep and clean surface to eliminate loose material and dust. D. Apply paint with mechanical equipment to produce markings of dimensions indicated with uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils. 1. Apply graphic symbols and lettering with paint-resistant, die-cut stencils, firmly secured to concrete surface. Mask an extended area beyond edges of each stencil to prevent paint application beyond stencil. Apply paint so that it cannot run beneath stencil. 3.11 WHEEL STOPS A. Install wheel stops in bed of adhesive applied as recommended by manufacturer. CITY OF LUBBOCK LP&L GIS OFFICE ADDITION 321313 - 9 CDG 22004 CONCRETE PAVING B. Securely attach wheel stops to paving with not less than two galvanized-steel dowels located at one- quarter to one-third points. Install dowels in drilled holes in the paving and bond dowels to wheel stop. Recess head of dowel beneath top of wheel stop. 3.12 REPAIRS AND PROTECTION A. Remove and replace concrete paving that is broken, damaged, or defective or that does not comply with requirements in this Section. Remove work in complete sections from joint to joint unless otherwise approved by Architect. B. Drill test cores, where directed by Architect, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory paving areas with portland cement concrete bonded to paving with epoxy adhesive. C. Protect concrete paving from damage. Exclude traffic from paving for at least 14 days after placement. When construction traffic is permitted, maintain paving as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete paving free of stains, discoloration, dirt, and other foreign material. Sweep paving not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION 321313 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. 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. 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. 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. 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. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR.