HomeMy WebLinkAboutResolution - 3680 - Contract - Wardroup & Associates - Landwer Party House Renovations - 08_08_1991Resolution No. 3680
August 8, 1991
Item #32
HW:js
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by and
between the City of Lubbock and Wardroup & Associates for renovations to the
Landwer Party House, attached herewith, which shall be spread upon the minutes
of the Council and as spread upon the minutes of this Council shall constitute
and be a part of this Resolution as if fully copied herein in detail.
Passed by the City Council this 8th
ATTEST:
Rane t�Boy , City --Secretary
APPROVED S TO CONTENT:
Gene Eads, Purchasing Manager
APPROVED AS TO FORM:
� � �ii�-9'd� az
Faro Willard, Assistan City
Attorney
day of August , 1991.
S1C/ L , i�� ci�`L•�E✓�
B. C. McMINN, MAYOR
0-
CITY OF LUBBOCK
SPECIFICATIONS
FOR
LANDWER PARTY HOUSE RENOVATION
BID 11431
CITY OF LUBBOCK
Lubbock, Texas
�� ��
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
BOB-767-2167
Office of
Purchasing
MAILED TO VENDOR: July 12, 1991
CLOSE: 07/18/91 @ 2:00 P.M.
BID # 11431
ADDENDUM # 1
Please modify or amend Contract Documents as follows:
1. Please submit your bid on the enclosed Bid Proposal form
with the corrected "TIME OF COMPLETION" to 90 (NINETY)
days and the "LIQUIDATED DAMAGES" to $100.00 (ONE HUNDRED
DOLLARS) per day.
2. Revisions to section 15600, HEATING, VENTILATING & AIR
CONDITIONING:
a. Paragraph 2.5, page 15600-3. Add paragraph as follows:
D. Provide factory assembled and painted to match
air cooler, support platform and bracing to mount
air coolers to exterior wall. Anchor to wall
according to industry standards.
3. Drawing 1/2:
a. Delete note #5.
4. Drawing 2/2:
a. Reverse V1 and V2 designations in first column of AIR
DISTRIBUTION SCHEDULE so that V1 indicates Krueger model
AL-SH-4, and V3 indicates Up -Dux model P672301-A.
ATHAYOUI
Ron Shuffield,
PLEASE RETURN ONE COPY WITH YOUR BID
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE
DATE
PROJECT NO.
Proposal of (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re-
_, Lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround-
ing the construction of the proposed project including the availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica-
tions 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, of which this proposal is to be
a part, is as follows:
TOTAL BID• (S )
ALTERNATE #1:
(DEDUCT - delete brick masonry pavers)
ALTERNATE #2: (S )
(DEDUCT - delete painting of exterior masonary surfaces)
Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a
written."Notice to Proceed" of the Owner and to fully complete the project within 90 (NINETY) consecutive calendar
days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to
pay to Owner as liquidated damages the sum of $100.00 (One Hundred dollars) for each consecutive calendar day in
excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general
conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in-
struction number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in
the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar
days after the scheduled closing time for receiving bids.
-11-
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined
the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars (S ) or a Proposal Bond in the sum of Dollars (S ),
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 and the required bond
(if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con-
tract documents made available to him for his inspection in accordance with the Notice to Bidders.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Contractor
BY:
-12-
LAQVY EE V
r ^,,
-
i
PIIOOIN:TIOF1 Irc, WALV.014n. TOO,* RIM TOLL NEEIM22SS 7L0
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: LANDWER PARTY HOUSE RENOVATION
ADDRESS: BUDDY HOLLY PARK
(N. UNIVERSITY AVE a LOOP 289)
BID NUMBER: 11431
PROJECT NUMBER: 1491-552101-9530
CONTRACT PREPARED BY: Purchasing Department
-1-
(THIS PAGE LEFT BLANK INTENTIONALLY)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
INDEX
PAGE
NOTICETO BIDDERS..........................................................................................3
GENERAL INSTRUCTIONS TO BIDDERS............................................................................5
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10
PAYMENTBOND..............................................................................................14
PERFORMANCE BOND..........................................................................................17
CERTIFICATE OF INSURANCE..................................................................................20
CONTRACT..................................................................................................22
GENERAL CONDITIONS OF THE AGREEMENT.......................................................................24
CURRENT WAGE DETERMINATIONS...............................................................................42
SPECIFICATIONS............................................................................................43
SPECIAL CONDITIONS........................................................................................44
NOTICE OF ACCEPTANCE......................................................................................45
-2-
(THIS PAGE LEFT BLANK INTENTIONALLY)
NOTICE TO BIDDERS
-3-
(THIS PAGE LEFT BLANK INTENTIONALLY)
NOTICE TO BIDDERS
BID # 11431
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until
2:00 o'clock p.m. on the 18th day of July. 1991, 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:
LANDLIER PARTY HOUSE RENOVATION
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene
Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 8th day of August, 1991, at Municipal Bldg.,
-- Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is
a factor that will be considered in determination of the lowest responsible bidder. If the contract price
does not exceed $25,000.00 the said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a 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 bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
all such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is
further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a pre -bid conference on 10th day of July, 1991, at 10:00 o'clock a.m., Committee
Conference Room #103, Municipal Building, 1625 13th Street.
CITY OF LUBBOCK
BY: Gene Eads, C.P.M.
Purchasing Manager
ADVERTISEMENT FOR BIDS
BID # 11431
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock,
Texas, 79401 until 2:00 o'clock p.m. on the 18th day of July. 1991, 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:
LANDWER PARTY HOUSE RENOVATION
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's
Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the
contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
_ There will be a prebid conference on 10th day of July, 1991, at 10:00 o'clock a.m., Conference
Committee Room , Municipal Building, 1625 13th Street.
�BY: Gene Eads, C.P.M.
-- PURCHASING MANAGER
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL INSTRUCTIONS TO BIDDERS
-4-
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL INSTRUCTIONS TO BIDDERS
® 1. SCOPE OF WORK
The work to be done under the contract documents shall consist of the following:
Renovations for the Landwer Party House located at Buddy Holly Park off North University Avenue & Loop 289.
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the Gen-
eral Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
-- It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a
bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as
noted in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 90 (NINETY) calendar days
from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however,
the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated
by the contract documents. In the event the City requires a progress schedule to be submitted, and it is
determined by the City that the progress of the work is not in accordance with the progress schedule so sub-
mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple-
tion of the project within the time specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of
the contract documents.
6. 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.
-5-
7. 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 pro-
tecting 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 provi-
sion. 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.
8. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against de-
fective 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).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his
use during construction. Plans and specifications for use during construction will only be furnished di-
rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup-
pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con-
tractor.
10. PROTECTION OF THE FORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi-
als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc-
tion, 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 re-
serves the right, after the bids have been opened and before the contract has been awarded, to require of a
bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the proposed contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma-
terials to be incorporated into the work without paying the tax at the time of purchase.
-6-
12. 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 construc-
tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur-
nish Contractor the location of all such underground lines and utilities of which it has knowledge. How-
ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under-
ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by
this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig-
nals, 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 re-
placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri-
cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
-- acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor
from the City. In all cases where written permission is obtained for the use of explosives, the Contractor
shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast-
ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost
care so as not to endanger life or property and the Contractor shall further use only such methods as are
currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem
necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of
responsibility for any damage resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time that the
work contemplated by this contract is in progress.
16. 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
IFC
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 subroga-
tion.
The insurance certificates furnished shall name the City as an additional insured and shall further state
that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a
statement from the Contractor to the effect that no work on this particular project shall be subcontracted.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate which must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there-
under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu-
ments does not release the Contractor from compliance with any wage law that may be applicable. Construc-
tion work under this contract requiring an inspector will not be performed on weekends or holidays unless
the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor
must notify the Owner's Representative not less than three full working days prior to the weekend or holiday
he desires to do work and obtain written permission from the Owner's Representative to do such work. The
final decision on whether to allow construction work requiring an inspector on weekends or holidays will be
made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition
so that it is no longer dangerous to property or life.
18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the
site of the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name
of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The
affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc-
tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon.
The Contractor must classify employees according to one of the classifications set forth in the schedule of
general prevailing rate of per diem wages, which schedule is included in the contract documents.
-8-
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten
dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such
laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set
forth in the schedule of general prevailing rate of per diem wages included in these contract documents.
--- 19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to in-
creases or decreases in the cost of materials, labor or other items required for the project will be re-
jected and returned to the bidder without being considered.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes
to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis-
tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the
price written in figures, the price written in words shall govern. If the proposal is submitted by an indi-
vidual, 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.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids,
but no proposal may be withdrawn or altered thereafter.
21. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol-
lowing:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to
Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
-9-
(THIS PAGE LEFT BLANK INTENTIONALLY)
BID PROPOSAL
-10-
(THIS PAGE LEFT BLANK INTENTIONALLY)
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE T iibbock. Texas
DATE July 18, 1991
PROJECT NO. Bid #11431
Proposal of Wardroup & Associates (hereinafter called Bidder)
i
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a
Landwer Party House Renovation
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re-
lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround-
ing the construction of the proposed project including the availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica-
tions 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 requirt:d under the contract documents, of which this proposal is to be
a part, is as follows:
TOTAL BID:
ALTERNATE #1
(DEDUCT -delete brick masonry pavers)
ALTERNATE #2: C�raQ . �1Zm+x/ / �M I7 r���c.�
(DEDUCT - delete painting of exterior r.iasonary surfaces)
Amount shall be shown in both words and figures. Iii case of discrepancy, the amount shown in words shall govern.)
_ Bidder hereby agrees to commence the work cn the above project on or before a date to be specified in a
written "Notice to Proceed" of the Owner and to fully complete the project within 90 (NINETY) consecutive calendar
days thereafter as stipulated in the specification; and other contract documents. Bidder hereby further agrees to
pay to Owner as liquidated damages the sum of $100.00 (One Hundred dollars) for each consecutive calendar day in
excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general
conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in-
struction number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in
the bidding.
The Bidder agrees that this bid shall L)e good and may not be withdrawn for a period of thirty (30) calendar
days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined
the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars (S ) or a Proposal Bond in the sum of Dollars (S ),
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 tha necessary contract documents and the required bond
(if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of saiC4
proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con-
tract documents made available to him for his inspection in accordance with the Notice to Bidders.
S
Wardroup & Associates
Contractor
BT • /i��/J d�
Wallace C. Wardroup, Owner
i
(Seal if Bidder is a Corporation)
ATTEST: `
Secretary
M
:Ibi b:4.i
t.
LIST OF SUBCON CTOR
This form shall be completed and submitted with the Bidder's Proposal.
Minority Owned
Yes No
2.
3 L E $I �IG'ptr i4
4. PU,41
5. QrIn
6.
7.
8.
9.
10.
1
11
(THIS PAGE LEFT BLANK INTENTIONALLY)
CNA INSURANCE COMPANIES
BID BOND
KNOW ALL MEN BY THESE PRESENTS: That we W.C. WARDROUP DBA WARDROUP AND ASSOCIATES
and CONTINENTAL CASUALTY COMPANY
CITY OF LUBBOCK
in the sum of
, Principal,
Surety, are held and firmly bound unto
, Obligee,
FIVE PERCENT OF THE GREATEST AMOUNT BID ----------------- B-Ofiars($� ------5%------- )
for the payment of which we bind ourselves, our legal representatives, successors and assigns,
jointly and severally, firmly by these presents.
for
WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract
LANDWER PARTY HOUSE RENOVATION
NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within
such time as may be specified, enter into the contract in writing and give such bond or bonds as
may be specified in the bidding or contract documents with surety acceptable to Obligee; or if
Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of
such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to
remain in full force and effect.
Signed, sealed and dated W.C. WARDROUP DBA ROUP AND ASSOCIATES
JULY 18, 1991 byin�
by
CONTINENTAL CASUALTY COMPANY
(Surety)
KEVIN J. DON'
Attorney-in-Fact
G•23054-C
CNA
For All the Commitments You Make'
(THIS PAGE LEFT BLANK INTENTIONALLY)
Continental Casualty Company
CNA
%or AIt the C4CnMjtRWnL% You .Hake'
A N 1 L L I N 0 l s C C R? o R A T I O .4
POWER OF A I i ORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men by these Presents, That CONTINENTAL CASUAL'( CC'APANY. a _cr;cra,,xn duly oriantzec and existing under the
laws of the State of Illinois, and having its pr,rc:pal -.Hide In the City cf Chjcagc, and State of Illinois, cces ':ereoy rake. constitute
and appoint '�nwan. unwar r,Mik= '-en`horn. Ron Strcnan. Cara RCrprS. Pere ?inr,�elf.
'
Kevin J. Dunn, Individually
— of Midland. Texas
Its true and lawful Attorney -in -fact with full power and authority hereby ccrferred to sign, seal and execute in its behalf bonds, undertakings
and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind CONTINENTAL CASUALTY COMPANY therecy as fully and to the same extent as if such ir,strurents were s:gned by the
TY N
duly authorized officers of CONTINENTAL CASUALCOMPAY and ail the acts cf said Attorney, pursuant to the authcrity hereby
given are hereby ratified and confirmed.
This Power of At:orney is made and executed ,pursuant to and by authcrity c. the fcilcwirg By -Law duly accctec by the Ecard of
Cirectors of the Company.
"Aric!e IX—Executfon of Documents
Section 3. Appointment of Attomev4n-fact. The President or a Vice President may, from tir„e to time. acccint by wricencenificates
attorneys -in -fact to act in behalf of the Company in ;he exciec;;:icn cf ;ciic:es of insurance, bonds. urcer:aKings ird Otner cciigatcrr
instn.tments of like nature. Such attorneys -in -fact, subject to the limi;aticns set fern !n ;heir rescective :ertificates of authcfity, shall
have full power to bind the Company by their signature and execution cf any such instruments anc to at;ac.~. the seal of the Company
thereto. The President or any Vice President or the Edam of Oirectcrs may a, any time revoke all power and authcrity previously given
to any attomey-in•fact."
This Power of Attorney is signed and sealed by facsimile under anc by the authority cf the fcilcwirg Resolution adc.-tee by the
Board of Directors of the Company at a rneeting duty called anc he!d on the 3rC cay of A:ril. 1557.
"Resolved, that the signature of the President or Vice President and the seal of 'he Comoarn may ce affixed by facsimile on any
power of attcmey granted pursuant to Section 3 of Article IX cf the Ey-Laws, anc the signature of the Sacre:ar( or an Assistant Secre:arf
and the seal of the Ccmcany may be affixed by facsimile !c any ca ificate of any suc- ;ewer, and anv ,cover or cenificate bearing
such facsimile signatures and seal shail be valid anc binding on the Comcany. Any such :ewer so exec-jtec and sealer anc cenfiec
by certificate so executed and sealed shall, with respect to any bond cr unceraxirg tc which it is attacnea. continue to be valid anc
bindinc on the Company."
In Witness Whereof, CONTINENTAL CASL'ALi ( COMPANY has caused these cresenus to be signed by its Vice Pees;cenl and its
corporate seal to be hereto affixed on this oth day cf ~larch 1c
— CCNTiNEVTAL CASijAL-Y CCMPANY
State of Illinois
County of Ccck ( ss c %� IN ^�
sEAI ?' ��•
J. E. P,.rte!I Vice President.
_ On this 6th day of March 10 91. before ne personally came
J. E. Purell. to me known. who. being by me duly sworn. (lid deocse anc say: that he resides :n tr:e Village of Glenview. State of Illinois: that he Is
a Vice -President of CONTINENTAL CASUALTY COMPANY, the c:r;erat:en cescnted in arc wnicn executed the acove instrument: that he knows
the seal of said Corporation: that the seal affixed to the said Instrument is suet cc; -,crate se31: tha; it was so afixe^:ursuant to the salC Irstrur..ent
is such corporate seal- that it was so affixed pursuant to authcriry given ty ;he Ecard of Clreccrs cf said c:rporat;cn anc that he s;irea his name
thereto pursuant to like authority, and ackncwiedges same ;O be the a . and Cep of laic c:r:crancn.
NOTARY
reuc
L:nca C. Cemcsev! 1� etary Pubic.
CERTIFICATE
My Ccrranission Expires October 19, 1991
-.
— 1. M. C. Vennahme. Assistant Secretary of CCNTINE:NTAL CASUALTY CCMPANY. do heresy cemfy that the Power of .Attorney herein aocve set
fer,h :s still in force. and further certify that Sec::cn 3 ci Ar,:c:e !X of the Sy -Laws cr the Czmcany and the Resciuvcn of the _care of Clrercrs.
sat forth In said Power of Attorney are still in fort_. In ;esitmeny Mrerecf ! .lave hereurto sucscrlcet T:v name arc arfixed the seat v :he
said Company this 18TH --ay cf JULY 19 91
;wb•.., ` M. C. Vennanne Assistant Secretary.
s•
(THIS PAGE LEFT BLANK INTENTIONALLY)
PAYMENT BOND
-14-
(THIS PAGE LEFT BLANK INTENTIONALLY)
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS WND CKCK
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, BEST RATING
1959 LICENSED IN TEXAS
DATE �Y
KNOW ALL MEN BY THESE PRES S, that j�,YLa( `LU LDj (,tyCPLQ t (hereinafter called the Principal(s), as
Principal(s), and
rONTINENIAI. CASfiA +Y'AAPANY
"- (hereinafter called the Surety(s), as Surety(s), are held and firmly bound u to�t'e City of 1Lubbock (hereinafter
called the Obligee), in the amount of )nu t�1nLy14 i101t? i1 �1t1t1d,)(r_ lar3 ($�L3JL) lawful money of
the United States for the payment wher o , he said Principal and Surety bind themselves, and their heirs, adminis-
trators, 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""6 ft day of
��i.3d t s4 , 199(, to
��� -� 1�1�1�1 � ���'�►� � � �e.S � a � ��i 1�c�.��.0 QhF�r_��Cat��f►��,�
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 sub -contractor in the prosecution of the work provided for in said con-
tract, 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 Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, 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.
-15-
IN WITNESS WHEREOF the said Principal (s) and Surety (s) have signed and sealed this instrument this
day of XAA 19(4 1.
CONTINEwTA l.TY COMPANY
Surety
Principal
By: " �� ' fe ., /
(Title) chxG'titi
By:
(Title)
By:
(Title)
*By.
KEVIN J. D N (Title)
ATTY IN FACT
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des-
ignates 'H OWAR D COW AN.gent resident in Lubbock County to whom any requisite notices may'delivered and
on whom service of process may be had in matters arising out of such suretyship ,
CONTINENTAL CASUALTY COMPANY
Approved as to form:
City -of Lubbock
J � 1
By.
City Attorney
Surety
*By.
KEVIN J. DUN ttle)
ATTY IN FACET,,
*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.
-16-
Continental Casualty Company '
CNA
For All the CommitmentRYou Make'
AN I LLI Not S COR P O R A T ION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the
laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute
andappoint Howard rowan. Mike Henthorn, Ron Stroman, Carla Rogers. Pete Bingaeli,
Kevin J. Dunn, Individually
of Midland. Texas
Its true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings
and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the
duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby
given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company.
"Article IX —Execution of Documents
Section 3. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, appoint by writtencertificates
attorneys -in -fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall
have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
-- Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957.
"Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing
such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
bindino on the Company."
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
corporate seal to be hereto affixed on this 6th day of March , 19 91
CONTINENTAL CASUALTY COMPANY
State of Illinois 1 r
County of Cook ( ss S
0 SEAL
J. E. Purtell Vice President.
-- On this 6th day of March 19 91, before me personally came
J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois; that he is
a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows
the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to the said instrument
is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name
- thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
a G
c NOTARY cD
- — PUSUC c
000+cO"`� Linda C. Dempsey 4�6tary Public.
CERTIFICATE MyCommissiOn Expires Octo 19, 1991
I, M. C. Vonnahme, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney herein above set
forth is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Board of Directors,
set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the
said Company this 27TH day of AUGUST _19 91 .
OsD
M. C. VonnahmeAssistant Secretary.
Form 1-23142-B INV, NO. G-56623-B
PERFORMANCE BOND
-17-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
BOND CHECK
BEST RATING
LICENSED N EXAS
DATE „� q BY
Cu. L. Lctad_,kctkP, (ikj k Wm(" .r c v ucz _(_�'
KNOW ALL MEN BY THESE PRESENTS, IbLat (hereinafter called the PrincipaL(s), as PrincipaL(s), and
- CONTINENTAL CASUALTY COMPANY
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unntoo,„the City of Lubbock (hereinafter
called the Obligee), in the amount of + IW aFs (E`�f.`l 4 > lawful money of the
United States for the payment whereof, a said Principal and Surety bind themselves, and their heirs, administra-
tors, 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 then day of
du 1921, to
C n
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 per-
form 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 Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, 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 WITNES1S WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument thj*ac �
day of �(j,�( i I Wfi
G CONTINENTAL CASUALTY COMPANY��,��„
Surety Principal
*By: By:
(Title)KYI J. DUIr N
ATTY IN FACT (Title)
By:
(Title)
By:
(Title)
-18-
The,y�g�As�,gq�ed SyWA pmpany represents that it is duly qualified to do business in Texas, and hereby
designates J - 1�1laYnYagent resident in Lubbock County to whom any requisite notices may e�jvered and on
whom service of process may be had in matters arising out of such suretyship.
CONTINENTAL CASUALTY COMPANY
Approved as to Form
City of Lubbock
44ty
d` 4Attorney
Surety
*By:
(Titl
KEYIN J. UNN
ATTY IN FACT
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
-19-
Continental Casualty Company
CNA
_ For All the Commit ments You Make'
AN ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
_ Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the
laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute
and appoint Howard Cowan. Mike Henthorn, Ron Stroman. Carla Rogers. Pete Binggeli.
Kevin J. Dunn, Individually
of Mi dl and , Texas
Its true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings
and other obligatory instruments of similar nature
- In Unlimited Amounts -
--- and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the
duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby
given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company.
"Article IX —Execution of Documents
Section 3. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, appoint by written certif!Cates
attorneys -in -fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall
have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957.
"Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing
such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
binding on the Company."
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
corporate seal to be hereto affixed on this 6th day of March , 19 91 _
'i �Su�rCONTINENTAL CASUALTY COMPANY
State of Illinois) z L0� AT, ;
County of Cook ( ss k::SE
AL ?
"" J. E. Purtell Vice President.
On this 6th day of March , 19 91, before me personally came
J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois; that he is
a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows
the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to the said instrument
is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name
thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
eLinda C. Dempsey otary Public.
CERTIFICATE My Commission Expires OctO e 19, 1991
I, M. C. Vonnahme, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney herein above set
forth is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Board of Directors,
set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the
said Company this 27TH day of AUGUST 19 91
z La.ro.,,, M. C. Vonnahme Assistant Secretary.
i • �
°a SEAL
nrt
Form 1.23142-B INV. NO. G-56623-B
(THIS PAGE LEFT BLANK INTENTIONALLY)
CERTIFICATE OF INSURANCE
-20-
(THIS PAGE LEFT BLANK INTENTIONALLY)
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE: 8/27/91
Type of Project 71491-552101-9530
bback Texas Project: Landwer Party House
Wallace �. Warroup and or Wardroup & Associates, Inc. Renovation Bid #11431
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, in-
sured by this Company with respect to the business operations hereinafter described, for the types of insurance and
in accordance with the provisions of the standard policies used by this Company, the further hereinafter described.
Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
Policy No.
Effective
Expires
Limits of Liability
--------------------------------------------------------------------------------------------------------------------
Workmen's
408-470306
10-1-90
10-1-91
5500, each accident
$500, disease -policy limit
Compensation
--------------------------------------------------------------------------------------------------------------------
$500, disease -each employee
Owner's Protec-
Per Person $
tive or contin-
Per Occurrence $
gent Liability
--------------------------------------------------------------------------------------------------------------------
Property Damage $
Contractor's
Per Person $
Protective or
Per Occurrence $
Contingent
Property Damage $
Liability
--------------------------------------------------------------------------------------------------------------------
Per Person $ t,000,000 CSL
Automobile
133-588425
10-1-90
10-1-91
Per occurrence $
--------------------------------------------------------------------------------------------------------------------
Property Damage $
Comprehensive
General Liability
543-019462
10-1-90
10-1-91
$ 1,000,000 per occ.
--------------------------------------------------------------------------------------------------------------------
Umbrella Liability
523-5645447
10-1-90
10-1-91
$ 1,000,000
Builders Risk
0391ZE2306
7/18/91
7/18/92
$51,740.00 Job
The foregoing Policies OW (do not) cover all sub -contractors.
Locations Covered Landwer Party House — Buddy Holly Park — N. University Ave @ Loop 289, Lubbock,
DESCRIPTION of Operations Covered
Landwer Party House Renovation
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the insured has received written notice of such
change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THIS CERTIFICATE United States Fire Insurance Co.
MUST BE SENT TO THE OWNER. (Name of Insurer)
St. Paul Insurance Co.
By:
Title
Authorize epresentative
TX
-21-
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK
DATE:
Type of
Lubbock, Texas
Project:
THIS IS TO CERTIFY THAT
(Name and Address of Insured) is, at
the date of this
certificate, in-
sured by this Company with respect to
the business operations hereinafter described, for the types
of insurance and
r in accordance with the provisions of
the standard policies used by this Company,
the further hereinafter
described.
Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
Policy No.
Effective Expires
Limits of
Liability
--------------------------------------------------------------------------------------------------------------------
Workmen's
Compensation
--------------------------------------------------------------------------------------------------------------------
` Owner's Protec-
Per Person
$
tive or Contin-
Per Occurrence
$
gent Liability
--------------------------------------------------------------------------------------------------------------------
Property Damage
$�_
Contractor's
Per Person
$
Protective or
Per Occurrence
$
Contingent
Property Damage
$
Liability
--------------------------------------------------------------------------------------------------------------------
Per Person
$
._ Automobile
Per Occurrence
$
--------------------------------------------------------------------------------------------------------------------
Property Damage
$
_, Comprehensive
General Liability
$
--------------------------------------------------------------------------------------------------------------------
Umbrella Liability
$
--------------------------------------------------------------------------------------------------------------------
The foregoing Policies (do) (do
not) cover all sub -contractors.
Locations Covered
DESCRIPTION of Operations Covered
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the insured has received written notice of such
change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THIS CERTIFICATE
MUST BE SENT TO THE OWNER. (Name of Insurer)
By:
Title
-21-
(THIS PAGE LEFT BLANK INTENTIONALLY)
'Continental Casualty Company
CNA
For All the Commitmeno; You Make'
AN ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY•IN-FACT
Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the
laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute
andappoint Howard Cowan Mike Henthorn, Ron Stroman Carla Rogers. Pete Binggeli.
Kevin J Dunn Individually
of Midland Texas
Its true and lawful Attorney -in -fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings
and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the
duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby
given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company.
"Article IX —Execution of Documents
Section 3. Appointment of Attorney -in -fact. The President or a Vice President may, from time to time, appoint by writtencertificates
attorneys -in -fact to act In behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall
-- have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
r Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957.
"Resolved, that the signature of the President or Vice President and the seat of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing
such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
binding on the Company."
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
corporate seal to be hereto affixed on this 6th day of March , 19 91
CONTINENTAL CASUALTY COMPANY
State of Illinois f
_ County of Cook ( ss a �\
• �\�Ip
°� SEAL
J. E. Purtell Vice President.
On this 6th day of March , 19 91, before me personally came
J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois; that he is
a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows
the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to the said instrument
is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name
thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
e
Linda C. Dempsey otary Public.
_ CERTIFICATE My Commission Expires Octo a 19, 1991
I, M. C. Vonnahme, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney herein above set
forth is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Board of Directors,
set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the
said Company this 27TH day of AUGUST 19 91
�o GASU4,)` .
Z �o..o.,,, M. C. Vonnahme Assistant Secretary.
i ' s
�J SEAL
$ni
Form 1-23142-B INV. NO. G-56623-B
(THIS PAGE LEFT BLANK INTENTIONALLY)
CONTRACT
-22-
(THIS PAGE LEFT BLANK INTENTIONALLY)
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 8th day of August. 1991, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and Wardroup & Associates 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 CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol-
lows:
BID #11431 - LANDWER PARTY HOUSE RENOVATIONS IN THE AMOUNT OF $51,740.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or
their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance and other accessories and services necessary to complete the said construction in accordance with
the contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the 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.
ATTEST:
Se et ry
PROVED TO TENT:
a �v
APPROVED AS TO FORM -
ATTEST:
Corporate Secretary
CITY OF LUBBOCK, TEXAS (OWWNNEER')-�,
By: C' CIS".✓
MAYOR
WARDROUP & ASSOCIATES
CONTRACTOR /
By: !�l G4 Z j�
TITLE:
COMPLETE ADDRESS:
4408 BROWNFIELD DRIVE
Lubbock, TX 79410
-23-
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL CONDITIONS OF THE AGREEMENT
-24-
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con-
tract, it shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shalt
be understood to mean the person, persons, co -partnership or corporation, to -wit: WARDROUP & ASSOCIATES, who
has agreed to perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood
as referring to CARLOS VIGIL, PARK DEVELOPMENT SUPERVISOR, City of Lubbock, under whose supervision these
contract documents, including the plans and specifications, were prepared, and who will inspect construc-
tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act
in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under
the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in
behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of
the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available
to Bidder for his inspection in accordance with the Notice to Bidders.
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.
Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na-
ture, be specifically and clearly described and specified, but are necessarily described in general terms,
_. the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the
fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be
done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the
character of the work.
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 re-
sponsibility 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.
-25-
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 him who gives the notice.
B. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and
all other facilities necessary for the execution and completion of the work covered by the contract docu-
ments. 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 docu-
ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and
shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative
will check the Contractor's layout of all major structures and any other layout work done by the Contractor
at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly
Locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense
to him and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract docu-
ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or
quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences
or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing
assurances for the Owner that the completed project will conform to the requirements of the contract docu-
ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with
the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of
the Contractor.
-26-
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence-
ment of the work contemplated by these contract documents or the completion of the work contemplated by
these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's
Representative to comply with this requirement, but such suspension will be as brief as practical and Con-
tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre-
sentative 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 him,
his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa-
tive at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
-_ Representative shall review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all
cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this
contract. He shall determine all questions in relation to said work and the construction thereof, and
shall, in all cases, decide every question which may arise relative to the execution of this contract on the
part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent
to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the
Contractor to receive any money under this contract; provided, however, that should Owner's Representative
render any decision or give any direction, which in the opinion of either party hereto, is not in accordance
_ with the meaning and intent of this contract, either party may file with said Owner's Representative within
30 days his written objection to the decision or direction so rendered, and by such action may reserve the
right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-
tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there-
from shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the
Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela-
tive to the execution of the work or the interpretation of the contract, specifications and plans. Should
the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may
w be taken as if his decision had been rendered against the party appealing.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint
from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative
may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that
said material is furnished and said work is done in accordance with the specifications therefore. The Con-
tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors
or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey
the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when
such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate
engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's
Representative for his decision.
-27-
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and
shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all
satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence
and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by
competent and reasonable representatives of the Contractor is essential to the proper performance of the
work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Con-
tractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examinat on, satisfied himself as to the na-
ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate-
rials to be encountered, the character of equipment and facilities needed preliminary to and during the
prosecution of the work, and the general and local conditions, and all other matters which in any way effect
the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of
the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or
obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis-
orderly, such man or men shall be discharged from the work and shall not again be employed on the work with-
out the Owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu-
tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur-
nish same, and it is also understood that Owner shall not be held responsible for the care, preservation,
conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it
is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure
shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob-
servation, 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.
-28-
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the
work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser-
vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain
the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am-
ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep-
resentative may reject any work found to be defective or not in accordance with the contract documents, re-
gardless of the stage of its completion or the time or place of discovery of such errors and regardless of
whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work
should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre-
sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is
being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representa-
tive to make observations of such work or require testing of said work, then in such event Owner or Owner's
Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection,
testing or approval made by persons competent to perform such tasks at the location where that part of the
work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed
by the American Society for Testing and Materials or such other applicable organization as may be required
by law or the contract documents.
If any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa-
tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec-
tions, 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 approval, and any work which meets
the requirements of any such tests or approval but does not meet the requirements of the contract documents
shall be considered defective. Such defective work shall be corrected at the Contractor's expense.
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 this agreement to make such inspections,
tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with
the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un-
suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after
receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re-
build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur-
ther 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 or materials for the work herein contemplated, or any part
o. 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 in-
crease 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
-29-
case the Owner shall make such changes or alterations as shall make useless any work already done or mate-
rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material
or Labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
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, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa-
tive 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 (8) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is com-
menced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) per cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this para-
graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such extra work, including
Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's
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 mat-
ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin-
ery 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 com-
pensate him for his profit, overhead, general superintendence and field office expense, and all other ele-
ments of cost and expense not embraced within the actual field cost as herein defined, save that where the
Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost
to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre-
sentative 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 in-
sists upon its performance, the Contractor shall proceed with the work after making written request for
written order and shall keep adequate and accurate account of the actual field cost thereof, as provided
under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi-
tration as herein below provided.
-30-
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract 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. If the Contractor finds any
discrepancies or omissions in these plans, specifications, or contract documents, he should notify the
Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to
complete the work in accordance with these plans and specifications. It is further understood that any re-
quest for clarification must be submitted no later than five days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
_ If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the
quality of work with the rate of progress required under this contract, the Owner or Owner's Representative
may order the Contractor in writing to increase their safety or improve their character and efficiency and
the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci-
fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention
in Construction" of Associated General Contractors of America, except where incompatible with federal, state
or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem-
nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or
claims of any character whatsoever, brought for or on account of any injuries or damages received or sus-
tained by any person or persons or property, on account of any negligent act or fault of the Contractor or
any subcontractor, their agents or employees, in the execution and supervision of said contract, and the
project which is the subject matter of this contract, on account of the failure of Contractor or any subcon-
tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment
with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as
an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be
given by the owners or the Owner's Representative concerning omissions under this paragraph as the work pro-
gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump-
tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
-31-
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in-
surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au-
thorized 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. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily
Injury and $300,000 Property Damage per occurrence to include:
Premises and operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy
naming the City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property
Damage.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $250/500,000
Property Damage $100,000
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -
owned Vehicles. The City is to be named as an additional insured on this policy for this specific
job and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten-
tial loss) naming the City of Lubbock as insured.
-32-
E. Excess or Umbrella liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of
($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen-
sive Automobile Liability coverages.
The City is to be named as an additional insured on this policy for this specific job and copy of
the endorsement doing so is to be attached to the Certificate of insurance.
F. Worker's Compensation and Employers liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Sub-
contractor on the job with Employers Liability of at least $100,000 limit.
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.
(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 in-
sured at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in
or cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) con-
tained in the job specifications. No substitute of nor amendment thereto will be accept-
able.
29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT
AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any
demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts
thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence
that all obligations of the nature hereinabove designated have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by
any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness
within five (5) days after demand is made, then Owner may, during the period for which such indebtedness
-33-
shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such
unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de-
vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten-
tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that
Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is speci-
fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de-
vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm-
less from any Loss on account thereof. If the material or process specified or required by Owner is an in-
fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the
Owner of such infringement.
31. 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 effect the contract or the work, and shall indemnify and save harmless the
Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor or his employees. If the Contractor observes that the plans and specifications are at
variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes
shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work
knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the
Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in-
sofar 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.
32. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to
the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shall not relieve the Contractor
from his full obligations to the Owner, as provided by this contractual agreement.
33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract 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 on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or
any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con-
sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total
compensation, the sum of $100.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages
-34-
for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall
be in default after the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com-
pletion of the work described herein is reasonable time for the completion of the same, taking into consid-
eration the average climatic change and conditions and usual industrial conditions prevailing in this local-
ity.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica-
bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus-
tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from
current periodical estimates for payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this
contract.
34. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con-
tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and
in such manner as shall be most conductive to economy of construction; provided, however, that the order and
time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in
accordance with this contact, the plans and specifications, and within the time of completion designated in
the proposals; provided, also, that when the owner is having other work done, either by contract or by his
own force, the Owner's Representative may direct the time and manner of constructing work done under this
contract so that conflicts will be avoided and the construction of the various works being done for the
owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor proposes 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 sev-
eral parts.
35. EXTENSION OF TIME
The Contractor agrees that he has submitted his 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 33 hereinabove
set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract,
except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees
of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike,
walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex-
tension of time, submitting therewith all written justification as may be required by Owner's Representative
for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re-
ceipt of a written request for an extension of time by the Contractor supported by all requested docu-
mentation shall then submit such written request to the City Council of the City of Lubbock for their con-
sideration. Should the Contractor disagree with the action of City Council on granting an extension of
time, such disagreement shall be settled by arbitration as hereinafter provided.
36. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within
the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in-
cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge
-35-
shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of
the work embraced in this contract except where the work is stopped by order of the Owner or Owner's
Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's
Representative that is caused by such stoppage shall be paid by Owner to Contractor.
37. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.
In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract,
including the specifications, plans and other contract documents are intended to show clearly all work to be
done and material to be furnished hereunder. Where the estimated quantities are shown for the various
classes of 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 of-
fered for the work. It is understood and agreed that the actual amount of work to be done and the materials
to be furnished under this contract may differ 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.
38. 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 he shall be
Liable for any and all claims for such damage on account of his failure to fully protect all adjacent
property. The Contractor agrees to indemnify, save and hold harmless the owner against any claim or claims
for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor-
mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis-
tence or character of the work.
39. 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 him and for well and truly performing the same and the
whole thereof in the manner and according to this agreement, the attached specifications, plans, contract
documents and requirements of Owner's Representative.
40. 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 de-
fective 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 con-
tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all
claims against Owner which have not theretofore been timely filed as provided in this contract.
-36-
41. PARTIAL PAYMENTS
on or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica-
tion for partial payment. Owner's Representative shall review said application for partial payment and the
progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par-
tial payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month; said statement shall also include the value of all sound ma-
terials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount
of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5%
shall be retained until final payment, and further, less all previous payments and all further sums that may
be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole
work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and
some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon
written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per-
centage due Contractor.
42. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that
the work has been completed or substantially completed, the Owner's Representative and the Owner shall in-
spect the work and within said time, if the work be found to be completed or substantially completed in ac-
cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his
certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to
issue a certificate of acceptance of the work to the Contractor.
43. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under
the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be-
fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of
this agreement, provided he has fully performed his contractual obligations under the terms of this con-
tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the
certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve
the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi-
tions (if any) of this contract or required in the specifications made a part of this contract.
44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con-
tractor shall at his own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other
contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
45. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for
any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the
-37-
date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de-
fects with reasonable promptness.
46. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner,
which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of
them.
47. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the
Owner's Representative has given any directions, order or instruction to which the Contractor desires to
take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and
render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's
Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in
writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by
the Contractor of the final payment shall be a bar to any claim by either party, except where noted other-
wise in the contract documents.
48. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either
party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named
in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se-
lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of
Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration
fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de-
cision of the Owner's Representative shall be final and binding on him. Should the other party fail to
choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei-
ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the
arbiters are empowered by both parties to take Ex Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the
contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar-
biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be
according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
-38-
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus-
tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the
appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar-
biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs
and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ-
ing and shall not be open to objection on account of the form of proceedings or award.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or-
ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or
the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to
complete the work and a copy of said notice shall be delivered to the Contractor.
-- After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any
rental or credit therefore (except when used in connection with Extra work, where credit shall be allowed as
provided for under paragraph 24 of this contract); it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided
for within ten (10) days after service of such notice, then the Owner may provide for completion of the work
in either of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup-
plies 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 com-
pleted by the Contractor, then said Contractor shall receive the difference. In case such expense
is greater than the sum which would have been payable under this contract, if the same had been com-
pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess
to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa-
per 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
w would have been the cost under this contract, such increase shall be charged to the Contractor and
the Surety shall be and remain bound therefore. However, should the cost to complete any such new
contract prove to be less than that which would have been the cost to complete the work under this
contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified
and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be
issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as
being correct shall then be prepared and delivered to Contractor and his Surety, 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 certificate of completion.
-39-
In the event the statement of accounts shows that the cost to complete the work is less than that which
would have been the cost to the owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be
turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract
price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the
work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date
of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply
with said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all
materials on the ground that have not been included in payments to the Contractor and have not been incorpo-
rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount
earned by the Contractor, which estimate shall include the value of all work actually completed by said Con-
tractor at the prices stated in the the attached proposal, the value of all partially completed work at a
fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided
for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con-
tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative
shall then make a final statement of the balance due the Contractor by deducting from the above estimate all
previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this
Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days
after the date of the notification by the Contractor the balance shown by said final statement as due the
Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with
Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the
event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu-
tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther agreed that this contract shall not be in effect until such bonds are so furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special con-
ditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
-40-
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all Loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au-
thority to direct, supervise, and control his 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 ob-
serve Contractor's work during his 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.
55. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and
at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus
-- materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
-41-
(THIS PAGE LEFT BLANK INTENTIONALLY)
CURRENT WAGE DETERMINATIONS
-42-
(THIS PAGE LEFT BLANK INTENTIONALLY)
Resolution #2502
` January 8, 1987
Agenda Item #18
DGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general --
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
r
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
— on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day of January 1987.
B.C. McMINN, MAYOR
RanettLKBoyd, City Secretary v
APPROVED 7 TO ONTENT: APPROVED AS TO FORM:
1XXX 'c� Tj,
Bi 1 P yne, D rector of Building Dolrald G. Vandiver, First
Services Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -
Heavy
Light
Floor Installer
Glazier
Insulator, Piping/Boiler
Insulator -Helper
Iron Worker
Laborer, General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder - Certified
Hourly Rate
$11.60
8.35
5.50
10.50
5.00
11.00
5.50
7.35
8.70
10.50
5.25
8.00
5.70
8.00
7.50
9.50
5.00
7.30
4.75
5.60
8.75
9.25
6.00
7.65
4.75
8.75
5.50
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
S
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate. .
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is.l 1/2 times base rate.
SPECIFICATIONS
-43-
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
PROJECT MANUAL
Including Architectural
Specifications
for
RENOVATIONS to the
Landwer Party House
Buddy Holly Park (N. University Ave. @ Loop 289)
Lubbock,Texas
Prepared by:
Michael T. Martin,A.I.A.,
Architecture/ Interiors
1308-A Avenue Q
Lubbock, Texas 79401
(806) 747-3517
01001- 1 Michael T. Martin, A.I.A.
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
SECTION 01002
PROJECT DIRECTORY
Owner: CITY OF LUBBOCK, TEXAS
1625-13th. Street
Lubbock, Texas 79401
Owner's Representative: Mr. Carlos Vigil
Parks and Recreation Department
(806) 767-2667
Architect: Michael T. Martin, A.I.A.,
1308-A Avenue B
Lubbock, Texas 79401
(806) 747-3517
01002- 1 Michael T. Martin, A.I.A.
(THIS PAGE LEFT BLANK INTENTIONALLY)
• • •0••
TABLE OF CONTENTS
DIVISION 1 GENERAL REQUIREMENTS
SECTION
01340
Submittal and Substitutions
01600
Product Handling
01700
Project Closeout
01710
Cleaning
DIVISION 2
SITEWORK
SECTION
02100
Demolition, Disassembly and Removal
02830
Ornamental Metal Fences and Gates
DIVISION 3
CONCRETE
SECTION
03100
Concrete Formwork
03200
Concrete Reinforcement
03300
Cast -in -Place Concrete
DIVISION 4
MASONRY
SECTION
04100
Mortar
04210
Brick Masonry
04220
Concrete Unit Masonry
04500
Masonry Cleaning
._ DIVISION 6
WOOD AND PLASTICS
SECTION
06200
Finish Carpentry and Architectural Woodwork
o DIVISION 8
DOORS AND WINDOWS
SECTION
08110
Steel Doors and Frames
08210
Flush Wood Doors
08710
Finish Hardware
DIVISION 9
FINISHES
SECTION
09210
Stucco
09260
Gypsum Wallboard System
09550
Hardwood Flooring
09669
Resilient Tile Flooring
09680
Carpeting
09900
Painting
DIVISION 10
SPECIALTIES
SECTION
10400
Identifying devices
DIVISION 11
EQUIPMENT
SECTION
11452
Residential appliances
DIVISION 15
MECHANICAL
"- SECTION
15400
Plumbing
15600
Heating, Ventilating, and Air Conditioning
DIVISION 16
ELECTRICAL
SECTION
16400
Electrical
City of Lubbock
Bid Alternates for Landwer Party House
Alternate No. 1: To delete brick masonry pavers from the sitework
as described in Section 04210 of the specifications and to delete
the required concrete edge work as described in Section 03300 of
the Specifications, and where shown on the Drawings.
Alternate No. 2: To delete the painting of the exterior masonry
surfaces of the structure and screening walls, as described in
Section 09900 of the Specifications.
City of Lubbock
SECTION 01340
SUBMITTALS AND SUBSTITUTIONS
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included:Make submittals required by the Contract Documents, and revise
and resubmit as necessary to establish compliance with the specified require-
ments.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
-- iced to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
2. Individual requirements for submittals also may be described in pertinent sec-
tions of these Specifications.
-` C. Work not included:
1. Unrequired submittals will not be reviewed by the Architect.
2. The Contractor may require his subcontractors to provide drawings, setting di-
agrams, and similar information to help coordinate the Work, but such data
shall remain between the Contractor and his subcontractors and will not be
reviewed by the Architect.
-- 1.2 QUALITY ASSURANCE
A. Coordination of submittals:
1. Prior to each submittal, carefully review and coordinate all aspects of each
Item being submitted.
v- 2. Verify that each item and the submittal for it, conform in all aspects with the
specified requirements.
3. By affixing the Contractor's signature to each submittal, certify that this
coordination has been performed.
B. Substitutions:
1. The Contract is based on the standards of quality established in the Contract
Documents, Substitutions will be considered only when listed at the time of
_ bidding, on the form provided therefore in the bidding documents, and when
substantiated by the Contractor's submittal of the required data within 30
calendar days after the award of the Contract.
- 2.1 SAMPLES
A. Provide samples or samples identical to the precise article proposed to be pro-
vided. Identify as described under Identification of Submittals' below.
B. Number of Samples Required:
1. Unless otherwise specified, submit Samples in the quantity which is to be re-
turned, plus one which will be retained by the Architect.
2. By prearrangement in special cases, a single Sample may be submitted for
,._ review and, when approved, be installed in the Work at a location agreed
upon by the Architect.
2.2 COLORS
-- A. Unless the precise color and pattern is specifically called out in the Contract
Documents, and whenever a choice of color or pattern is available in the speci-
fied products, submit accurate color and pattern charts to the Architect for se-
lection.
2.3 DRAWINGS
A. Provide drawings as required in the pertinent sections of these Specifications.
01340- 1 Michael T. Martin, A.I.A.
City of Lubbock
PART 3 - EXECUTION
3.1 IDENTIFICATION OF SUBMITTALS
A. Consecutively label all submittals.
1. When material is resubmitted for any reason, transmit under a new letter of
transmittal and with a new transmittal number.
2. On resubmittals, cite the original submittal number for reference.
B. Accompany each submittal with a letter of transmittal showing all information re-
quired for identification and checking.
C. On at least the first page of each submittal , and elsewhere as required for posi-
tive identification, show the submittal number in which the item was included.
D. Maintain an accurate submittal log for the duration of the Work, showing current
status of all submittals at all times. Make the submittal log available to the
Architect for his review upon request.
3.2 GROUPING OF SUBMITTALS
A. Unless otherwise specified make submittals in groups containing all associated
Items to assure that information is available for checking each item when it is re-
ceived.
1. Partial submittals may be rejected as not complying with the provisions of the
Contract.
2. The Contractor may be held liable for delays so occasioned.
3.3 TIMING OF SUBMITTALS
A. Make submittals enough in advance of scheduled dates for installation, to pro-
vide time required for reviews, for securing necessary approvals, for possible revi-
sions and resubmttea, and for placing orders and securing delivery.
B. in scheduling, allow at least ten (10) working days for review by the Architect fol-
lowing his receipt of the submittal.
3.4 ARCHITECT'S REVIEW
A. Review by the Architect does not relieve the Contractor from the responsibility for
errors which may exist in the submittal data.
B. Revisions:
1. Make revisions required by the Architect.
2. If the Contractor considers any required revisions to be a change, he shall so
notify the Architect's provided for in the General Conditions.
3. Make only those revisions directed or approved by the Architect.
END OF SECTION
01340- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 01600
PRODUCT HANDLING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Protect products scheduled for use in the Work by means
including, but not limited to, those described in this Section.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
2. Additional procedures also may be prescribed in pertinent other Sections of
these Specifications
1.2 QUALITY ASSURANCE
A. Include within the Contractor's quality assurance program such procedures as
are required to assure full protection of work and materials.
1.3 MANUFACTURER'S RECOMMENDATIONS
A. Except as otherwise approved by the Architect, determine and comply with
manufacturer's recommendations on produce handling, storage, and protec-
tion.
1.4 PACKAGING
A. Deliver products to the job site in their manufacturer's original container, with la-
bels intact and legible.
1.5 PROTECTION
A. Protect finish surfaces, including jambs and soffits and heads of openings used as
passageways, through which equipment and materials are handled.
B. Provide protection fora II finished floor surfaces in traffic areas prior to allowing
equipment or materials to be moved over such surfaces.
C. Maintain finished surfaces clean, unmarred, and suitably protected until ac-
cepted by Owner.
1.6 REPAIRS AND REPLACEMENTS
A. In the event of damage, promptly make replacements and repairs to the ap-
proval of the Architect and at no additional cost to the Owner.
B. Additional time required to secure replacements and make repairs will not be
considered by the Architect to justify an extension in the Contract Time of Com-
pletion.
END OF SECTION
01600- 1 Michael T. Martin, A.I.A.
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
SECTION 01700
PROJECT CLOSEOUT
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide an orderly and efficient transfer of the completed Work to
the Owner.
B. Related work:
1. Documents affecting work of this Section Include, but are not necessarily lim-
Ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
2. Activities relative to the Contract closeout are described in, but are not nec-
essarily limited to, Article 42, of the General Conditions of the Agreement.
3. Substantial completion is described in Article 9, of the General Conditions of
the Agreement.
1.2 QUALITY ASSURANCE
A. Prior to requesting an inspection by the Architect, use adequate means to assure
that the Work is completed in accordance with the specified requirements and is
ready for the requested inspection.
-- 1.3 PROCEDURES
A. Substantial Completion:
1. Prepare and submit a comprehensive list of Items to be completed or
corrected.
-- 2. Within a reasonable time after receipt of the list the Architect will inspect to
determine the status of completion.
3. Should the Architect determine that the Work is not substantially complete:
a. The Architect will promptly notify the Contractor, in writing, giving the rea-
sons therefore.
b. Remedy the deficiencies and notify the Architect when ready for
reinspection,
c. The Architect will reinspect the Work.
4. When the architect concurs that the Work is substantially completed:
a. The Architect will prepare a "Certificate of Substantial Completion' on
AIA form G704, accompanied by the Contractor's list of items to be com-
pleted or corrected, as verfied by the Architect.
b. The Architect will submit the Certificate to the Owner and to the
Contractor for their written acceptance of the responsibilities assigned to
them in the Certificate.
B. Final Completion
1. Prepare and submit a written notice that the Work is ready for final inspection
and acceptance, in accordance with Article 42, through 45, of the General
Conditions of the Agreement.
2. Certify that:
a. Contract Documents have been reviewed.
b. Work has been inspected for compliance with the Contract Documents,
c. Work has been completed in accordance with the Contract Documents.
d. Equipment and systems have been tested as required, and are opera-
tional.
3. Architect will make an inspection to verify status of completion.
01700- 1 Michael T. Martin, A.I.A.
City of Lubbock
4. Should the Architect determine that the Work is not substantially complete:
a. The Architect will promptly notify the Contractor, in writing, giving the rea-
sons therefore.
b. Remedy the deficiencies and notify the Architect when ready for
reinspection.
c. The Architect will reinspect the Work.
5. When the Architect determines that the Work is acceptable under the Con-
tract Documents, he will request the Contractor to make closeout submittals.
C. Closeout Submittals include, but are not necessarily limited to:
1. Operation and maintenance data for items so listed in pertinent other Sec-
tions of these Specifications, and other items when so directed by the Archi-
tect;
2. Warranties and Bonds.
3. Spare parts and materials extra stock.
4. Evidence of compliance with requirements of governmental agencies having
jurisdiction including but not necessarily limited to:
a. Certificates of Inspection;
b. Certificates of Occupancy;
5. Certificates of Insurance for products and completed operations;
6. Evidence of payment and release liens;
7. List of any subcontractors, service companies, and principal vendors,
Including names, addresses, and telephone numbers where they may be
reached for emergency service at all times including nights, weekends and
Holidays.
D. Final adjustment of accounts:
1. Submit a final statement of accounting to Owner's representative, showing all
adjustments to the Contract Sum.
1.4 INSTRUCTION
A. Instruct the Owner's personnel in proper operation and maintenance of systems,
equipment, and similar items which were provided as part of the Work.
END OF SECTION
01700- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 01710
CLEANING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included:
1. Throughout the construction period, maintain the buildings and the site in a
standard of cleanliness as described in the Section.
2. Set up and locate roofing work and equipment to allow access and use of
the building during repairs.
3. Should work require that the building not be used, notify Owner ten (10) days in
advance of such.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
2. In addition to standards described in this Section, comply with the require-
ments for cleaning as described in pertinent other Sections of these Specifi-
cations.
1.2 QUALITY ASSURANCE
A. Conduct daily inspection, more often if necessary, to comply with pertinent -re-
quirements of governmental agencies having jurisdiction.
1.3 PROJECT CONDITIONS
A. Follow all local ordinances, including the 1988 Uniform Building Code, as
amended; and all other governing codes and ordinances.
PART 2 - PRODUCTS
2.1 CLEANING MATERIALS AND EQUIPMENT
A. Provide required personnel, equipment, and materials needed to maintain the
specified standard of cleanliness.
2.2 COMPATIBILITY
A. Use only cleaning materials and equipment which are compatible with the sur-
face being cleaned, as recommended by the manufacturer of the materials.
PART 3 - EXECUTION
3.0 PROGRESS CLEANING
A. General:
1. Retain stored items in an orderly arrangement allowing maximum access, not
impeding traffic or drainage, and providing secure protection of materials.
2. Do not allow accumulation of scrap, debris, waste material, and other items
not required for the construction of this Work.
3. At least twice each month, and more often if necessary completely remove
all scrap, debris, and waste material from the Job site,
4. Provide adequate storage for all items awaiting removal from the job site,
observing requirements for fire protection, existing landscaping and
protection of the ecology.
01710- 1 Michael T. Martin, A.I.A.
City of Lubbock
B. Site
1. Daily, and more often if necessary, inspect the site and pick-up all scrap, de-
bris and waste material. Remove such items to the place designated for
their storage or disposal.
2. Maintain the site in a neat and orderly condition at all times.
C. Structures
1. Should any work be conducted on or material be stored in the interior
portions of the buildings(s), follow the guidelines as listed above for storage
and cleanliness.
2. As that portion of the interior work is completed, sweep interior spaces clean
and otherwise restore them to the condition prior to construction.
a. "Clean," for the purpose of this subparagraph shall be interpreted as
meaning free from dust and other material capable of being removed by
use of reasonable effort and reasonable effort and a hand-held broom.
3.1 FINAL CLEANING
A. "Clean," for the purpose of the Article, and except as may be specifically pro-
vided otherwise, shall be interpreted as meaning the level of cleanliness gener-
ally provided by skilled cleaners using commercial quality building maintenance
equipment and materials.
B. Prior to completion of the Work, remove from the job site all tools, surplus materi-
als, equipment, scrap, debris, and waste. Conduct final progress cleaning as de-
scribed in Article 3.1 above.
C. Site:
1. Unless otherwise specifically directed by -the Architect, broom clean all walks,
drives, and porches which have been soiled by the Work.
2. Completely remove resultant debris.
3. Remove any residue of roofing and asphalt, mastic, etc. which may have
been left or tracked onto adjacent walks, drives or patios.
D. Structures:
1. Exterior:
a. Visually inspect exterior surfaces and remove all traces of soil, waste
materials, smudges and foreign matter.
b. Remove all traces of splashed materials from adjacent surfaces.
2. Interior:(when Work has taken place inside building)
a. Visually inspect interior surfaces and remove all traces of soil, waste mate-
rials, smudges and foreign matter.
b. Remove all traces of splashed materials from adjacent surfaces.
c. Remove paint droppings, spots, stains, and dirt from finished surfaces.
E Schedule final cleaning as approved by the Architect to enable the Owner to
accept a completely clean work.
3.2 CLEANING DURING OWNER'S OCCUPANCY
A. Owner intends to occupy and have complete use of buildings) during construc-
tion. Scheduling for interior interim and final cleaning shall be coordinated with
the Owner's Representative.
END OF SECTION
01710- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 02100
DEMOLITION, DISASSEMBLY AND REMOVAL
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Perform the removal disassembly and/or relocation of the items
where shown on the drawings, specified herein, and as needed for a complete
and proper installation, including but not necessarily limited to:
1. Removal of existing 'whole house' fan units (2), ceiling dampers (3), and
controls.
-- 2. Partial reduction and deletion of stucco -covered masonry screening walls as
indicated on the drawings. Removal of footings under removed wall to 12'
min, below grade.
3. Removal of exterior metal doors, frames and hardware.
- 4. Removal of concrete front porch, and segment of curb and gutter at rear
drive.
5. Removal of carpet in the apartment.
6. Removal of door to apartment.
7. Removal of kitchen range.
8. Removal of existing vinyl flooring tile.
9. Removal of water closet and urinal.
10. Removal of exterior metal grillwork over windows
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
PART 2 - PRODUCTS
Not Applicable.
PART 3 - EXECUTION
3.1 GENERAL
A. Contractor's staff responsible for demolition shall be experienced in this type of
work. Equipment is to be of suitable type, and in good working condition and
-- operated by skilled mechanics.
B. All work shall be done in a safe and cautious manner in order to avoid accidents
and property damage of the work to remain,
C, Protect the work scheduled to remain, and if damaged, repair to match existing
work. (Protect the work scheduled to remain by covering.) All salvage material,
unless otherwise enumerated below shall become the property of the
Contractor and shall be evaluated in the Contractor's bid price.
D. Prevent accumulation of debris and overloading of any part of the structure.
Prevent damage to overhead wires, underground cables, telephone, water, and
sewer lines during demolition operations. Prevent damage to existing trees,
sidewalks, parking areas, and site lighting poles. Prevent access of unauthorized
persons into building at all times during demolition and construction.
E Salvage material which shall remain property of the Owner is as follows:
1. Building fans and dampers
2. Range
3. Wood Door
4. Door Hardware
5. Water closet
6. Urinal (to be relocated).
0210a 1 Michael T. Martin, A.I.A.
City of Lubbock
7. Any and all other material not specifically listed to become property of the
Contractor, by written authorization of the Owner and/or architect.
F. Properly remove salvaged material from the construction site as the work
proceeds.
G. Carefully dismantle and store on site material scheduled to remain the property
of the Owner. Protect until removed by the Owner or until the end of contract.
Contractor shall promptly notify the Owner of any material left on site which is not
specifically scheduled to be removed and salvaged by the Contractor or to
remain the property of the Owner as listed above.
H. Protect from damage, clean and overhaul material scheduled to be reused.
I. Protect parts of the existing work scheduled to remain. Cut away carefully the
parts to be demolished to reduce the amount of necessary repairs.
J. Illuminate and protect dangerous openings as necessary.
K. Remove all demolition material, debris, and rubbish from the site as soon as
practical. Do not permit any accumulation on the site. Transport all demolition
materials without spillage, and dispose of in a legal manner.
L. After completion of the demolition work, leave site neat and orderly.
M. Remove paper towel and soap dispensers from rest rooms, patch wall, and re-
mount at forty (40) inches above the finished floor.
N. Remove toilet paper holders and handicapped grab bars from stalls, and after
providing sufficient new backing for mounting heights and locations in
compliance with aforementioned standards: and after installation of new
paneling and completion of painting ,re -install.
O, Remove stall door and latch hardware from existing in men's rest room./
END OF SECTION
02100- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 02830
ORNAMENTAL METAL FENCES AND GATES
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included:Provide metal gate, and window grill -work where shown on the
Drawings as specified herein, and as needed for a complete and proper
installation.
1. Using existing exterior grillwork for operable windows on east front of building
(3) ; remove and replace wall anchors which are not secured to substrate,
provide new bolts which will allow the re -attachment of the existing window
grills.
a. After grillwork flanges have been altered by Owner, re -install using nuts
and washers as required.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
limited to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and
experienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section,
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340,
B. Product data: Within 35 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
I. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements;
3. Shop Drawings showing layout of decking, with details of materials, gages,
accessories, openings, finishes, welds, and other pertinent conditions;
4. Manufacturer's recommended installation procedures which, when ap-
proved by the Architect, will become the basis for accepting or rejecting
actual installation procedures used on the Work.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
PART 2
2.1 GENERAL - GATE
A. Provide custom fabricated gate panel, for bolted into masonry installation, as
indicated in the Drawings to match style of existing window grillwork, using stan-
dard tube sizes:
1. Picket (square) 3/4' x 3/4'
2. Rails (square) 1 1 /2" x 1 1 /2"
2.2 WINDOW GRILLS
A. Remove existing exterior grillwork for operable windows on east front of building
(3) ; remove and replace wall anchors which are not secured to substrate, in
existing holes in masonry: size of anchors may be increased to 1/2" dia.provide
new bolts which will allow the re -attachment of the existing window grills.
02830-1 Michael T. Martin, A.I.A.
City of Lubbock
B. After grillwork flanges have been altered by Owner, re -install using nuts and
washers as required.
2.3 MATERIALS
A. Fabricate all ornamental iron panels from hot- or cold -rolled, welded steel tubing
in gauge as required. All exposed welds are to be ground smooth.
2.4 FINISH
A. Following fabrication and prior to painting, all iron is to be cleaned in a caustic
solution then treated to prevent flash rusting. Then dip -painted to cover both in-
side and out. It is then to be spray coated with a high -quality rust -inhibiting metal
paint.
B. Final finish shall be a powder coating finish in color as selected by Architect.
2.5 HARDWARE
A. All gates are to be supplied with standard mounting hardware, including hinges,
latches, and drop bolts. Wail mount hardware, including hinges, latches, and
drop bolts. Wall mount hardware for masonry at latch end, is required. At latch
end provide for padlock.
2.6 FIREPLACE SCREENS
A. Provide custom fabricated fireplace screens (2) as Indicated in the drawings.
Material from window panels being removed and not used for new interior pan-
els may be used for fabrication .
PART 3 - EXECUTION
3.1 INSTALLATION
A. Bolt gate panel, and hinges, and latch to walls as indicated or required.
B. Touch-up paint all fencing components, install hardware and paint all exposed
anchors, bolts and mounting hardware to match fencing.
C. Remove existing exterior grillwork for operable windows on east front of building
(3) ; remove and replace wall anchors which are not secured to substrate, in
existing holes in masonry: size of anchors may be increased to 1/2' dia.provide
new bolts which will allow the re -attachment of the existing window grills.
D. After grillwork flanges have been altered by Owner, re -install using nuts and
washers as required.
E Touch-up paint all remaining window grillwork components, install hardware and
paint all exposed anchors, bolts and mounting hardware to match grillwork.
F. Install fireplace grillwork in opening securely anchoring in place , allowing for
future removal.
END OF SECTION
02830-2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 03100
CONCRETE FORMWORK
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide formwork in accordance with provisions of this Section for
cast -in -plans concrete shown on the Drawings or required by other Sections of
these Specifications.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
2. Section 03200: Concrete reinforcement.
3. Section 03300: Cast -in -place concrete.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
B. Design of formwork is the Contractor's responsibility.
C. Standards:ln addition to complying with pertinent regulations of governmental
agencies having jurisdiction, comply with pertinent provisions of ACI 347.
PART 2 - PRODUCTS
2.1 FORM MATERIALS
A. Except for metal forms, use new materials, Material may be re -used during
progress of the Work, provided they are completely cleaned and reconditioned,
recoated, for each use, and capable of producing formwork of the required
quality.
B. For footings and foundations, use Douglas Fir boards of planks secured to wood
or steel stakes, substantially constructed to shapes indicated and to support the
required loads.
C. For studs, walls, and supports, use Standard grade or better Douglas Fir, dimen-
sions as required to support the loads but less than 2" x 4".
2.2 DESIGN OF FORMWORK
A. General:
1. Design, erect, support, brace, and maintain formwork so it will safely support
vertical and lateral loads that might be applied, until such loads can be sup-
ported by the concrete structure.
2. Construct formwork so concrete members and structures are of correct size,
shape, alignment, elevation, and position.
3. Provide formwork sufficiently tight to prevent leakage of cement paste during
concrete placement. Solidly butt joints, and provide backup material at
joints as required to prevent leakage and prevent fins.
4. Provide camber in formwork as required for anticipated deflections due to
weight and pressures of fresh concrete and construction loads.
0310D- 1 Michael T. Martin, A.I.A.
City of Lubbock
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 FORM CONSTRUCTION
A. General:
1. Construct forms complying with ACI 347 to the exact sizes, shapes, lines, and
dimensions shown, and as required to obtain accurate alignment, location,
grades, and level and plumb work in the finished structure.
B. Fabrication:
1. Fabricate forms for easy removal without hammering or prying against con-
crete surfaces.
2. Provide crush plates or wreaking plates where stripping may damage cast
concrete surfaces.
3. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to pre-
vent swelling and assure ease of removal.
4. Provide top forms for inclined surfaces where so directed by the Architect.
3.3 REMOVAL OF FORMS
A. General:
1. Do not disturb or remove forms until the concrete has hardened sufficiently to
permit form removal with complete safety.
2. Do not remove shoring until the member has acquired sufficient strength to
support its own weight, the load upon it, and the added load of construction.
3. Do not strip floor slabs in less than two days.
4. Do not strip vertical concrete in less than seven days.
B. Finished surfaces:
1. Exercise care in removing forms from finished concrete surfaces so that sur-
faces are not marred or gouged, and that comers are true, sharp, and unbro-
ken.
2. Release sleeve nuts or clamps, and pull the form ties neatly.
3. Do not permit steel spreaders, form ties, or other metal to project from, or be
visible on, any concrete surface except where so shown on the Drawings.
END OF SECTION
03100- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 03200
CONCRETE REINFORCEMENT
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide concrete reinforcement where shown on the Drawings, as
specified herein, and as needed for a complete and proper installation.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
2. Section 03100: Concrete formwork.
3. Section 03300: Cast -in -place concrete.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the speci-
fied requirements and the methods needed for proper performance of the work
of this Section.
B. Comply with pertinent provisions of the following, except as may be modified
herein.
1. ACI318;
2. CRSI "Manual of Standard Practices.'
PART 2 - PRODUCTS
2.1 REINFORCEMENT MATERIALS AND ACCESSORIES
A. Bars:
1. Provide deformed billet steel bars complying with ASTM A615, using grades
shown on the Drawings.
2. Where grades are not shown on the Drawings, use grade 60.
B. Steel Wire:
1. Comply with ASTM A82.
2. For tie wire, comply with Fed Spec QQ-W-461, annealed steel, black, 16 gage
minimum.
C. Welded wire fabric:
1. Provide welded steel, complying with ASTM A185, 6 x 6 inch, W 1.4 x W 1.4.
D. Welding electrodes:
1. Comply with AWS A5.1, low hydrogen, E70 series.
E. Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening
reinforcement in place:
1. Use wire bar type supports complying with CRSI recommendations, unless oth-
erwise shown on the Drawings.
2. Do not use wood, brick, or other non -complying material.
3. For slabs on grade, use supports with sand plates or horizontal runners where
base material will not support chair legs.
4. For exposed -to -view concrete surfaces, where legs of support are in contact
with forms, provide supports with either hot -dip galvanized or plastic -pro-
tected legs.
03200-1 Michael T. Martin, A.I.A.
City of Lubbock
2.2 FABRICATION
A. General:
1. Fabricate reinforcing bars to conform to the required shapes and dimensions,
with fabrication tolerances complying with the CRSI Manual.
2. In case of fabricating errors, do not straighten or rebend reinforcement in a
manner that will weaken or injure the material.
3. Reinforcement with any of the following defects will not be acceptable.
a. Bar lengths, depths, and/or bends exceeding the specified fabrication
tolerances;
b. Bends or kinks not shown on the Drawings;
c. Bars with reduced cross-section due to excessive rusting or other causes.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 INSTALLATION
A. General:
1. Comply with the specified standards for detail and method of placing rein-
forcement and supports, except as may be modified herein.
2. Clean reinforcement to remove loose rust and mill scale, earth, and other
materials which reduce or destroy bond with concrete.
3. Position, support, and secure reinforcement against displacement by form-
work, construction, and concrete placing operations.
4. Locate and support reinforcement by metal chairs, runners, bolsters, spacers,
and hangers, as required.
5. Place reinforcement to obtain minimum coverages for concrete protection.
6. Arrange, space, and securely tie bars and bar supports together with the
specified tie wire.
7. Set wire ties so twisted ends are directed away from exposed concrete sur-
faces.
B. Install welded wire fabric in as long lengths as practicable, lapping adjoining
pieces at least one full mesh.
C. Provide sufficient numbers of supports, and of strength to carry the reinforcement.
D. Do not place reinforcing bars more than 2' beyond last leg of any continuous bar
support.
E Do not use supports as bases for runways for concrete conveying equipment and
similar construction loads.
3.3 SPLICES
A. Lap splices:
1. Tie securely with the specified wire to prevent displacement of splices during
placement of concrete.
B. Splice devices:
1. Obtain the Architect's approval prior to using splice devices.
2. Install in accordance with manufacturer's written instructions.
3. Splice in a manner developing at least 125% of the yielding strength of the
bar.
C. Welding:
1. Perform in accordance with AWS D1.4-79.
D. Do not splice bars except at locations shown on the Drawings, except as other-
wise specifically approved by the Architect.
END OF SECTION
03200-2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included:Provide cast -in -place concrete where shown on the Drawings, as
-- specified herein, and as needed for a complete and proper installation.
_- B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
2. Section 01410: Testing and inspecting.
3. Section 03100: Concrete formwork.
4. Section 03200: Concrete reinforcement.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
-- PART 2 - PRODUCTS
2.1 CEMENT
A. Provide a standard brand of portland cement complying with ASTM C50, type I or
11, low alkali. Do not change the brand of cement during progress of the Work ex-
cept as approved in writing by the Architect.
2.2 AGGREGATES
A. General:
1. Provide hardrock aggregate complying with ASTM C33, with additional at-
tributes as specified herein.
2. For making grading tests of fine and course aggregate, use square mesh wire
cloth complying with ASTM E 11.
B. Fine aggregate:
1. Provide washed natural sand having strong, hard, durable particles, and con-
taining not more than 2% by weight of deleterious matter such as clay lumps,
mica, shale, or schist.
2. Grade from coarse to fine within the following limits:
Sieve Percentage by weight passing sieve:
size: Minimum: Maximum:
3/8 100 ---
No. 4 95 100
No. 8 65 95
No. 16 45 75
No. 30 30 50
No. 50 10 22
No. 100 2 8
03300-1 Michael T. Martin, A.I.A.
City of Lubbock
C. Coarse aggregate:
1. Provide coarse aggregate consisting of clean, hard, fine grained, sound
crushed rock or washed gravel, or a combination of both, containing not
more than 5% by weight of flat, chip -like, thin, elongated, friable, or laminated
pieces, nor more than 2% by weight of shale or cherty material.
a. Any piece having a length in excess of five times the average thickness
shall be considered flat or elongated.
2. Use coarse aggregate of the largest practicable size for each condition of
placement, subject to the following maximum size limitations:
a. Do not exceed 3/4 of clear distance between reinforcing bars, 1 /5 of the
narrowest dimension between sides of forms, or 1/3 the depth of any slab
section.
3. Grade combined aggregates within the following limits.
Sieve size Percentage by weight passing sieve:
or size in 1-1/2' aggregate: 1" aggregate: 3/4' aggregate:
inches: Min: Max Min: Max Min: Max:
1-1 /2 "
95
---
--
--
---
---
1 '
75
90
90
100
---
---
3/4'
55
77
70
90
90
100
3/8'
40
55
45
65
60
80
No.4
30
40
31
47
40
60
No.8
22
35
23
40
30
45
No.16
16
30
17-
35
20
35
No. 30
10
20
10
23
13
23
No.50
2
8
2
10
5
15
No. 100
0
3
0
3
0
5
D. Lightweight aggregate, coarse and fine: Provide rounded, sealed, expanded
shale or clay conforming or ASTM C330,
2.3 WATER
A. Use only water which is clean and free from deleterious amounts of acid, alkali,
salt, and organic materials.
2.4 ADMIXTURES
A. Use only a standard brand of admixture for concrete, approved by the Architect,
meeting or exceeding the following requirements.
1. Reduce the required mixing water at least 75% without entraining air in excess
of 2% by volume.
a. If the admixture used entrains more than 2% air, the water reduction shall
be at least 10%, but in no case shall be volume of air entrained exceed
5%.
2.5 OTHER MATERIALS
A. Expansion joint filler:
1. Provide performed strips, non -extruding and resilient bituminous type, of thick-
ness indicated, complying with ASTM D1751.
2. If sealants specified in Section 07920 are used in the joints built under this Sec-
tion, provide a filler complying with ASTM D1752.
03300-2 Michael T. Martin, A.I.A.
City of Lubbock
B. Curing materials:
1. Curing paper: Comply with ASTM C 171, type 1, regular,
2. Liquid curing compounds:
a. Provide a standard brand, clear or black as directed by the Architect for
the particular application, and complying with ASTM C309.
b. When black compound is used, provide compatibility with the adhesive
used for laying floor covering in such areas.
2.6 CONCRETE MIXES
A. Provide a mix design using type II portland cement and achieve an ultimate
compressive strength of 2800 psi at 28 days.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
Work, Do not proceed until unsatisfactory conditions are corrected.
_ 3.2 CONCRETE MIXING
A. Unless otherwise approved by the Architect, use ready mixed concrete comply-
ing with ASTM C94, except as may be modified by the following.
1. For materials for ready mixed concrete, and for methods of measuring mate-
rials, comply with applicable provisions of this Section.
2. Equip the loading plant to handle not less than four sizes of aggregate in such
a manner as to prevent intermixing of aggregates until loaded into the
weighing hopper.
3. Equip truck mixers wffh a mixing water tank and fitted with a water gage.
4. Mixing:
a. Mix each batch of concrete not less than 15 minutes, five minutes of which
shall be at the site.
b. Rotate the drum at the rate specified by the manufacturer of the mixer as
"mixing speed."
c. Whenever there is a delay in unloading, rotate the drum slowly at intervals
to prevent incipient set of concrete.
5. Addition of water:
a. Normally, do not deliver concrete with total permissible amount of water
incorporated therein.
— b. Unless otherwise approved by the Architect, withhold at least 2-1/2 gal
per cu yd and add before the concrete is discharged but only under
observation of the Architect or designated inspector,
6. Concrete at time of placing shall be in such condition that it can be placed
properly.
7. Discharge all wash water from the mixing drum before the truck reloads at the
batching plant.
_. B. Concrete consistency:
1. Use the amount of water established by the approved mix design.
a. Do not exceed the maximum quantity specified for the grade of
concrete.
b. Use the minimum amount of water necessary to produce concrete of the
workability required by the Architect.
c. Do not supplement the predetermined amount of water with additional
water for any reason.
2. Measure concrete consistency by ASTM C 143 method.
a. As part of the routine testing and inspecting, test twice each day or
partial day's run of the mixer.
b. Maintain a complete and accurate record of tests.
03300-3 Michael T. Martin, A.I.A.
City of Lubbock
3. Provide maximum slumps of concrete as:
a. Footings, and slabs on soil:
b. Other concrete
3.3 CONVEYING AND PLACING CONCRETE
A. Before placing concrete, thoroughly clean forms, wash out with water, and make
tight.
B. Time of placing:
1. Do not place concrete until reinforcement, conduits, outlet boxes, anchors,
sleeves, hangers, bolts, and other embedded materials are securely and
._ properly fastened in their correct positions.
2. Secure the Architect's approval of reinforcement before commencing
placement of concrete.
C. Preparation:
1. Before new concrete is deposition upon or against concrete that has taken
its initial set or has hardened, remove all incrustations from forms and
reinforcement.
2. Remove all laitance, oil, and loose particles from concrete and concrete sur-
faces, thoroughly clean the forms with water under stiff pressure.
3. Remove laitance after concrete has hardened partially (not less than two
hours nor more than four hours after placing) by brushing with stiff bristles, or by
directing a stream of water from a 1/4" nozzle, or by other method approved
by the Architect, to expose the clean top surface of the coarse aggregate.
4. Where cleaning is not satisfactory to the Architect, sandblast the surface and
then wash again.
3.4 STEPS, SLABS, WALKS, AND PAVING ON EARTH
A. Preparation for slabs on earth:
1. Prepare the subgrade as specified in other Sections.
2. Dampen the subgrade for exterior slabs and paving prior to placing
concrete, but do not dampen subgrade at interior floor slabs.
3. Provide the specified vapor barrier membrane, floor slabs on grade.
a. Place the membrane in as large sheets as practicable, lapping 12", with
the top lap placed in the direction concrete will be spread.
b. Carefully cut, fit, and seal the membrane to all pipes and conduits
projecting through the membrane, using small sheets, where necessary,
and pressure -sensitive tape.
c. Do not permit membrane to be punctured except at screed stakes and
utility risers.
3.5 CONCRETE FINISHING
A. Placing and finishing
1. Tamp the freshly placed concrete, except slabs to receive separate topping
finish or mortar setting bed, using a heavy tamper, until at least 3/8" of mortar
is brought to the surface.
2. Use tampers having a face consisting essentially of a grid of parallel metal
bars.
3. Tamp with a light tamper, and screed with a heavy straightedge, until depres-
sions and irregularities are worked out and the surface is true to finish grades
and elevations.
4. Remove excess water and debris worked to the surface in compacting and
screeding.
5. At slabs to receive separate topping finish or mortar setting beds, do not
continue tamping to raise the mortar described in subparagraph 3.5-B-1
above.
6. Remove laitance as described in subparagraph 3.4-C-3 above.
7. When concrete has hardened sufficiently, float to a compact and smooth
surface.
03300-4 Michael T. Martln, A.I.A.
City of Lubbock
8. Provide the finish surfaces shown on the Drawings or otherwise directed by the
Architect, in accordance with pertinent provisions of Section 03345 of these
Specifications.
3.6 FINISHING OF FORMED SURFACES
A. General:
1. After removal of forms, give the concrete surfaces one or more of the finishes
specified below where so indicated on the Drawings.
2. Revise the finishes as needed to secure the approval of the Architect.
B. As -cast finish:
1. Rough form finish:
a. Leave surfaces with the texture imparted by forms, except patch tie holes
-" and defects.
b. Remove fins exceeding 114' in height.
2. Smooth form finish:
a. Coordinate as necessary to secure form construction using smooth, hard,
-' uniform surfaces, with number of seams kept to a practical minimum and in
a uniform and orderly pattern.
b. Patch tie holes and defects.
c. Remove the fins completely.
3.7 FINISHING SLABS
A. Floated finish:
1. After the concrete has been placed, consolidated, struck off, and leveled,
do not work the concrete further until ready for floating.
2. Begin floating when the water sheen has disappeared and when the surface
has stiffened sufficiently to permit the operation.
3. During or after the first floating,,check the planeness of the surface with a ten
foot straightedge applied at not less than two different angles.
4. Cut down high spots and fill low spots, and produce a surface with a Class B
tolerance throughout.
5. Refloat the slab immediately to a uniform sandy texture.
B. Broom finish:
1. Provide a floated finish as described above.
2. While the surface is still plastic, provide a textured finish by drawing a fiber bris-
tle broom uniformly over the surface.
3. Unless otherwise directed by the Architect, provide the texturing in one direc-
tion only.
_ 4. Provide "light," 'medium," or 'coarse" texturing as directed by the Architect
or otherwise called for on the Drawings.
3.8 CURING AND PROTECTION
A. Beginning immediately after placement, protect concrete from premature dry-
ing, excessively hot and cold temperatures, and mechanical injury.
B. Preservation of moisture:
1. Unless otherwise directed by the Architect, apply one of the following proce-
dures to concrete not in contact with forms, immediately after completion of
placement and finishing.
a. Ponding or continuous sprinkling;
b. Application of absorptive mats or fabric kept continuously wet;
c. Application of sand kept continuously wet;
d. Continuous application of steam (not exceeding 150 degrees F) or mist
spray;
e. Application of waterproof sheet materials specified in Part 2 of this Sec-
tion;
f. Application of other moisture -retaining covering as approved by the
_ Architect;
03300-5 Michael T. Martin, A.I.A.
City of Lubbock
g. Application of the curing agent specified in Part 2 of this Section or else-
where in the Contract Documents.
2. Where forms are exposed to the sun, minimize moisture loss by keeping the
forms wet until they can be removed safely.
3. Cure concrete by preserving moisture as specified above for at least seven
days.
C. Temperature, wind, and humidity:
1. Cold weather:
a. When the mean daily temperature outdoors is less than 40 degrees F,
maintain the temperature of the concrete between 50 degrees F and 70
degrees F for the required curing period.
b. When necessary, provide proper and adequate heating system capable
of maintaining the required heat without injury due to concentration of
heat.
c. Do not use combustion heaters during the first 24 hours unless precautions
are taken to prevent exposure of the concrete to exhaust gasses which
contain carbon dioxide.
2. Hot weather: When necessary, provide wind breaks, fog spraying, shading,
sprinkling, ponding, or wet covering with a light colored material, applying as
quickly as concrete hardening and finishing operations will allow.
3. Rate of temperature change: Keep the temperature of the air immediately
adjacent to the concrete during and immediately following the curing period
as uniform as possible and not exceeding a change of 5 degrees F in any one
hour period, or 50 degrees F in any 24 hour period.
D. Protection from mechanical injury:
1. During the curing period, protect the concrete from damaging mechanical
disturbances such as heavy shock, load stresses, and excessive vibration.
2. Protect finished concrete surfaces from damage from construction equip-
ment, materials, and methods, by application of curing procedures, and by
rain and running water.
3. Do not load self-supporting structures in such a way as to overstress the con-
crete.
END OF SECTION
03300-6 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 04100
MORTAR
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included:Provide mortar where shown on the Drawings, as specified herein,
and as needed for a complete and proper installation.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
2. Related work specified elsewhere:
a. Brick masonry: Section 04210
b. Concrete Unit Masonry: Section 04220
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
B. When the materials of this Section are used as part of an assembly indicated on
-- the Drawings in which fire -resistive construction ratings are required, demonstrate
approval by Underwriters' Laboratories, Inc. and the governmental agencies
having jurisdiction.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 35 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section.
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640,
B. Storage of Materials: Mortar materials and sand shall be stored in such a manner
as to prevent deterioration or contamination by foreign materials.
PART 2 - PRODUCTS
2.1 Materials used as ingredients in the mortar shall conform to the requirements
specified in the following paragraphs.
A. Cementitious Materials: Cementitious materials shall conform to the following
_ specifications of the American Society for Testing and Materials:
B. Portland Cement: Type I, II, or III of the Standard Specification for Portland Ce-
ment (ASTM Designation: C 150.) 3.2.2 Hydrated Lime. Type S of the Standard
Specification for Hydrated Lime for Masonry Purposes (ASTM Designation: C 207).
- C. Sand: Standard Specification for Aggregate for Masonry Mortar (ASTM Designa-
tion C 144), except that the grading shall comply with the following limits:
04100- 1 Michael T. Martin, A.I.A.
City of Lubbock
Sieve Size
Percent Passing
No.4
(4.76-mm)
100
No. 8
(2/38-mm)
95 to 100
No. 16
(1.19-mm)
60 to 100
No. 30
(595-11)
35 to 70
No. 50
(297-0
15 to 35
No. 100
(149-0
2 to 15
No. 200
(74-µ)
0 to 2
D. Admixtures: No air -entraining admixtures or cementitious materials containing
air -entraining admixtures shall be used in the mortar. No antifreeze compounds
or other substances shall be used In the mortar to lower the freezing point.
Calcium chloride or admixtures containing calcium chloride shall not be used in
mortar in which reinforcement, metal ties or anchors are embedded.
E Water. Water shall be clean and free of deleterious amounts of acids, alkalies or
organic materials.
2.2 TYPES
A. All exposed masonry mortar above grade, shall be Type S, meeting the require-
ments of ASTM C270.
B. Masonry mortar below grade shall be Type N, meeting the requirements of ASTM
C270.
PART 3 - EXECUTION
3.1 MEASUREMENT AND MIXING
A. Measurement and Materials: The method of measuring materials for the mortar
used in construction shall be by either volume or weight, and such that the speci-
fied proportions of the mortar materials can be controlled and accurately main-
tained. Measurement of sand by shovel shall not be permitted.
B. Mixing Mortars: All cementitious materials and aggregate shall be mixed for at
least 3 min. and not more than 5 min. in a mechanical batch mixer, with the maxi-
mum amount of water to produce a workable consistency.
C. The mortar shall be proportioned within the limits given for each type as
specified:
Parts by Volume Parts by Volume Sand,
Mortar Type of Portland Cement of Hydrated Lime Measured
In a damp
loose
condition.
S 1 1/2 not more
N 1 1 than 3
times the
sum of
the
volumes
D. Physical Properties:
1. Laboratory Prepared Mortar: Laboratory mortar samples prepared and
tested shall conform to the physical requirements for each type specified.
Compressive Strength
Mortar type Min. 7 days Min. 28 days
S 1100 (77) 1800 0 26)
N 450 (32) 750 (53)
Min. Water Retention Efflorescence
70% none
70% none
Michael T. Martin, A.I.A.
City of Lubbock
3.2 CLEAN-UP
A. Particular care will be taken to brush or wipe the wall during construction so as to
eliminate the need for strong cleaners containing acid. Remove direct with ordi-
nary detergents. If further cleaning is required, use a commercial cleaner, ap-
proved by the Architect, using the weakest solution recommended by the
cleaner manufacturer.
END OF SECTION
04100- 3 Michael T. Martin. A.I.A.
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
SECTION 04210
BRICK MASONRY
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide and install brick pavers where shown on the Drawings, as
specified herein, and as needed for a complete and proper installation.
.. B. Related work:
1. Documents affecting work of this Section Include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
2. Related work specified elsewhere:
a. Concrete Work: Section 03300
b. Mortar: Section 04100
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
B. Whenever in the Specifications compliance with ASTM Standards is indicated, it is
stipulated that the Contractor, upon request of the Architect, shall furnish a certifi-
cate of compliance from the manufacturer or supplier.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 35 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specification and other data needed to prove compliance
with the specified requirements;
C. Samples:
1. Furnish several bricks as samples, showing extreme variations in color and tex-
ture.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
B. Store brick off ground to prevent contamination by mud, dust or materials likely to
cause staining or other defects.
C. Cover materials when necessary to protect from elements.
D. Protect reinforcement from elements.
1.5 JOB CONDITIONS:
A. Protection of Work:
1. Wall Covering:
a. Cover partially completed walls when work is not in progress.
b. Extended cover minimum of 24 in. down both sides.
c. Hold cover securely in place.
B. Staining:
1. Prevent grout or mortar from staining the face of masonry to be left exposed
or painted:
a. Remove immediately grout or mortar In contact with face of such
masonry.
b. Protect all sills, ledges and projections from droppings of mortar, protect
doorjambs and corners from damage during construction.
04210- 1 Michael T. Martin, A.I.A.
City of Lubbock
C. Cold Weather Protection:
1. Preparation:
a. If ice or snow has formed on masonry bed, remove by carefully applying
heat until top surface is dry to the touch.
b. Remove all masonry deemed frozen or damaged.
2. Products:
a. When brick suction exceeds recommendations of Section 1.03.13.3,
sprinkle with heated water:
(1) When units are above 320 F (00 C.), heat water above 700 F. (21 ° C.).
(2) When units are below 320 F. (00 C.), heat water above 1300 F. (540 C.).
b. Use dry masonry units.
c. Do not use wet or frozen units.
3. Construction requirements while work is progressing:
a. Air temperature 400 F. (40 C.) to 320 F. (00 C.):
(1) Heat sand or mixing water to produce mortar temperatures between
400 F. (40 C.) and 1200 F. (490 C.).
b. Air temperatures 250 F. (-4° C.) to 200 F. (-7° C.).
(1) Heat sand and mixing water to produce mortar temperatures be-
tween 400 F. (40 C.) and 1200 F. (490 C.).
(2) Maintain temperatures of mortar on boards above freezing.
c. Air temperatures 250 F. (-4° C.) to 201 F. (-7° C.):
(1) Heat sand and mixing water to produce mortar temperatures be-
tween 400 F. (40 C.) and 1200 F. (490 C.).
(2) Maintain mortar temperatures on boards above freezing.
(3) Use salamanders or other heat sources on both sides of walls under
construction.
(4) Use windbreaks when wind is in excess of 15 mph.
d. Air temperatures 200 F. (-7° C.) and below:
(1) Heat sand and mixing water to produce mortar temperatures be-
tween 400 F. (40 C.) and 1200 F. (490 C.).
(2) Provide enclosures and auxiliary heat to maintain air temperature
above 320 F. (00 C.).
(3) Minimum temperature of units when laid: 20° F. (-7° C.).
4. Protection requirements for completed masonry and masonry not being
worked on:
a. Mean daily air temperature 400 F. (40 C.) to 320 F. (00 C.):
(1) Protect masonry from rain or snow for 24 hr. by covering with weather -
resistive membrane.
b. Mean daily air temperature 320 F. (00 C.) to 250 F. (-4° C.):
(1) Completely cover masonry with weather -resistive membrane for 24
hr.
PART 2 - PRODUCTS
2.1 BRICK
A. Paving Brick:
1. ASTM C 7-42.
2. Dimensions: 3 5/8 w x 7 5/8" 1. x 2 1 /4" thk.
3. Wire cut face finish.
4. Provide brick similar in texture and physical properties to those in use around
the exterior of the Party House.
B. Provide brick masonry units of the listed types and sizes as manufactured by
Acme Brick Co.
04210- 2 Michael T. Martin, A.I.A.
City of Lubbock
PART 3 - EXECUTION
3.1 PREPARATION:
A. Wetting Brick:
1. Wet brick with absorption rates in excess of 30 g./30 sq. in./min. (30 g./194
cm/min.) determined by ASTM C 67, so that rate of absorption when laid
does not exceed this amount.
B. Cleaning Reinforcement: Before being placed, remove loose rust, ice and other
coatings from reinforcement.
3.2 GENERAL ERECTION REQUIREMENTS:
A. Pattern Bond:
1. Lay exposed masonry in modified common bond, as indicated.
B. Joining of Work:
1. Where fresh masonry joins partially set masonry:
a. Remove loose brick and mortar.
b. Clean and lightly wet exposed surface of set masonry.
C. Tooling and Tuck Pointing:
1. Tooling:
a. Tool exposed joints when "thumb -print" hard with around jointer, slightly
larger than width of joint.
b. Trowel -point or concave -tool exterior joints below grade.
c. Flush cut all joints not tooled.
D. Cutting Brick:
1. Cut exposed brick with motor -drive saw. -
E Mortar Joint Thickness:
1. Lay all brick with 3/8 in. joint.
3.3 NON -REINFORCED BRICK MASONRY
A. Brick Installation (cap course on walls):
1. Lay brick plumb and true to lines.
2. Lay with completely filled mortar joints.
3. Do not furrow bed joints.
4. Butter ends of brick with sufficient mortar to fill head joints.
5. Rock closures into place with head joints thrown against two adjacent brick in
place.
6. Do not pound comers and Jambs to fit stretcher units after they are set in posi-
tion. Where an adjustment must be made after mortar has started to harden,
remove mortar and replace with fresh mortar.
B. Mortarless Brick Paving:
1. Base
a. Prepare smooth, level and compacted soil setting bed.
b. After concrete edging is in place, fill with 1-2 inches of masonry sand and
cover with 15 lb. roofing felt overlapping joints by six (6") inches minimum.
Dampen before overlaying with felt.
c. Lay brick with minimal joint within basketweave pattern matching existing.
Slope surface of brick 1 /8 to 114 in. per foot for drainage.
d. Sweep joints with one part portland cement and 6 parts masonry sand,
wet and repeat sweeping until all joints are filled flush.
04210- 3 Michael T. Martin, A.I.A.
City of Lubbock
3.4 CLEANUP
A. Cut out any defective joints and holes in exposed masonry and repoint with mor-
tar.
B. Clean all exposed unglazed masonry:
1, Clean initially with stiff brushes and water.
2. When cleaning agent is required:
a. Follow brick manufacturer's recommendations.
b. Thoroughly wet surface of masonry on which no green efflorescence ap-
pears.
c. Scrub with acceptable cleaning agent.
d. Immediately rinse with clear water.
END OF SECTION
04210- 4 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 04220
CONCRETE UNIT MASONRY
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide concrete unit where shown on the Drawings, as specified
herein, and as needed for a complete and proper installation.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 35 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
B. Store masonry units above ground on level platforms which allow air circulation
under the stacked units.
C. Cover and protect against wetting prior to use.
- PART 2 - PRODUCTS
2.1 CONCRETE MASONRY UNITS
A. Provide lightweight hollow load -bearing concrete masonry units complying with
ASTM C90, grade N, type I, in color "natural gray."
B. Dimensions:
1. Provide units of the dimensions shown on the Drawings.
2. Where dimensions are not shown on the Drawings, provide units having nomi-
nal face dimensions of 16" long by 8" high by the depth shown or otherwise
required.
2.2 REINFORCEMENT AND ACCESSORIES
A. Comply with the following as minimums.
1. Bars: ASTM, grade 40, unless otherwise shown on the Drawings, using de-
formed bars for number 3 and larger.
-- 2. Bending: ACI318.
3. Wire reinforcement: ASTM A82.
B. Fabricate reinforcement in accordance with recommendations contained in
CRSI "Manual of Standard Practices."
Y C. For single width walls reinforce with Dur-o-wall Truss, employing prefabricated cor-
ners, standard class.
D. Horizontal Bar positioner, Dur-o-wall D/A 811.
E Provide other accessories as indicated or otherwise required.
04220- 1 Michael T. Martin. A.I.A.
City of Lubbock
2.3 MORTAR
A. Ingredients:
1. Portland cement: Comply with ASTM C150, type I.
2. Lime:
a. Provide hydrated lime complying with ASTM C207, or quicklime complying
with ASTM C5.
b. When quicklime is used, slake and then screen through a 16 mesh sieve.
After slaking and screening, but before using, store and protect for not
less than ten days.
3. Aggregate: Provide clean, sharp, well graded aggregate free from injurious
amounts of dust, lumps, shale, alkali, surface coatings, and organic matter,
and complying with ASTM C144.
4. Admixtures: Do not use admixtures unless specifically approved in advance
by the Architect.
5. Water. Provide water free from deleterious amounts of acids, alkalis, and or-
ganic materials.
B. Mixing:
1. Provide mortar type "M' or type "S'.
2. Proportions:
a. For type "M' mortar, provide one part portland cement to 114 part hy-
drated lime and 3 3-1/4 parts sand by volume.
b. For type "S' mortar, provide one part portland cement to 1/2 part hy-
drated lime and 4-1/2 parts sand by volume.
3. Mechanically mix in a batch mixer for not less than three minutes, using only
sufficient water to produce a mortar which is spreadable and of a workable
consistency.
4. Retemper mortar with water as required to maintain high plasticity.
a. On mortar boards, retemper only by adding water within a basis formed
with mortar, and by working the mortar into the water.
b. Discard and do not use mortar which is unused after 1-1/2 hours following
initial mixing.
2.4 GROUT
A. Ingredients:
1. Portland cement: Comply with ASTM C 150, type I.
2. Aggregate: Provide clean, sharp, well graded aggregate free from injurious
amounts of dust, lumps, shale, alkali, surface coatings, and organic matter.
3. Admixtures: Do not use admixtures unless specifically approved in advance
by the Architect.
4. Water: Provide water free from injurious amounts of acids, alkalis, and organic
materials.
B. Mixing:
1. Provide "fine grout" or "coarse grout' as designated on the Drawings or oth-
erwise directed by the Architect, and in accordance with ASTM C476,
2. When the minimum grout compressive strength is required to be more than
2000 psi, provide laboratory design mix prepared as required for design mixes
of concrete under Section 03300 of these Specifications.
3. Proportions:
a. For "fine grout,' provide one part portland cement to 2-1/4 parts minimum
to 3 parts maximum of damp loose sand, with sufficient water to achieve
fluid consistency.
b. For "coarse grout,' provide one part portland cement to 3 parts
maximum of damp loose sand to two parts coarse aggregate, with
sufficient water to achieve fluid consistency.
4. 'Fluid consistency' is interpreted as meaning as fluid as possible for pouring
intimately in place without segregation.
04220- 2 Michael T. Martin, A.I.A.
City of Lubbock
C. Use "fine grout' where called for on the Drawings, where the grout space is less
than 3" in Its least dimension, and where otherwise directed by the Architect or
required by governmental agencies having jurisdiction.
PART 3 - EXECUTION
3..1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 ENVIRONMENTAL CONDITIONS
A. Do not place masonry units when air temperate is below 40 degrees F.
3.3 INSTALLATION
A. General:
1. Do not commence installation of the work of this Section until horizontal and
vertical alignment of foundation is with 1' of plumb and the lines shown on the
Drawings.
2. Lay only dry masonry units.
3. Use masonry saws to cut and fit masonry units.
4. Set units plumb, true to line and level courses accurately spaced.
5. Clean the top surface of foundation free from dirt, debris, and laitance,_and
-- expose the aggregate prior to start of installing first course.
b. Accurately fit the units to plumbing, ducts, openings, and other interfaces,
neatly patching all holes.
7. Keep the walls continually clean, preventing grout and mortar stains. If grout
m does run over, clean immediately.
B. Unless otherwise shown on the Drawings, provide running bond with vertical joints
located at center of masonry units in the alternate course below.
C. Do not use chipped or broken units. If such units are discovered in the finished
-` wall, the Architect may require their immediate removal and replacement with
new units at no additional cost to the Owner.
D. Laying up:
1. Place units in mortar with full bed and head joints.
2. Align vertical cells of hollow units to maintain a clear and unobstructed
system of flues.
3. Hold racking to an absolute minimum.
- 4. Provide cleanouts at the bottom of each cell of hollow units for removing
mortar droppings. Do not close the cleanouts until they have been
inspected and approved by the Architect.
E. Reinforcement:
1. Provide reinforcement as shown on the Drawings, fully embedded in grout
and not in mortar or mortarjoints.
2. Provide required metal accessories to ensure adequate alignment of steel
during grout filling operations.
F. Tooling:
1. Tool joints to a dense, smooth surface.
2. Unless otherwise shown on the Drawings, provide joints of "concave" pattern
throughout.
3.4 GROUTING
A. Perform grouting in strict accordance with the provisions of the governing
building code.
1. Solidly fill vertical cells containing reinforcement.
2. Consolidate grout at time of pour by puddling with a mechanical vibrator, fill-
ing all cells of the masonry, and then reconsolidating later by puddling before
the plasticity is lost.
04220- 3 Michael T. Martin, A.I.A.
City of Lubbock
3.5 CLEANING
A. Inspection and adjustment:
1. Upon completion of the work of this Section, make a thorough inspection of
installed masonry and verify that units have been installed in accordance with
the provisions of this Section.
2. Make necessary adjustments.
B. Clean surface of masonry as required for proper application of the specified fin-
ishes.
END OF SECTION
04220- 4 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 04500
MASONRY CLEANING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included:Clean all interior exposed masonry brick work and quarry the floor
around the two (2) fireplaces, as specified herein..
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the speci-
fied requirements and the methods needed for proper performance of the work
of this Section.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 60 calendar days after the Contractor has received the
-- Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements;
3. Manufacturer's recommended cleaning and application procedures which,
when approved by the Architect, will become the basis for accepting or re-
jecting actual installation procedures used on the Work.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
1.5 SAMPLE AREAS
A. Select test area on side of fireplace to exhibit cleaning performance and possi-
ble adverse reactions for architect's approval.
-- PART 2 - PRODUCTS
2.1 MATERIAL, GENERAL
A. Type: An alkaline powder blended with special wetting agents designed to be
mixed with water for the removal of smoke, soot, and grease stains from masonry,
concrete and stone surfaces. Also effective as a general purpose cleaner for
plaster walls, ceilings, floors and polished masonries.
B. Form: Powder
pH: 12.6 - (6 oz. powder/3 gal. water)
SPECIFIC GRAVITY: 0.6
FLASH POINT: None
C. Provide cleaning materials equal to 'Sure Klean' Smoke Remover, as manufac-
tured by ProSoCo, Inc.
PART 3 - EXECUTION
3.1 APPLICATION
A. Application:
04500- 1 Michael T. Martin, A.I.A.
City of Lubbock
1. Test or protect carpeting and all non -masonry surfaces. Prepare a cleaning
solution by mixing 8 ounces of Sure Klean(b Smoke Remover with 2 to 3 gallons
of warm water.
2. Pre -wet or dampen masonry concrete surfaces with water.
3. Apply prepared cleaning solution over area to be cleaned using sponge or
soft fibered but densely filled brush.
4. Allow solution to remain on surface 3 to 5 minutes.
5. Reapply cleaning solution and scrub vigorously. Some surfaces may require
the use of a scrub brush.
b. Rinse off with freshwater.
B. Do not use large amounts of water, but use a rinse solution, consisting of two
ounces of household vinegar to one gallon of water. Cleaned areas should be
rinsed thoroughly to remove all loosened carbon deposits. On painted areas
and aluminum surfaces, it is suggested that Sure Klean@ Smoke Remover be
mixed at a ratio of 8 ounces of Sure Klean@ to four gallons of warm water.
END OF SECTION
04500- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 06200
FINISH CARPENTRY & ARCHITECTURAL WOODWORK
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Install wood trim, prefinished paneling, lavatory counter support,
and other items not specifically described as being installed under other
Sections of these Specifications.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
1.3 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
_ PART 2 - PRODUCTS
2.1 MATERIALS
A. Wood trim:
1. Fabricate to dimensions, profiles or details as shown. Rout or groove reverse
side (back -out) of trimmed members to be applied to flat surfaces.
2. Standing and running trim, AWI Section 300, premium grade red oak.
3. Paint grade trim: any closed grain hardwood.
B. Wainscotting and wall paneling.
1. Provide melamine finished planks, (in south and central recreation rooms)
MARLITE, 'Diamond Classic Collection,' solid color plank series.
2. Provide melamine finished planks (in meeting room) MARLITE, 'Woodgrain
Collection,' textured woodgrain plank series.
3. Curved walls:
a. Provide melamine finished planks as in 1. above, tambour.
C. Wall paneling (Restrooms and Kitchen)
1. MARLITE, 'Symmetrix' Panels, (S118622).
D. Other materials:
"- 1. Where 'Symmetrix' panels are installed provide MARLITE inside corners and
corner guards.
2. Provide other materials, not specifically described but required for a com-
plete and proper installation, as selected by the Contractor subject to the
approval of the Architect.
3. Adhesive: MARLITE C-375.
- PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are corrected.
06200- 1 Michael T. Marfn, A.I.A.
City of Lubbock
3.2 FIELD MEASUREMENTS
A. Take necessary measurements in the field to assure proper dimensions for the
work of this Section.
3.3 FABRICATION
A. Fabricate the work of this Section in strict accordance with the approved Shop
Drawings and the referenced standards.
3.4 WORKMANSHIP
A. Produce joints which are true, tight, and well nailed with all members assembled
in accordance with the Drawings.
B. Jointing:
1. Make joints to conceal shrinkage; miter exterior joints; cope interior joints;
miter or scarf end -to -end joints.
2. Install trim in pieces as long as possible, Jointing only where solid support is ob-
tained.
C. Fastening:
1. Install items straight, true, level, plumb, and firmly anchored in place.
2. Where blocking or backing is required, coordinate as necessary with other
trades to ensure placement of required backing and blocking in a timely
manner.
3. Nail trim with finish nails of proper dimension to hold the member firmly in
place without splitting the wood.
4. On exposed work, set nails for putty.
3.5 INSTALLATION
A. Install MARLITE panel systems in strict accordance with manufacturer's written in-
structions.
B. MARLITE 'Symmetrix.'
I. All edges inside and outside comers are to be finished with MARLITE
mouldings appropriate to that purpose.
2. Do not make joints directly over drywall or plywood joints.
3. Install panels using a seamed edge joint, using color matched sealant.
C. Install all items in strict accordance with the Drawings, and the recommended
methods of the manufacturer as approved by the Architect, anchoring firmly into
position at the prescribed location, straight, plumb, and level.
3.6 FINISHING
A. Sandpaper finished wood surfaces thoroughly as required to produce a uniformly
smooth surface, always sanding in the direction of the grain; except do not sand
wood which is designed to be left rough.
B. No course grained sandpaper mark, hammer mark, or other Imperfection will be
accepted.
3.7 CLEANING UP
A. Keep the premises in a neat, safe, and orderly condition at all times during exe-
cution of this portion of the Work, free from accumulation of sawdust, cut -ends,
and debris.
B. Sweeping:
1. At the end of each working day, and more often if necessary, thoroughly
sweep surfaces where refuse from this portion of the Work has settled.
2. Remove the refuse to the area of the job site set aside from its storage.
3. Upon completion of this portion of the Work, thoroughly broom clean all sur-
faces.
END OF SECTION
06200- 2 Michael T. Martin, A.I.A.
Clty of Lubbock
SECTION 08110
STEEL DOORS AND FRAMES
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide replacement steel doors, and frames, which are not
specifically described in other sections of these Specifications, where shown on
the Drawings, as specified herein, and as needed for a complete and proper in-
stallation.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
1.2 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
1.3 PRODUCT HANDLING:
A. Comply with the pertinent provisions of Section 01640.
PART 2 - PRODUCTS
2.1 STEEL DOORS
A. Type and design:
1. Doors shall be two -panel inset type, matching existing, with 16 gage insert
and stops.
2. Doors shall be fabricated from 16 gage cold -rolled steel in accordance with
ASTM A366.
_ 3. Doors shall be reinforced by laminating panels to a small cell honeycomb
core and the complete unit closed with steel perimeter channels projection
welded to panels. Edges of door are non -beveled with full height visible
seams. (When required, doors can be furnished without vertical seams.)
4. Doors shall be mortised and reinforced with full height 11 gage steel hinge
edge channel and full height 14 gage steel lock edge channel welded at
maximum 5" on centers.
5. Proper reinforcements shall be provided for other hardware. Reinforcements,
drilling and tapping for mortised applied hardware shall be done at the fac-
tory. Surface applied hardware reinforcements shall be installed at the fac-
tory. Drilling and tapping shall be done in the field by others. Reinforcement
for surface applied closer shall be 12 gage steel.
6. Doors shall have a flush top and inverted bottom 16 gage channel projection
welded at maximum 2 1 /2' on centers.
B. Finish:
1. All doors shall be thoroughly cleaned, phosphat¢ed and finished as standard
with one coat of baked -on rust inhibiting gray prime paint, capable of
passing a 120-hour salt spray test in accordance with Federal Standard 141 or
ASTM Specification B117 and a 250 hour humidity test in accordance with
-- ASTM Specification D1735.
C. Product Standards:
1. Steel Doors shall be constructed to conform to Commercial Standard
CS242-62, Product Standard PS4-66, and Steel Door Institute Standard ST1-
100.
D. Acceptable products:
1. Standard products of the Republic Builders Products Corporation.
08110- 1 Michael T. Martin, A.I.A.
City of Lubbock
2.2 STEEL FRAMES
A. Type and Design:
1. Provides frames of the types and dimensions to fit existing exterior openings.
Frames shall be formed from 14 gage cold -rolled steel on accordance with
ASTM A366, properly reinforced for the required finished hardware.
2. Frames shall be supplied with pressure applied rubber silencers, (3 per strike
jamb and (one) per head, for field applications after finished painting.)
Frames shall have 9 gage steel high reinforced plates projection welded with
provisions for 4 1 /2' x 4 1 /2' template typed hinges and 14 gage steel strike
reinforcement plate, to the equivalent of 10 gage, projection welded, with
provisions for universal ANSI A115.1 or ANSI A115.2 strike.
3. A minimum of six (6) anchors per frame shall be furnished loose for field
installation, three at each jamb and two at the head.
4. Mortar guards of 26 gage steel formed to a 1' depth shall be welded to
each hinge or strike reinforcing plate.
5. Proper reinforcement shall be provided for all hardware when required. Rein-
forcements, drilling and tapping for mortised applied hardware shall be done
at the factory. Surface applied hardware reinforcements shall be installed at
the factory, drilling and tapping shall be done in the field by others. Rein-
forcement for surface applied closer shall be 12 gage steel.
B. Finish:
1. See paragraph 2.1,13 above.
C. Acceptable Manufacturers:
1. See paragraph 2.1,D above.
2.3 FINISH HARDWARE
A. Secure templates from the finished hardware supplier, and accurately install or
make provisions for all finished hardware at the factory.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which the work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
work. Do not proceed until unsatisfactory conditions are corrected.
3.2 INSTALLATION
A. Placing frames:
1. Set frames accurately in the position plumbed, aligned, and braced securely
until permanent anchors are set. Frames shall be rigidly attached using an-
chors of manufacturer's standard design.
2. At in -place construction, set frames and secure to adjacent construction with
machines screws and suitable anchorages devices. Provide "z fillers" at
each screw location.
3. When installed in prepared openings in construction, provide sealant be-
tween frame and concrete in accordance with provisions of Section 07920 of
these Specifications.
3.3 ADJUST AND CLEAN
A. Final adjustments:
1. Check and readjust operating finished hardware items in hollow metal work
just prior to final inspection.
2. Leave work in complete and proper operating conditions.
3. Remove defective work and replace with work complying with the specified
requirements.
B. Immediately after erection, sand smooth all rusted an damaged areas of prime
coat, and apply touch up of compatible primer.
END OF SECTION
08110- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 08210
FLUSH WOOD DOORS
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide flush wood doors, complete in place with finish hardware
installed, where shown on the Drawings, as specified herein, and as needed for a
complete and proper installation.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
2. Section 08710: Finish hardware.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
_ specified requirements and the methods needed for proper performance of the
work of this Section.
B. In addition to complying with pertinent codes and regulations of governmental
agencies having jurisdiction, comply with
-- 1. "Architectural Woodwork Quality Standards" of the Architectural Woodwork
Institute, for the grade or grades specified.
1.3 SUBMITTALS
` A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 35 calendar days offer the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
B. Delivery:
1. Deliver doors to site after plaster and cement are dry, and after the building
-- has reached average prevailing humidity of its locality.
2. Deliver prefinished doors in manufacturer's original containers, clearly marked
with manufacturer's name, brand name, size, thickness, and identifying symbol
on the covering.
3. Seal all four edges of unfinished doors when delivered to the job site.
C. Storage:
1. Stack flat on 2" x 4" lumber, laid 12' from ends and across center.
_. 2. Under bottom door and over top of stack, provide plywood or corrugate
cardboard to protect door surfaces,
3. Store doors in area where there will be no great variations in heat, dryness,
and humidity,
D. Do not drag doors across one another; lift doors and carry them into position.
08210- 1 Michael T. Martin, A.I.A.
City of Lubbock
PART 2 - PRODUCTS
2.1 GENERAL
A. Provide flush wood doors of the 1 3/4' thick, solid core, to replace interior door to
apartment.
B. Grade fabricate the work of this Section to "custom grade" standards of the ref-
erenced organization.
C. Species:
1. For flush wood doors, provide plain sliced Red Oak faces for transparent finish.
D. Site finish or mill finish wood doors in accordance with provisions of Section 09900
of these Specifications.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 INSTALLATION
A. Fitting and machining:
1. Unless doors are completely fitted and machined at the mill, fit them for width
by planning and fit them for height by sawing:
a. Bottom: 1/2" clearance maximum. (3/16" from finished floor material
maximum)
b. Top: 1/8" clearance maximum.
c. Lock edge and hinge edge: Bevel 1 /8' in 2' maximum.
2. Machine doors for hardware in accordance with recommendations of the
hardware manufacturers, as those recommendations have been approved
by the Architect.
B. Receive and retain custody of finish hardware furnished for the work of this
Section under Section 08710 of these Specifications and, except as otherwise
directed by the Architect, install all such finish hardware in strict accordance with
the recommendations of its manufacturer.
C. Replace and rehang doors into apartment.
D. Condition doors to average prevailing humidity in installation area prior to hang-
ing.
END OF SECTION
08210- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 08710
FINISH HARDWARE
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included:
1. Furnish finish hardware required to complete the Work as shown on the
drawings and as specified herein;
2. Furnish trim attachments, rings and fastenings, specified or otherwise required,
for proper and complete installation;
3. Deliver to the job site those items of finish hardware scheduled to be installed
either by this Contractor or the Owner.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
2. Installation of finish hardware is described in other Sections of the
Specifications.
C. Definitions:
1. 'Hardware Groups' described in the Hardware Schedule are as indicated in
the Drawings,
1.2 QUALITY ASSURANCE
A. Provide the services of an AHC or DAHC member of the American Society of
Architectural Hardware Consultants to:
1. Be available for consultation with the Architect at no additional cost to the
Owner prior to, and during progress of installation;
2. Advise the Architect of any discrepancy or conflict with the appropriateness,
quantity, compatibility etc., of the scheduled replacement hardware;
3. Verify the backset and door thickness of all installations;
4. Be present at completion and:
a. Inspect installation of all finish hardware items under this contract;
b. Make all minor adjustments required; and
c. Report to the Architect on the completeness of the installation.
B. The hardware consultant may be an employee of the supplier.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 21 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section.
a. In this regard note that substitutions to scheduled Finish Hardware will not
be considered except as approved in advance by the Architect or as
shown to be required because of the non -availability of the specified
item.
b. Approval of this list by the Architect will not relieve the Contractor of the
responsibility to provide all finish hardware items required for the Work
even though such required items may not have been shown on the
approved list.
C. Samples:
1. Within 10 calendar days after being so requested by the Architect, deliver to
the Architect samples of each finish hardware item.
2. All Samples will be returned to the Contractor; provided those Samples which
are approved by the Architect are positively identified and are installed in
the Work at locations agreed to by the Architect.
08710- 1 Michael T. Martin, A.I.A.
City of Lubbock
D. Templates: In a timely manner to assure an orderly progress of the work, deliver
templates or physical samples of the approved finish hardware items to the site
or, where specified to be installed by the Owner, to the Owner's designated
location for storage.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01340.
B. Individually package each unit of finish hardware, complete with proper fasten-
ings and appurtenances, clearly marked on the outside to indicate contents and
specific locations in the Work.
PART 2 - PRODUCTS
2.1 GENERAL
A. Fasteners:
1. Furnish necessary screws, hex bolts, and other fasteners of suitable size and
type to anchor the hardware in position for long
life under hard use.
2. Provide fasteners which harmonize with the hardware as to finish and material.
B. Trim:
1. Provide trim rings for cylinders matching cylinder
diameter, type, and
thickness.
C. For each of the specified items of finish hardware provide from the specified
manufacturer or from an approved equal.
Item Tya
Manufacturer
Butts: full mortise, 4' h. min;
Hager, Soss
concealed ball bearing
Closers: surface, cased
equal to LCN
'Cush-'n-Stop'
Locksets: die cast lever
_equal to Russwin L3400
'Armstrong'
Mortise Lockset: latch and dead bolt
Best 30H series, 'Dallas'
Cylinder: removable core
Best
(note: re -use existing)
Panic Exit: rim, push bar type
equal to
Sargent 8500 Series
Trim: handle and backplate
equal to Best 2RT-8C
Padlock: removable core, 5/16' d.
Best , series 21B.
1 1 /2" shackle.
2.2 WEATHERSTRIPPING SEALS AND THRESHOLDS, AND KICKPLATES
A. Provide materials as scheduled and equal to those manufactured by Pemko.
2.3 DOOR HOLDER
A. Provide door mounted 'Kick -down' door holder, equal to model 452, as
manufactured by Ives in finish to match other hardware.
08710- 2 Michael T. Martin, A.I.A.
City of Lubbock
PART 3 - EXECUTION
3.1 INSTALLATION
A. Mount hardware units at heights recommended in 'Recommended Locations for
Builder's Hardware' by NBHA, except as otherwise specifically indicated or re-
quired to comply with governing regulations, and except as may be otherwise
directed by the Architect.
B. Install each hardware item in compliance with the manufacturers instructions and
recommendations. Wherever cutting and fitting is required to install hardware
onto or into surfaces which are later to be painted or finished in another way, in-
stall each item completely and then remove and store in a secure place during
the finish application. After completion of the finishes, re -install each item. Do
-- not install surface mounted items until finishes have been completed on the sub-
strate. Set units level, plumb and true to line and location. Adjust and reinforce
the attachment as necessary for proper installation and operation. Drill and
countersink units which are not factory -prepared for anchorage fasteners.
Space fasteners and anchors in accordance with industry standards.
C. Adjust and check each operating item of hardware and each door, to insure
proper operational function of every unit. Lubricate moving parts with type of lu-
bricant recommended by manufacturer (graphite -type if no other is recom-
mended.) Replace units which cannot be adjusted and lubricated to operate
freely and smoothly as intended for the application made.
D. Install weatherstripping continuously along jamb and head of door frame of all
exterior doors, insure flush fit along sides and top of door, with screw anchors into
steel frames at twelve inches o.c.
E Install and otherwise securely anchor saddle assembly door thresholds at exterior
doors.
F. Install sill protection along door bottom of exterior doors for air, water, and dust
proof fit against threshold.
G. Install door holders on door bottom anchoring securely.
H. Install padlock on iron fence gate.
08710- 3 Michael T. Martin, A.I.A.
City of Lubbock
HARDWARE SCHEDULE
HEADING #1:
Front Door, Meeting Room
Single door MK. #1, #2:
Each door
to have:
1.5 pr.
Hinges:
BB 1279 4.5 x 4.5 x US10A
1
Exit Device:
99 x 990 x US10B
1
Closer:
P120BH x SNB x LBL
1 pr.
Kickplates:
10 x D.W. - 2" x US10B
1 set
Weatherstrip:
305 DR
1
Threshold:
170B
1
Door Bottom:
315N
1
Cylinder:
(re -use existing)
HEADING #2: Back Door
Single door MK. #4:
Door to have:
Same as above, except without outside panic trim.
HEADING #3:
Apartment Outside Door
Single door MK. #3:
Door to have:
1.5 pr.
Hinges:
1 pr.
Kickplates:
1 set
Weatherstrip:
1
Threshold:
1
Door Bottom:
1
Mortise Lockset:
1
Cylinder:
1
Closer:
BB 1279 4.5 x 4.5 x US 1 OA
10 x D.W. - 2" x US10B
305 DR
170B
315N
35H-7-F08-76-US10B
(re -use existing)
P 120131-1 x SNB x LBL
HEADING #4: Interior Apartment Door
Single door MK. #5:
Door to have:
1.5 pr. Hinges: BB 1279 4.5 x 4.5 x US10A
1 Mortise Lockset: 35H-7-F08-76-US10B
1 Cylinder: (re -use existing)
HEADING #5: Women's Restroom Door
Single door MK. #6:
Door to have:
1 Lockset: 3400L x ER920 X US10B
END OF SECTION
08710- 4 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 09210
STUCCO
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Patching all existing exterior stucco, specifically around new door
frames (4) existing window grill -work anchors, and where existing screening walls
are to be removed. In addition around the top edge of screening walls after
block height has been lowered and where Indicated on the Drawings, as
specified herein, and as otherwise needed for a complete and proper
installation.
1.2 SUBMITTALS
A. Submit manufacturers specifications, recommended installation procedures,
and proposed accessories.
B. One foot square sample of color and texture to match existing for Owner's
approval.
1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING:
A. Deliver manufactured materials in original unopened packages or containers,
with manufacturers' label intact and legible.
B. Keep cement and lime dry, stored off ground, under cover, and away from damp
surfaces.
C. Remove wet and deteriorated materials from project site.
1.4 JOB CONDITIONS:
A. Environmental requirements:
1. Cold weather requirements:
a. Do not use frozen materials in cement plaster mixes.
b. Do not apply cement plaster to frozen surfaces or surfaces containing
frost.
c. Do not apply cement plaster unless minimum ambient temperature of
50OF (10°C) has been and continues to be maintained for minimum of 48
hours prior to application and until plaster is cured.
2. Hot weather requirements: Protect cement plaster from uneven and
excessive evaporation during hot, dry weather.
B. Protection:
1. Protect finished surfaces installed prior to plastering.
2. Maintain protection in place until completion of work.
PART 2 - PRODUCTS
2.1 MATERIALS:
A. Portland Cement: ASTM C 150 Type 1 & II.
B. Special Finishing Hydrated Lime: ASTM C 206 Type S.
09210- 1 Michael T. Martin, A.I.A.
City of Lubbock
C. Sand
1. ASTM C 144
2. Gradation:
a. Base coat:
U.S. Standard
Sieve
No. 4 (4.75 mm)
No. 8 (2.36 mm)
No. 16 (1.18 mm)
No. 30 (600 mm)
No. 50 (300 mm)
No. 100 (150 mm)
Percent Retained by
Weight
(± 2%)
Minimum
Maximum
0
0
10
10
40
30
65
70
90
95
100
D. Water: Clear and free from substances harmful to plaster.
E Finish Coat: Factory prepared finish stucco coat produced by one of the
following:
1. El Rey Stucco Co., Inc.
2. Thoro System Products (fhoro Stucco).
3. USG (Oriental Exterior Stucco Finish).
2.2 OTHER MATERIALS
A. Provide other materials, not specifically described but required for a complete
and proper installation, as selected by the Contractor subject to the approval of
the Architect.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS:
A. Verify that surfaces to be plastered are free of dust, loose particles, oil, and other
foreign matter which would affect bond of plaster coats.
B. Examine construction, grounds and accessories to insure that finished plaster
surfaces will be true to line, level and plumb, without requiring additional thickness
of plaster.
3.2 MIXES:
A. General:
1. Accurately proportion materials for each plaster batch with measuring
devices of known volume.
2. Size batches for complete use within maximum of one hour after mixing.
3. Retemper plaster stiffened from evaporation, but do not use or retemper
partially hydrated cement plaster.
4. Do not use frozen, caked, or lumping materials, and remove such materials
from job site immediately.
5. Mix factory prepared cement plaster in accordance with manufacturer's
written instructions.
6. Use moist, loose sand in mix proportions.
7. Withhold 10% of mixing water until mixing is almost complete, then add as
needed to produce necessary consistency.
B. Mechanical Mixing:
1. Clean mixer of set or hardened materials before loading new batch.
2. Maintain mixer in continuous operation while adding materials.
3. Conform to mixing sequence, cycle of operations, and time recommended
by El Rey Stucco.
09210- 2 Michael T. Martin, A.I.A.
City of Lubbock
C. Mix proportions by volume:
PORTLAND CEMENT -LIME PLASTER
------------------------------------------------------------------------
Max. Vol. Sand
Per Sum of Minimum Minimum
Max. Volume Volumes of Approximate Period Interval
Volume Lime Per Cement and Minimum Moist Between
Coat Cement Volume Cement Lime Used' Thickness Curing Coats
------------------------------------------------------------------------
-- First 1 1 4 3/8' 48 Hours" 48 Hours
------------------------------------------------------------------------
Second 1 1 4 1 /2 1& 2 Coats 72 Hours 7 Days
-" total 1/4'
------------------------------------------------------------------------
„_ Third Pre -mixed Color Coat 1 /8' 48 Hours
------------------------------------------------------------------------
Maximum volume of sand Is the combined volumes of cement and lime.
Glass fiber in scratch and brown coats, not to exceed 2 lbs, per 94 lbs. of cementitious materials.
3.3 APPLICATION
A. Base Coats:
1. Over metal base:
a. Apply with sufficient material to form keys through metal lath.
b. Embed and fill all spaces of lath and scratch vertical surfaces horizontally.
c. Scratch horizontal surfaces in one direction only.
2. Over solid bases:
a. Apply first coat with sufficient pressure to insure tight contact with
complete coverage of solid bases, immediately scratching to provide
mechanical key for second coat.
b. Apply second coat with sufficient pressure to insure tight contact with first
coat.
c. Bring surface to true and even plane.
d. Float to uniformly rough surface to provide bond for finish coat.
- B. Brown Coat:
1. Apply second coat to first coat, bringing out to grounds, flat to true surface,
and free of imperfections which would reflect in finish coat.
2. Reconsolidate second coat by floating, and roughen to assure bond with
finish coat.
3. Nominal plaster thicknesses:
a. First coat: 3/8 in. (10 mm)
b. Second coat: 3/8 in. (10 mm)
c. Third coat: 1 /8 in. (3 mm)
C. Finish Coat:
1. Apply plaster to nominal thickness and fill out to true even plane.
2. Apply plaster in number of coats and consistency to achieve required
texture.
3. Texture finish coat to match approved sample and existing stucco.
3.4 ADJUST AND CLEAN:
A. Patching:
1. Upon completion point -up plaster around trim and other locations where
plaster meets dissimilar materials.
2. Cut out and patch defective or damaged plaster.
09210- 3 Michael T. Martin, A.I.A.
City of Lubbock
3. Cut out and patch stained or discolored finished plaster.
4. Match patch of defective or damaged plaster to existing work inform,
texture and color.
B. Cleaning:
1. Remove plaster and protective materials from expansion beads, perimeter
beads and adjacent surfaces.
2. Remove stains from plaster surfaces that would adversely affect subsequent
finishes.
3. Remove all excess materials from job site.
END OF SECTION
09210- 4 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 09260
GYPSUM WALLBOARD SYSTEM
PART I - GENERAL
1.1 DESCRIPTION
A. Work included:Patch and repair all holes and imperfections in existing gypsum
drywall walls and ceilings as specified herein, and as needed for a complete and
proper installation.
1. Where prior patches and/or repairs to the drywall walls or ceilings that are
readily noticeable, for whatever reason have been made, remove all loose,
unsightly, uneven or material"not matching" in finish or level, and replace as
specified herein.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications,
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
PART 2 - PRODUCTS
2.1 GYPSUM WALLBOARD
A. General:
1. Gypsum Board: 48" wide, grade A, Class I, matching existing thickness.
2.2 .POINTING SYSTEM
A. Provide a jointing system, including reinforcing tape and compound, designed as
a system to be used together and as recommended for this use by the manufac-
turer of the gypsum wallboard approved for use on this Work.
B. Jointing compound may be used for finishing if so recommended by its manufac-
turer.
2.3 FASTENING DEVICES
A. For fastening gypsum wallboard in place on wood, use 1 1 /4" type W bugle -head
screws, or use annular ring type nails complying with ASTM C514 and of the length
required by governmental agencies having jurisdiction.
2.4 OTHER MATERIALS
A. Provide other materials, not specifically described but required for a complete
and proper installation, as selected by the Contractor subject to the approval of
the Architect.
09260- 1 Michael T. Martin. A.I.A.
City of Lubbock
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are corrected.
3.2
A. Single Layer Systems
1. Apply gypsum panels cut to match size of hole, having removed all loose and
Indented material; attach to substrate using adhesive, nails or screws. Fit
edges closely.
3.3 JOINT TREATMENT
A. General:
1. Inspect areas to be joint treated, verifying that the gypsum wallboard fits
snugly against supporting framework.
2. In areas where joint treatment and compound finishing will be performed,
maintain a temperature of not less than 55 degrees for 24 hours prior to com-
mencing the treatment, and until joint and finishing compounds have dried.
3. Apply the joint treatment and finishing compound by machine or hand tool.
4. Provide a minimum drying time of 24 hours between coats, with additional
drying time in poorly ventilated areas.
B. Embedding compounds:
1. Apply to gypsum wallboard joints and fastener heads in a thin uniform layer.
2. Spread the compound not less than 3" wide at joints, center the reinforcing
tape in the joint, and embed the tape in the compound. Then spread a thin
layer of compound over the tape.
3. After this treatment has dried, apply a second coat of embedding
compound to joints and fastener heads, spreading in a thin uniform coat to
not less than 6" wide at joints, and feather edged.
4. Sandpaper between coats as required.
5. When thoroughly dry, sandpaper to eliminate ridges and high points.
C. Finishing compounds:
1. After embedding compound is thoroughly dry and has been completely
sanded, apply a coat of finishing compound to joints and fastener heads.
2. Feather the finishing compound to not less than 12" wide.
3. When thoroughly dry, sandpaper to obtain a uniformly smooth surface, taking
care to not scuff the paper surface of the wallboard.
4. Apply finishing texture to match existing wall or ceiling.
3.4 CLEANING UP
A. In addition to other requirements for cleaning, use necessary care to prevent
scattering gypsum wallboard scraps and dust, and to prevent tracking gypsum
and joint finishing compound onto floor surfaces.
B. At completion of each segment of installation in a room or space, promptly pick
up and remove from the working area all scrap, debris, and surplus material of this
Section.
END OF SECTION
09260- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 09550
HARDWOOD FLOORING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide Hardwood flooring, where shown on the Drawings, as
specified herein, and as needed for a complete and proper installation.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
_ 1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 60 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements;
3. Samples of each item, color, and pattern available in the specified grades
from the proposed manufacturers.
4. Manufacturer's recommended installation procedures which, when
approved by the Architect, will become the basis for accepting or rejecting
actual installation procedures used on the Work.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
1.5 EXTRA STOCK
A. Deliver to the Owner for his use in future modifications an extra stock of approxi-
mately 10% of the flooring material installed under this Section, packaged sepa-
rately, distinctly marked and adequately protected against deterioration.
PART 2 - PRODUCTS
2.1 Materials, General
A. Provide ),truce, contract unfurnished, 3/4' thick solid red oak plank series, 2 1 /4'
_ wide, random length, Better Grade, hardwood flooring.
B. Adhesives:
1. Provide Bruce 'Oakbond' or PL-400 as recommended for end fastening ran-
dom planks.
2.2 OTHER MATERIALS
A. Provide other materials, not specifically described but required for a complete
and proper installation, as selected by the Con tractor subject to the approval of
the Architect.
09550- 1 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 09550
HARDWOOD FLOORING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide Hardwood flooring, where shown on the Drawings, as
specified herein, and as needed for a complete and proper installation.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 60 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements;
3. Samples of each item, color, and pattern available in the specified grades
from the proposed manufacturers.
4. Manufacturer's recommended installation procedures which, when
_ approved by the Architect, will become the basis for accepting or rejecting
actual installation procedures used on the Work.
1.4 PRODUCT HANDLING
_ A. Comply with pertinent provisions of Section 01640.
1.5 EXTRA STOCK
A. Deliver to the Owner for his use in future modifications an extra stock of approxi-
mately 10% of the flooring material installed under this Section, packaged sepa-
rately, distinctly marked and adequately protected against deterioration.
PART 2 - PRODUCTS
2.1 Materials, General
A. Provide Bruce, contract unfurnished, 3/4' thick solid red oak plank series, 2 1 /4'
_ wide, random length, Better Grade, hardwood flooring.
B. Adhesives:
1. Provide Bruce 'Oakbond' or PL-400 as recommended for end fastening ran-
dom planks.
2.2 OTHER MATERIALS
A. Provide other materials, not specifically described but required for a complete
and proper installation, as selected by the Con tractor subject to the approval of
the Architect.
09550- 1 Michael T. Martin, A.I.A.
City of Lubbock
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 PREPARATION
A. Subfloors:
1. Verify that substrate is smooth, level, at required finish elevation, and without
more than 1 /8" in 10'- 0" variation from level or slopes shown on the Drawings.
2. Prior to laying materials, broom clean or vacuum the surfaces to be covered,
and inspect the subfloors.
3. Any surface materials present such as dust, paint, wax, grease, oil, adhesive
residues, asphalt, etc., must be removed by washing or sanding the surface.
Allow sufficient time for floor to dry after washing.
4. Curing compounds, hardening sealers, or parting agents, if deemed
detrimental to adhesive bonding (contact manufacturer of sealer or
hardener, etc.) must be removed by sanding or grinding. A scaly, sandy or
powdery surface must be corrected.
5. Any cracks, joints, depressions, grooves or other irregularities must be filled
and levelled with a good quality, non -shrinking, water-resistant latex patching
compound. Plaster type patching compounds are not acceptable.
3.3 INSTALLATION
A. General:
1. Install flooring only after finishing operations, including painting, have been
completed .
B. Installing Flooring:
1. Install flooring over old flooring using 2" minimum barbed fasteners.
2. Apply mastic for end plank fastening using a trowel notched to
manufacturer's recommendation.
3. Installation shall be made in strict accordance with the instructions of the
manufacturer.
4. After complete installation, job site sand and finish.
5. Butt units tightly to vertical surfaces, nosings, edgings, and thresholds.
6. Scribe as necessary around obstructions and to produce neat joints.
7. Place planks tightly laid, even, and in straight parallel lines.
8. Extend units into toe spaces, door reveals, and in closets and similar spaces.
9. Lay units from center marks established with principal walls, discounting minor
offsets, so that units at opposite edges of the room are of equal width.
a. Lay units square to axes of the room or space.
10. Match units for color and pattern by using materials from cartons in the same
sequence as manufactured and packaged.
3.4 CLEANING AND PROTECTING
A. Remove excess adhesive and other blemishes from exposed surfaces, using neu-
tral cleaner recommended by the manufacturer of the flooring material.
3.5 FINISHING
A. Specified unfinished flooring may be finished by this Contractor; see painting
specifications, 09900, for requirements.
END OF SECTION
09550- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 09669
RESILIENT TILE FLOORING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide resilient the flooring, where shown on the Drawings, as
specified herein, and as needed for a complete and proper installation. Re-
move existing resilient the flooring used as a border where specified herein.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
1.2 QUALITY ASSURANCE
-' A, Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
1.3 SUBMITTALS
A, Comply with pertinent provisions of Section 01340.
B. Product data: Within 60 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements;
3. Samples of each item, color, and pattern available in the specified grades
from the proposed manufacturers.
4. Manufacturer's recommended installation procedures which, when
approved by the Architect, will become the basis for accepting or rejecting
actual installation procedures used on the Work.
_ 1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640,
1.5 EXTRA STOCK
A. Deliver to the Owner for his use in future modifications an extra stock of one
carton of each color and pattern in each material installed under this Section,
packaging each type of material separately, distinctly marked, and adequately
_ protected against deterioration.
PART 2 - PRODUCTS
2.1 MATERIALS, GENERAL
A. Provide colors and patterns as well as laying pattern which contains multiple col-
ors to form a pattern, as selected by the Architect from standard colors and pat-
terns of the approved manufacturer in the specified type.
B. Adhesives:
1. Provide waterproof and stabilized type adhesive as recommended by the
manufacturer of the material being installed.
2. Asphalt emulsions and other non -waterproof adhesives will not be
accepted.
C. Concrete slab primer: Provide non -staining type as required and as recom-
mended by the manufacturer of the material being installed.
09669- 1 Michael T. Martin, A.I.A.
City of Lubbock
2.2 RESILIENT MATERIALS
A. Reinforced vinyl tile:
1. Dimension: Provide 12" x 12", in thickness to match existing.
2. Acceptable products:
a. Tarkett, 'Signals or Expressions' Collection.
b. Equal products of other manufacturers when approved in advance by the
Architect.
B. Carpet Edging:
1. At the intersection of resilient the and carpeting provide and install rubber un-
derlap carpet edging #37.
C. Wood Floor Edging.
1. At the intersection of resilient the and wood flooring provide and install (UCE3)
as manufactured by Roppe Rubber Corporation.
D. Adhesives:
1. Roppe Rubber Corporation. Roppe Cove Adhesive
2. Roppe Rubber Stair Tread Adhesive.
2.3 OTHER MATERIALS
A. Provide other materials, not specifically described but required for a complete
and proper installation, as selected by the Contractor subject to the approval of
the Architect.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 PREPARATION
A. Subfloors:
1. Remove existing floor the and mastic to substrate.
2. Verify that substrate is smooth, level, at required finish elevation, and without
more than 1 /8" in 10'- 0" variation from level or slopes shown on the Drawings.
3. Prior to laying materials, broom clean or vacuum the surfaces to be covered,
and inspect the subfloors.
4. Any surface materials present such as dust, paint, wax, grease, oil, adhesive
residues, asphalt, etc., must be removed by washing or sanding the surface.
5. Curing compounds, hardening sealers, or parting agents, if deemed
detrimental to adhesive bonding (contact manufacturer of sealer or
hardener, etc.) must be removed by sanding or grinding. A scaly, sandy or
powdery surface must be corrected.
6. Any cracks, joints, depressions, grooves or other irregularities must be filled
and levelled with a good quality, non -shrinking, water-resistant latex patching
compound, Plaster type patching compounds are not acceptable.
7. Maintain room temperature between 70 degrees F and 80 degrees F, for at
least 48 hours prior to, during and offer the installation of resilient flooring.
B. Priming:
1. Apply concrete slab primer if so recommended by the resilient flooring manu-
facturer.
2. Apply in accordance with the manufacturer's recommendations as
approved by the Architect.
09669- 2 Michael T. Martin, A.I.A.
City of Lubbock
3.3 INSTALLATION
A. General:
1. Install materials only after finishing operations, including painting, have been
completed and after permanent heating system is operating.
2. Verify that moisture content of concrete slabs, building air temperature, and
relative humidity are within the limits recommended by the manufacturers of
the materials used.
3. Maintain reference markers, holes, and openings that are in place or plainly
marked for future cutting by repeating on the finish surface as marked in the
subfloor. Use chalk or other non -permanent marking device.
4. Install tiles in accordance with the "Resilient Floor Covering Installation
Specifications for Vinyl Composition, Solid Vinyl and Asphalt Tile Flooring.'
RFCI, 966 Hungerford Drive, Suite 12-B, Rockville, Maryland 20850.
B. Installing resilient tiles:
1. Place units with adhesive cement in strict compliance with the manufacturer's
recommendations as approved by the Architect.
a. Butt units tightly to vertical surfaces, nosings, edgings, and thresholds.
b. Scribe as necessary around obstructions and to produce neat joints.
c. Place tiles tightly laid, even, and in straight parallel lines.
d. Extend units into toe spaces, door reveals, and in closets and similar
spaces.
2. Lay units from center marks established with principal walls, discounting minor
offsets, so that units at opposite edges of the room are of equal width. _
•- a. Adjust as necessary to avoid use of cut widths less than 3' wide at room
perimeters.
b. Lay units square to axes of the room or space.
3. Match units for color and pattern by using materials from cartons in the same
sequence as manufactured and packaged.
4. Lay in common bond pattern with grain in units alternating direction, unless
otherwise directed by the Architect.
5. Place resilient edge strips tightly butted to units and secured with adhesive,
providing at all unprotected edges unless otherwise shown.
3.4 CLEANING AND PROTECTING
A. Remove excess adhesive and other blemishes from exposed surfaces, using neu-
tral cleaner recommended by the manufacturer of the resilient materials.
END OF SECTION
09669- 3 Michael T. Martin, A.I.A.
City of Lubbock
3.3 INSTALLATION
A. General
1. install materials only after finishing operations, including painting, have been
completed and after permanent heating system is operating.
2. Verify that moisture content of concrete slabs, building air temperature, and
relative humidity are within the limits recommended by the manufacturers of
the materials used.
3. Maintain reference markers, holes, and openings that are in place or plainly
marked for future cutting by repeating on the finish surface as marked in the
subfloor. Use chalk or other non -permanent marking device.
4. Install tiles in accordance with the "Resilient Floor Covering Installation
Specifications for Vinyl Composition, Solid Vinyl and Asphalt Tile Flooring,'
RFCI, 966 Hungerford Drive, Suite 12-B, Rockville, Maryland 20850.
B. Installing resilient tiles:
1. Place units with adhesive cement in strict compliance with the manufacturer's
recommendations as approved by the Architect.
a. Butt units tightly to vertical surfaces, nosings, edgings, and thresholds.
b. Scribe as necessary around obstructions and to produce neat joints.
c. Place tiles tightly laid, even, and in straight parallel lines.
d. Extend units into toe spaces, door reveals, and in closets and similar
spaces.
2. Lay units from center marks established with principal walls, discounting minor
offsets, so that units at opposite edges of the room are of equal width.
a. Adjust as necessary to avoid use of cut widths less than 3" wide at room
perimeters.
b. Lay units square to axes of the room or space,
3. Match units for color and pattern by using materials from cartons in the same
sequence as manufactured and packaged.
4. Lay in common bond pattern with grain in units alternating direction, unless
otherwise directed by the Architect.
_ 5. Place resilient edge strips tightly butted to units and secured with adhesive,
providing at all unprotected edges unless otherwise shown.
3.4 CLEANING AND PROTECTING
A. Remove excess adhesive and other blemishes from exposed surfaces, using neu-
tral cleaner recommended by the manufacturer of the resilient materials.
END OF SECT10N
09669- 3 Michael T. Martin, A.I.A.
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
SECTION 09680
CARPETING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide carpeting, carpet pad and carpet accessories where
shown on the Drawings, as specified herein, and as needed for a complete and
proper stretched in installation.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
-- limited to, General Conditions, Supplementary Conditions and Sections in
Division 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and
experienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 60 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements;
3. Shop Drawings showing location of seams and locations and types of carpet
metal and accessories.
4. Samples of the full range of colors and patterns of carpet and of exposed
accessories available from the proposed manufacturers in the specified
qualities.
5. Manufacturer's recommended installation procedures which, when
approved by the Architect, will become the basis for accepting or rejecting
actual installation procedures used on the Work.
C. After the Architect has selected the color and pattern, submit three Samples of
each specified color and pattern from the stock proposed to be installed.
Secure the Architect's approval of these Samples prior to installation.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
B. Coordinate delivery with installation to minimize storage periods at the project
site. Deliver in manufacturer's unopened containers, bundles, or packages, fully
Identify with manufacturer's name, brand, type, and grade. Protect from
weather, soiling and damage using handling equipment and storage technique
recommended by the manufacturer.
1.5 JOB CONDITIONS
— A. Installer must examine the spaces in which, and the substrates to which carpet
and carpeting cushion are to be applied and the conditions under which they
are to be installed. Notify the contractor, in writing, of any conditions detrimental
to the proper and timely completion of the work. Do not proceed with the
i installation until unsatisfactory conditions have been corrected in a manner
acceptable to Installer.
B. Installer must remove all existing loose -laid or glued down carpeting, padding, or
backing. Scrape all adhesive, or pad backing from slab until smooth and free
from residue.
09680- 1 Michael T. Martin, A.I.A.
City of Lubbock
C. Patch any cracks or imperfections in floor slab.
PART 2 - PRODUCTS
2.1 CARPET CUSHION
A. Provide a Class II, Heavy Traffic, which meets or exceeds the requirements for that
designation as established by the Carpet Cushion Council. Cushion shall also
meet the requirements of ASTME-84 and NFPA 161-2114.
B. Provide Ripple Sponge, Rubber cushion having the following minimum
characteristics.
1. Wt. 56 oz.
2. Thickness 25 + 5%
3. CLD at 257.: 1.0 psi.
2.2 CARPETING
A. Provide carpeting meeting the following specifications.
1. Yarn: 100% Heat -set Staple Nylon.
2. Gauge: 1/10 in..
3. Construction: Tufted sheared cut pile.
4. Primary Backing: 100% Polypropylene.
5. Secondary backing: "Action Bac,- woven polypropylene.
6. Wear warranty: 10 year.
7. Weight: 30 oz.
B. Type
1. Provide carpeting meeting or exceeding above specifications equal to
Welico, "Vogue il."
2.3 OTHER MATERIALS
A. Provide other materials, not specifically described but required for a complete
and proper installation, as selected by the Contractor subject to the approval of
the Architect.
PART 3 - EXECUTION
3.1 SURFACE CONDITION
A. Examine the areas and conditions under which work of this Section will be
performed. Correct conditions detrimental to timely and proper completion of
the Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 SURFACE PREPARATION
A. Immediately prior to installation of the work of this Section, thoroughly clean
substrata and remove oil, grease, paint, varnish, hardeners, and other items.
B. Make substrata level and free from irregularities. Assure one constant floor
height after carpet is installed, filling low spots and grinding high spots as
required.
3.3 INSTALLATION
A. Installation of pad: Installation shall normally be complete with as few seams as
possible. Where joints are necessary, edges shall be firmly butted together, and
secured as required, using means recommended by manufacturer. Prior to
installation, all job debris and soiling is to be cleaned off from surface of floor to
be covered with vacuum cleaner and damp mop.
B. Installation of carpeting: Install carpet on tack -down perimeter strips, securely
anchored to substrate with a minimum number of seams, according to
manufacturer's recommendations. Install with seams perpendicular to main
direction of travel. All seams shall be sewn closed, heat -bonded together, or
otherwise installed to eliminate recognition of seam or joint.
09680- 2 Michael T. Martin, A.I.A.
City of Lubbock
C. In addition to the cleaning requirements stated elsewhere, thoroughly clean
carpet and adjacent surfaces prior to final acceptance of the carpeted areas
by the Owner.
3.4 PROTECTION
A. Provide a heavy non -staining paper or plastic walkway as required over
carpeting in direction of traffic, maintaining intact until carpeted space is
accepted by the Owner.
3.5 SURPLUS MATERIAL
A. Allow the Owner to inspect and select from scrap carpet remaining after the
installation. Bundle, wrap in burlap and deliver to the Owner the carpet scraps
selected by him.
END OF SECTION
09680- 3 Michael T. Martin, A.I.A.
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
SECTION 09900
PAINTING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included:Paint and finish the exterior and interior exposed surfaces listed on
the Painting Schedule in Part 3 of this Section, as specified herein, and as needed
for a complete and proper installation.
B. Related work:
1. Documents affecting work of this Section Include, but are not necessarily lim-
Ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications,
2. Priming or priming and finishing of certain surfaces may be specified to be
factory -performed or installer -performed under pertinent other Sections.
C. Work not included:
1, Unless otherwise indicated, painting is not required on surfaces in concealed
areas and inaccessible areas such as furred spaces, foundation spaces, utility
tunnels, pipe spaces, and duct shafts.
2. Metal surfaces of anodized aluminum, stainless steel, chromium plate,
copper, bronze, and similar finished materials will not require painting under
this Section except as may be so specified.
-- 3. Do not paint moving parts of operating units; mechanical or electrical parts
such as valve operators; linkages; sensing devices; and motor shafts, unless
otherwise indicated.
4. Do not paint over required labels or equipment identification, performance
rating, name, or nomenclature plates.
5. Do not paint concrete which has been sandblasted.
D. Definitions:
1. "Paint," as used herein, means coating systems materials including primers,
emulsions, epoxy, enamels, sealers, fillers, and other applied materials
whether used as prime, intermediate, or finish coats.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
B. Paint coordination:
1. Provide finish coats which are compatible with the prime coats actually used.
2. Review other Sections of these Specifications as required, verifying the prime
coats to be used and assuring compatibility of the total coating system for
the various substrate.
3. Upon request, furnish information on the characteristics of the specific finish
_._ materials to assure that compatible prime coats are used.
4. Provide barrier coats over noncompatible primers, or remove the primer and
require as required.
5. Notify the Architect in writing of anticipated problems in using the specified
coating systems over prime -coatings supplied under other conditions.
b. Prior to the application of coats following primers, base coats or first coats ,
the previous work Is to be inspected and approved by the Architect before
proceeding.
09900- 1 Michael T. Martin, A.I.A.
City of Lubbock
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 35 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements.
C. Samples:
1. Following the selection of colors and glosses by the Architect, as described
under "Color Schedules' In Part 2 of this Section, submit Samples for the Archi-
tect's review.
a. Provide three Samples of each color and each gloss for each material on
which the finish is specified to be applied.
b. Except as otherwise directed by the Architect, make Samples approxi-
mately 8' x 10' in size.
c. If so directed by the Architect, submit Samples during progress of the
Work in the form of actual application of the approved materials on
actual surfaces to be painted.
2. Revise and resubmit each Sample as requested until the required gloss,
color, and texture is achieved. Such Samples, when approved, will become
standards of color and finish for accepting or rejecting the work of this
Section.
3. Do not commence finish painting until approved Samples are on file at the
job site.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
1.5 JOB CONDITIONS
A. Do not apply solvent -thinned paints when the temperature of surfaces to be
painted and the surrounding air temperatures are below 45 degrees F, unless
otherwise permitted by the Manufacturer's printed instructions as approved by
the Architect.
B. Weather conditions:
1. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity ex-
ceeds 85%; or to damp or wet surfaces, unless otherwise permitted by the
manufacturers' printed instructions as approved by the Architect.
2. Applications may be continued during inclement weather only within the
temperature limits specified by the paint manufacturer as being suitable for
use during application and drying periods.
1.6 EXTRA STOCK
A. Upon completion of the work of this Section, deliver to the Owner an extra stock
equaling 10% of each color, type, and gloss of paint used in the Work, tightly
sealing each container, and clearly labeling with contents and location where
used.
PART 2 - PRODUCTS
2.1 PAINT MATERIALS
A. Acceptable materials:
1. The Painting Schedule in part 3 of this Section is based, in general, on
products and application specifications of the Sherwin-Williams, Co.
2. Equal products of Kelly Moore, Olympic, or other manufacturers approved in
advance by the Architect. may be substituted in accordance with provisions
of the Contract.
3. Interior wall and ceiling paint may be as manufactured by TCI.
09900- 2 Michael T. Martin, A.I.A.
City of Lubbock
4. Where products are proposed other than those specified by name and num-
ber in the Painting Schedule, provide under the product data submittal re-
quired by Article 1.3 of this Section a new painting schedule compiled in the
same format used for the Painting Schedule included in this Section.
B. Undercoats and thinners:
1. Provide undercoat paint produced by the same manufacturer as the finish
coat.
2. Use only the thinners recommended by the paint manufacturer, and use only
to be recommended limits.
3. Insofar as practicable, use undercoat, finish coat, and thinner material as
parts of a unified system of paint finish.
2.2 COLOR SCHEDULES
A. The Architect will prepare a color schedule indicating specific colors either from
manufactured standards or items to which the paint shall be specifically mixed to
match.
B. The Architect may select, allocate, and vary colors on different surfaces through-
out the Work, subject to the following.
1. Exterior work: A maximum of two (2) different colors will be used, with variations
for trim, doors, miscellaneous work, and metal work.
2. Interior work: A maximum of two (2) different pigmented colors will be used,
with variations for trim and wall surfaces and wainscots.
2.3 APPLICATION EQUIPMENT
A. For application of the approved paint, use only such equipment as is recom-
mended for application of the particular paint by the manufacturer of the
particular paint, and as approved by the Architect.
B. Prior to use of application equipment, verify that the proposed equipment is ac-
tually compatible with the material to be applied, and that integrity of the finish
will not be jeopardized by use of the proposed equipment.
2.4 OTHER MATERIALS
A. Provide other materials, not specifically described but required for a complete
and proper installation, as selected by the Contractor subject to the approval of
the Architect.
2.5 MANUFACTURER'S SPECIFICATION AND APPLICATION RECOMMENDATIONS
A. Specification number I ( Sherwin-Williams) listed for each type of application
is to be strictly adhered to. Label instructions must be read and carefully
followed. Recommendations for surface preparation and application under
each manufacturer's specification in the current edition of " Painting and
-" Coating Systems for Specifiers and Applicators' is to be strictly followed.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be per-
formed. Correct conditions detrimental to timely and proper completion of the
- Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 MATERIALS PREPARATION
A. General:
_ 1. Mix and prepare paint materials in strict accordance with the manufacturer's
recommendations as approved by the Architect.
2. When materials are not in use, store in tightly covered containers.
3. Maintain containers used in storage, mixing, and application of paint in a
clean condition, free from foreign materials and residue.
` 09900- 3 Michael T. Martin, A.I.A.
City of Lubbock
B. Stirring:
1. Stir materials before application, producing a mixture of uniform density.
2. Do not stir into the material any film which may form on the surface, but
remove the film and, if necessary, strain the material before using.
3.3 SURFACE PREPARATION
A. General:
1. Perform preparation and cleaning procedures in strict accordance with the
paint manufacturers' recommendations as approved by the Architect.
2. Remove removable items which are in place and are not applied protection
prior to surface preparation and painting operations.
3. Following completion of painting in each space or area, reinstall the
removed items by using workmen who are skilled in the necessary trades.
4. Clean each surface to be painted prior to applying paint of surface treat-
ment.
5. Remove oil and grease with clean cloths and cleaning solvent of low toxicity
and flash point in excess of 200 degrees F, prior to start of mechanical clean-
ing.
6. Schedule the cleaning and painting so that dust and other contaminants
from the cleaning process will not fall onto wet newly painted surfaces.
7. Protect adjacent work and materials by suitable covering or other method
during the progress of the painting.
B. Preparation of wood surfaces:
1. Clean wood surfaces until free from dirt, oil, and other foreign substance.
2. Smooth finished wood surfaces exposed to view, using the proper
sandpaper. Where so required, use varying degrees of coarseness in
sandpaper to produce a uniformly smooth and unmarred wood surface.
3. Unless specifically approved by the Architect, do not proceed with painting
of wood surfaces until the moisture meter approved by the Architect.
C. Preparation of metal surfaces:
1. Thoroughly clean surfaces until free from dirt, oil, and grease.
2. On galvanized surfaces, use solvent for the initial cleaning, and then treat the
surface thoroughly with phosphoric acid etch. Remove etching solution
completely before proceeding.
3. Allow to dry thoroughly before application of paint.
D. Preparation of drywall surfaces:
1. Drywall surfaces must be clean and dry. All nail heads must be set and
spackled. Joints must be taped and covered with joint compound.
Spackled nail heads and tape joints must be sanded smooth and all dust
removed prior to the application of paint.
Ir Preparation of previously coated surfaces:
1. All surface contamination such as oil, grease, loose paint, mill scale, dirt, for-
eign matter, rust, mold, mildew, mortar, efflorescence and sealers must be re-
moved to assure sound bonding to the tightly adhering old paint. In addition,
glossy surfaces of old paint films must be clean and dull before repainting.
Thorough washing with an abrasive kitchen cleanser will clean and dull in one
operation, or, wash thoroughly and dull by sanding. Remove sanding dust.
Spot prime all bare areas with the appropriate primer. Recognize that any
surface preparation short of total removal of the old coatings may compro-
mise the service length of the system. Always check for compatibility of the
previously painted surface with the new coating by applying a test patch of
2-3 square feet. Allow to dry thoroughly, check adhesion.
09900- 4 Michael T. Martin, A.I.A.
City of Lubbock
3.4 PAINT APPLICATION
'- A. General:
I. Touch up shop -applied prime coats which have been damaged, and touch
up bare areas prior to start of finish coats application.
2. Slightly vary the color of succeeding coats.
a. Do not apply additional coats until the completed coat has been in-
spected and approved.
b. Only the inspected and approved coats of paint will be considered in de-
termining the number of coats applied.
3. Sand and dust between coats to remove defects visible to the unaided eye
from a distance of five feet.
4. On removable panels and hinged panels, paint the back sides to match the
exposed sides.
B. Drying:
1. Allow sufficient drying time between coats, modifying the period as recom-
mended by the material manufacturer to suit adverse weather conditions.
2. Consider oil -base and oleo -resinous solvent -type paint as dry for recoating
when the paint feels firm, does not deform or feel sticky under moderate pres-
sure of the thumb, and when the application of another coat of paint does
_M not cause lifting or loss of adhesion of the undercoat.
C. Brush applications:
1. Brush and work the brush the coats onto the surface in an even film.
2. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, and other
surface imperfections will not be acceptable.
D. Spray application:
1. Except as specifically otherwise approved by the Architect, confine spray
application to metal framework and similar surfaces where hand brush work
would be inferior.
2. Where spray application is used, apply each coat to provide the hiding
equivalent of brush coats.
3. Do not double back with spray equipment to build up film thickness of two
coats in one pass.
E For complete work, match the approved Samples as to texture, color, and cov-
erage. Remove, refinish, or repaint work not in compliance with the specified re-
quirements.
F. Miscellaneous surfaces and procedures:
1. Exposed mechanical items:
a. Finish electric panels, disconnect switch boxes, conduits, pipes, ducts,
grilles, registers, vents, and items of similar nature to match the adjacent
wall and ceiling surfaces, or as directed.
b. Paint visible duct surfaces behind vents, registers, and grilles flat black.
c. Wash metal with solvent, prime, and apply two coats of alkyd enamel.
09900- 5 Michael T. Martin, A.I.A.
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
SECTION 02830
ORNAMENTAL METAL FENCES AND GATES
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide metal gate, and interior metal grill -work ( fireplace
screens ) where shown on the Drawings as specified herein, and as needed for a
complete and proper installation. Also including:
y- 1. Removal of existing exterior grillwork at windows.
2. Replacement of anchors and bolts for all grillwork.
3. Reinstallation of grillwork at windows.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
Ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 35 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements;
3. Shop Drawings showing layout of decking, with details of materials, gages,
accessories, openings, finishes, welds, and other pertinent conditions;
4. Manufacturer's recommended installation procedures which, when
approved by the Architect, will become the basis for accepting or rejecting
actual installation procedures used on the Work.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
PART 2
2.1 GENERAL - GATE
A. Provide custom fabricated gate panel, for bolted into masonry installation, as
Indicated In the Drawings to match style of existing window grillwork, using
standard tube sizes:
1. Picket (square) 3/4' x 3/4'
-- 2. Rails (square) 1 1/2' x 1 1/2'
2.2 MATERIALS
A. Fabricate all ornamental iron panels from hot- or cold -rolled, welded steel tubing
-- in gauge as required. All exposed welds are to be ground smooth.
02830-1 MichcW T. Martin AIA
City of Lubbock
2.3 FINISH
A. Following fabrication and prior to painting, all iron Is to be cleaned in a caustic
solution then treated to prevent flash rusting. Then dip -painted to cover both
Inside and out. It is then to be spray coated with a high -quality rust -inhibiting
metal paint.
B. Final finish shall be a powder coating finish in color as selected by Architect.
2.4 HARDWARE
A. All gates are to be supplied with standard mounting hardware, including hinges.
latches, and drop bolts. Wall mount hardware, including hinges, latches, and
drop bolts. Wall mount hardware for masonry at latch end, is required. At latch
end provide for padlock.
2.5 FIREPLACE SCREENS
A. Provide custom fabricated fireplace screens (2) as Indicated in the drawings.
Material from window panels being removed and not used for new interior
panels may be used for fabrication,
PART 3 - EXECUTION
3.1 INSTALLATION
A. Bott gate panel, and hinges, and latch to walls as indicated or required.
B. Touch-up paint all fencing components, install hardware and paint all exposed
anchors, bolts and mounting hardware to match fencing.
C. Install window panels in jamb opening as near window frame as possible,
securely fasten hinges to wall as indicated or required.
D. Install fireplace grillwork in opening securely anchoring in place , allowing for
future removal.
3.2 WINDOW GRILLS
A. Remove all existing metal grillwork at exterior windows, mark each panel for
location and orientation and secure for pick-up by Owner. ( Owner will modify
grill attachment tabs, prime and paint and return to job site when notified to do
so.)
1. Remove all loose anchors, lead -shields, rods, bolts and nuts, and provide new
expansion -type anchors ,appropriate for substate. (Note: potch stucco, and
paint as required in other Sections of these Specifications ).
2. Replace all ornamental window grillwork in original openings, securely
attaching with washers and flush -fitting bolts, through slots ( modified by Owner)
cut in flanges.
END OF SECTION
02830-2 M►chael T. Marti A.I.A.
City of Lubbock
3.5 PAINTING SCHEDULE
A. Provide the following paint finishes. (Sherwin Williams surface preparat;on
standard In bold type)
B. Exterior wood siding soffits, fascias, wood window frames and sashes:
1. Acrylic Latex, Semi Gloss finish. S-W-12
a. Primer: A-100 Alkyd Exterior Wood Primer, Y24 W20
b. Finish: 2 coats A-100 Latex House & Trim.
C. Exterior metal, ornamental iron (new gate, fireplace screens) ( Note: exterior
window grill work is to be painted by Owner, Contractor responsible for final
touch-up and painting of fasteners after installation ),metal doors and frames,
cabinets, air-conditioning unit brackets: non -galvanized metal: S-W-12
1. Alkyd, Semi Gloss finish.
- a. Primer: KEM KROMIK Metal primer.
b. Finish: 2 coats Pro Mar 200 Alkyd Semi -Gloss Enamel.
D. Galvanized metal: conduits, etc. S-W-12
1. Alkyd, Semi -Gloss finish.
a. Primer. GALVITE, B50 W3.
b. Finish: 2 coats Pro Mar 200 Alkyd Semi -Gloss Enamel.
E Interior Dryad: walls and ceilings: S-W-12
1. Latex, Semi -Gloss finish.
-- a. Primer: Pro Mar 200 Latex Wall Primer
b. Finish: 2 coats Pro -Mar 200 Latex Semi -Gloss Enamel.
F. Interior Wood, window frames, sashes, painted doors and facings, wood base,
cabinets, painted woodwork. S-W-12
1. Alkyd, Semi -Gloss.
a. Primer: Pro -Mar 200 Alkyd Enamel Undercoats
b. Finish: 2 coats Pro -Mar Alkyd Semi -Gloss Enamel.
G. Interior Wood, stained doors, paneling trim.
1. Alkyd, Semi -Gloss. S-W-12
a. Penetrating oil stain: semi -transparent "Rez,' 'Minwax,' or S-W.
b. Finish: Two (2) coats Polyurethane Satin Varnish.
-- H. Interior Wood, flooring (new): S-W-24
1. Alkyd, Gloss.
a. Penetrating oil stain: semi transparent.
b. Finish: Two (2) coats Heavy -Duty, Gloss Polyurethane Varnish.
1. Exterior Stucco.
1. Acrylic Latex, Flat-S-W-12
a. One coat masonry conditioner A5 V 2.
b. 2 Coats A-100, Flat Latex House and Trim.
END OF SECTION
09900- 6 Michael T. Martin, A.I.A.
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
SECTION 10400
IDENTIFYING DEVICES
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide identifying devices where shown on the Drawings, as
specified herein, and as needed for a complete and proper installation,
including:
1. Door signs.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
limited to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
1.2 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 60 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements;
3. Details of installation and anchorage sufficient to enable proper interface of
the work of this Section with the work of other trades.
4. Manufacturer's recommended installation procedures which, when
approved by the Architect, will become the basis for accepting or rejecting
actual installation procedures used on the Work.
1.3 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
PART 2 - PRODUCTS
2.1 DOOR SIGNS
A. General: Signage for doors shall meet the requirements of ANSI Al 17.1, and
DHEW spec. 4.12 as well as O.S.H,A.
B. Signs shall be 6' x 7 3/4' x 1 /8' thick, mounting shall be made with four (4)
tamperproof screws.
C. Signs shall be equal to Best Signs Systems (1-800-423-2378) 'graphic blast', color
101-black, core -white, as follows:
Area Graphic/Pictorial Wording Cat. No.
Men's Toilet International Handicapped Men WP-287-RB
Symbol
Women's Toilet International Handicapped Women WP-288-RB
Symbol
-- PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be
performed. Correct conditions detrimental to timely and proper completion of
the Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 INSTALLATION
A. Remove existing rest room signs and fumish to Owner.
10400- 1 Michael T. Martin, A.I.A.
City of Lubbock
B. Install the work of this Section in strict accordance with the manufacturer's
recommendations as approved by the Architect, using only the approved
mounting materials, and locating all components firmly into position, level and
plumb.
END OF SECTION
10400- 2 Michael T. Martin, A.I.A.
City of Lubbock
SECTION 11452
RESIDENTIAL APPLIANCES
PART 1 - GENERAL
Related Documents:
Drawings and General Provisions of contract, including General Supplementary and
-_ Division 1 Specifications apply to the work of this Section.
1.1 DESCRIPTION
A. Work included: Furnish and install the following items, as herein specified or
- indicated in the Drawings and coordinate the installation with the required
respective trades.
1.2 SUBMITTAL
-- A. Comply with pertinent provisions of Section 01340.
1.3 PRODUCT HANDLING
_ A. Manufacturer's recommended installation, when approved by the Architect, will
become the basis for accepting or rejecting actual installation procedures used
on the Work.
B. Upon completion of the installation, turnover to Owner Guarantee or Warranty
- Certificates for the furnished equipment and appliances.
PART 2 - PRODUCTS
2.1 KITCHEN APPLIANCES
A. Range:
1. Thirty (30) inch wide, continuous cleaning or self-cleaning oven, with
removable porcelain drip pan, clock and minute timer, automatic oven timer,
towel bar handle, glass oven window, equal to:
General Electric Model JBC26J.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which the work of this Section will be
performed. Correct conditions detrimental to the timely and proper completion
of the Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 INSTALLATION
A. Coordinate as required with other trades to assure proper and adequate
provision in the Work of those trades for interface with the work of this Section.
B. Install the Work of this Section in strict accordance with the original design, the
approved Shop Drawings, pertinent requirements, and the Manufacturer's
recommended installation procedures, anchoring all components firmly into
position for long life under hard use.
C. Put each operating component through at least two (2) complete operating
cycles, adjust as needed to achieve optimum operating status.
END OF SECTION
11452- 1 Michael T. Martin, A.I.A.
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
SECTION 15400
PLUMBING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide plumbing where shown on the Drawings, as specified
herein, and as needed for a complete and proper installation including, but not
necessarily limited to:
1. Removal of water closet from existing women's rest room.
2. Removal of urinal from existing men's rest room and relocation as indicated
-- on the drawings.
3. Cold water piping system to new evaporative (2) air conditioners, including
complete system of valves for winter drain back.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily
limited to, General Conditions, Supplementary Conditions, and Sections in
Division 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
B. Codes and regulations:
1. In addition to complying with the specified requirements, comply with
-- pertinent regulations of governmental agencies having jurisdiction.
2. In the event of conflict between or among specified requirements and
pertinent regulations, the more stringent requirement will govern when so
directed by the Architect.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
PART 2 - PRODUCTS
2.1 PIPE SCHEDULE
A. Drain, waste, and vent system:
1. For sanitary work below the floor and above ground underground:
a. Provide service weight cast iron pipe and fittings, or schedule 40, PVC.
B. Water system (domestic A/C piping):
1. Above ground, provide Type "L' copper with sweated connections;
2. Below ground, provide Type "K' copper with sweated connections.
2.2 MATERIALS
A. Cast iron soil pipe and fittings:
1. Provide service weight cast iron conforming to ASTM A72, or provide hubless
type.
B. Lead:
1. Provide new pig lead complying with ASTM 1329.
C. Hemp packing:
1. Provide impregnated jute, manufactured for calking soil pipe and fittings.
D. Fittings:
1. For copper lines, provide copper fittings.
154OD- 1 Michael T. Martin, A.I.A.
City of Lubbock
2. For steel lines, provide service weight cast iron type fittings.
3. For PVC lines, provide compatible PVC fittings.
E Unions:
1. For copper lines, provide copper fittings.
2. For connections in iron pipe lines 2-1/2" and smaller, provide ground joint
brass -to -iron fittings.
2.3 VALVES
A. Gate valves: Provide solid wedge disc, rising stem, 200# WOG; non -rising stem
valves may be used only where there is insufficient clearance.
1. 3" and smaller, rising stem: Provide Crane #428, bronze, screwed.
2. 3" and smaller, non -rising stem: Provide Crane #438, bronze, screwed.
3. 4" and larger. Provide Crane #465-1 /2, IBBM, flanged, non -rising stem.
4. Valves on asbestos -cement lines: Provide "Ring-Tite" hubs and Crane #462.
B. Globe valves: Provide replaceable composition disc suitable for 200 degree F
water.
1. 2" and smaller: Provide Crane #7, bronze, screwed.
2. 2-1/2' and larger: Provide Crane #359, iron body, flanged, 200# WOG.
C. Check valves:
1. 3" smaller: Provide Crane #37, bronze, screwed, Y-pattern, 200# WOG, swing
check type.
2. 4" and larger: Provide Crane #373, IBBM, flanged 200# WOG.
2.4 FLASHING
A. Where pipes of this Section pass through the wall, flash with galvanized sheet and
caulk.
2.5 PIPE HANGERS
A. Water piping:
1. Provide Fee and Mason #212 split ring hangers with supporting rods.
2. Provide Semco "trisolators.'
2.6 INSULATION
A. At all A/C water piping provide, extruded foam insulation, for pipe size
employed.
2.7 FIXTURES AND EQUIPMENT
A. Provide plumbing fixture, trim, and equipment as shown in the Drawings.
2.8 SLEEVES
A. Where pipes pass through concrete, masonry, or stud walls, or pass through
ceilings, provide "Sperzel' rust proof "Crete -Sleeve" of the size required.
2.9 OTHER MATERIALS
A. Provide other materials, not specifically described but required for a complete
and proper installation, as selected by the Contractor subject to the approval of
the Architect.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be
performed. Correct conditions detrimental to timely and proper completion of
the Work. Do not proceed until unsatisfactory conditions are corrected.
1540a 2 Mlchael T. Martin, A.I.A.
City of Lubbock
3.2 PLUMBING SYSTEM LAYOUT
A. Lay out the plumbing system in careful coordination with the Drawings,
determining proper elevations for all components of the system and using only
the minimum number of bends to produce a satisfactorily functioning system,
B. Follow the general layout shown on the Drawings in all cases except where other
work may interfere.
C. Lay out pipes to fall within partition, wall, or roof cavities, and to not require furring
other than as shown on the Drawing.
3.3 INSTALLATION OF PIPING AND EQUIPMENT, GENERAL
A. General:
1. Thoroughly clean items before installation. Cap pipe openings to excluded
dirt until fixtures are installed and final connections have been made.
2. Cut pipe accurately, and work into place without springing or forcing,
properly clearing windows, doors, and other openings. Excessive cutting or
other weakening of the building will not be permitted.
3. Show no tool marks or threads on exposed plated, polished, or enameled
connections from fixtures. Tape all finished surfaces to prevent damage
during construction.
4. Make changes in directions with fittings; make changes in main sizes with
eccentric reducing fittings. Unless otherwise noted, install water supply and
return piping with straight side of eccentric fittings at top of the pipe.
5. Run horizontal sanitary and storm drainage piping at a uniform grade of 1/4'
-- per ff., unless otherwise noted. Run horizontal water piping with an adequate
pitch upwards in direction of flow to allow complete drainage.
6. Provide sufficient swing joint, ball joints, expansion loops, and devices
necessary for a flexible piping system, whether or not shown on the Drawings.
' 7. Support piping independently at pumps, coils, tanks, and similar locations, to
that weight of pipe will not be supported by the equipment.
8. Support each item independently from other pipes. Do not use wire for
hanging or strapping pipes.
9. Provide complete dielectric Insolation between ferrous and non-ferrous
metals.
10. Provide union and shut off valves suitably located to facilitate
maintenance and removal of equipment and apparatus, and winter drain -
back of entire A/C system,
3.4 PIPE JOINTS
A. Copper tubing:
1, Cut square, remove burrs, and clean inside of female filling to a bright finish,
a. Apply solder flux with brush to tubing.
b. Remove internal parts of solder -end valves prior to soldering.
2. Provide dielectric unions at points of connection of copper tubing to ferrous
piping and equipment.
3. For joining copper tubing, use:
-. a. Water piping 3' and smaller: 95-5 solder,
b. Water piping larger than 3'; "Sil-fos' brazing;
c, Underground: "Sil-fos' brazing.
B. Screwed piping:
1. Deburr cuts.
a. Do not ream exceeding internal diameter of the pipe.
b. Thread to requirements of ANSI B2.1.
2. Use teflon tape on male thread prior to joining other services.
3. Use litharge and glycerin on joint prior to cleaning for air and oil piping.
C. Leaky joints:
1. Remake with new material.
2. Remove leaking section and/or fitting as directed.
3. Do not use thread cement or sealant to tighten joint,
15400- 3 Michael T. Martin, A.I.A.
City of Lubbock
3.5 PIPE SUPPORTS
A. Support suspended piping with clevis or trapeze hangers and rods.
B. Space hangers and support for horizontal steel pipes according to the following
schedules:
Pipe size: Maximum spacing on centers:
1-1/4" and smaller 8'-0"
1-1/2" to 3" 10'-0"
4" to 5" 14'-0"
C. Space hangers and supports for horizontal copper tubing according to the
following schedule.
Tube size: Maximum spacing on centers:
1 " and smaller 6'-0'
D. Provide sway bracing on hangers longer than 18":
E Support vertical piping with riser clamps secured to the piping and resting on the
building structure. Provide at each floor unless otherwise noted.
F. Provide insulation continuous through hangers and rollers. Protect insulation by
galvanized steel shields.
G. Arrange pipe supports to prevent excessive deflection, and to avoid excessive
bending stress.
H. Support piping from inserts or anchors in concrete slabs. Provide the inserts under
this Section and arrange for the placing under Section 03300 of these
Specifications.
I. Hubless piping:
1. Provide hangers on the piping at each side of, and within 6' of, hubless pipe
coupling so the coupling will bear no weight.
2. Do not provide hangers on couplings.
3. Provide hangers adequate to maintain alignment and to prevent sagging of
the pipe.
4. Make adequate provision to prevent shearing and twisting of the pipe and
the joint.
3.6 SLEEVES AND OPENINGS
A. Provide sleeves for each pipe passing through walls, partitions, floors, roofs, and
ceilings.
1. Set pipe sleeves in place before concrete is placed.
2. For uninsulated pipe, provide sleeves two pipe sizes larger than the pipe
passing through, or provide a minimum of 1 /2" clearance between inside and
outside of the pipe.
3. For insulated pipe, provide sleeves of adequate size to accommodate the
full thickness of pipe covering, with clearance for packing and calking.
B. Caulk the space between sleeve and pipe or pipe covering, using a
noncombustible, permanently plastic, waterproof, non -staining compound which
leaves a smooth finished appearance, or pack with noncombustible asbestos
cotton, rope, or fiberglass to within 1/2" of both wall faces, and provide the
waterproof compound described above.
C. Finish and escutcheons:
1. Smooth up rough edges around sleeves with plaster or spackling compound.
2. Provide I" wide chrome or nickel plated escutcheons on all pipes exposed
to view where passing through walls, floors, partitions, ceiling, and similar
locations.
a. Size the escutcheons to fit pipe and covering.
b. Hold escutcheons in place with set screw.
15400- 4 Michael T. Martin, A.I.A.
City of Lubbock
3.7 VALVES
A. Provide valves in A/C water systems. Locate and arrange so as to give
complete regulation of apparatus, equipment and fixtures.
3.8 CONCRETE
A. Provide concrete required for the work of this Section in strict accordance with
pertinent provisions of Section 03300 of these Specifications.
3.9 PLUMBING FIXTURE INSTALLATION
A. Installation
1. Set fixtures level and in proper alignment with respect to walls and floors, and
with fixtures equally spaced.
2. Provide supplies in proper alignment with fixtures and with each other.
3. Provide flush valves in alignment with the fixture, without vertical or horizontal
offsets.
B. Grout wall and floor mounted fixtures watertight where the fixtures are in contact
with walls and floors.
C. Caulk deck -mounted trim at the trim of assembly, including fixture and casework
mounted. Caulk self -rimming sinks installed in casework.
3.10 EVAPORATIVE COOLERS
A. Provide a complete system of water piping to the new evaporative coolers to
be located on each end of the building.
1. Insulate all water lines, bringing up to attic through a closet space and
providing a complete system with valved control for each unit to provide
maintenance to each individual unit and winter drain -back of each system.
3.11 OTHER TESTING AND ADJUSTING
A. Provide personnel and equipment, and arrange for and pay the costs of, all
required tests and inspections required by governmental agencies having
jurisdiction.
B. Where tests show materials or workmanship to be deficient, replace or repair as
necessary, and repeat the tests until the specified standards are achieved.
C. Adjust the system to optimum standards of operation.
END OF SECTION
15400- 5 Michael T. Martin, A.I.A.
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
SECTION 15600
HEATING, VENTILATING, AND AIR CONDITIONING
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work included: Provide heating, ventilating and air conditioning systems where
shown on the Drawings, as specified herein, and as needed for a complete and
proper installation including, but not limited to:
1. Air conditioning Systems 1 & 2 consisting of:
a. Evaporative Air Coolers
1. Supply air duct system and grills with controls, including cooler
switches, factory mounting for wall, and thermostats.
2. Removal of building attic fans and dampers.
a. Furnish such to Owner for his use/disposal.
3. Extension of heating ductwork to rest rooms, including ductwork and grills.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions, and Sections in Divi-
sion 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced in the necessary crafts and who are completely familiar with the speci-
fied requirements and the methods needed for proper performance of the work
of this Section,
B. Without additional cost to the Owner, provide such other labor and materials as
are required to complete the work of this Section in accordance with the re-
quirements of governmental agencies having jurisdiction, regardless of whether
such materials and associated labor are called for elsewhere in these Contract
Documents.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 30 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Manufacturers catalogs, Samples, and other items needed to fully demon-
strate the quality of the proposed materials and equipment,
C. Upon completion of this portion of the Work, and as a condition of its accep-
tance, deliver to the Architect two copies of an operation and maintenance
manual compiled in accordance with the provisions of Section 01730 of these
Specifications.
D. Guarantee:
1. Replacement of any defective materials, remedy any defective workman-
ship, shall be guaranteed without cost to the Owner for a period of one year
following the date of Certificate of Completion. In addition all refrigerator
motor -compressor units shall be provided with manufacturer's four (4) year ex-
tended warranty.
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
1.5 OPERATION AND MAINTENANCE INSTRUCTIONS
A. Operating and maintenance instructions shall include descriptions of all routine
operations required in a normal operation and maintenance of the systems and
_ various items of equipment, including the instructions pertaining to starting and
stopping of system during any cycle, manufacturers operating and maintenance
15600- 1 Michael T. Martin, A.I.A.
City of Lubbock
instructions on each and every item of equipment in condensed form, for normal
operation. In addition to the above, the Contractor shall deliver to the Owner
one complete set of shop drawings, ASME certification where required, and
copies of equipment warranties.
PART 2 - PRODUCTS
2.1 DUCTWORK
A. For evaporative air conditioning systems, provide galvanized sheet metal ducts
fabricated and installed to pertinent ASHRAE and SMACNA standards, or to the
requirements of governmental agencies having jurisdiction, whichever require-
ment is more stringent.
B. Size the ducts for pressure drop of 0.1 " H2O per 100 ff.
C. Seal all duct seams, transverse and longitudinal, airtight with lagging adhesive or
duct tape.
2.2 FLEXIBLE DUCT
A. Provide factory fabricated insulated low pressure flexible duct with the following
attributes:
1. Zinc -coated spring steel helix, with 1' thick fiberglass insulation, sheathed in a
seamless vapor barrier jacket.
2. Interior fire -resistive coated to prevent fiber erosion;
3. Straight run sound absorption of 3 db per ff. and 5 db per ff. sound absorption
at 45 degree bends;
4. Composite assembly, including insulation and vapor barrier, meeting Class 1
requirements of flame spread of 25 or less and smoke developed of 50 or less
as set forth in NFPA Bulletin 90-A, and bearing UI label as an air duct.
A. Provide flexible duct In fully extended condition, free from sags and kinks.
1. Use only the minimum length required to make the connection.
2. Do not exceed 8'-0" in length.
3. Where horizontal support is required, provide at least 3/4" wide banding ma-
terial hangers at not more than 36" centers.
4. Make joints and connections with 1 /2" wide positive locking steel straps.
C. Acceptable products:
1. Insulated low pressure flexible duct "Type S-181' manufactured by Glass
Insulation Co., Los Angeles, or flexible air duct, as manufactured by OWL -Flex,
Inc., along with a complete system of insulated register and distribution
boxes.
2.3 INSULATION
A. General:
1. Provide materials complying with NFPA Bulletin 90-A, as determined by UI
Method NFPA 225-ASTM E84, and complying with the governing code, with
flame spread rating under 25 and smoke developed rating under 50.
2. Where vapor barriers are used, provide intact and continuous throughout.
3. Acceptable manufacturers:
a. Owens/Corning Fiberglas;
b. Johns-Mansville;
c. Knauf.
B. Concealed ducts in non -conditioned spaces:
1. Insulate supply ducts with I" thick fiberglass blanket such as Fiberglass "FRK
ED-100", or equal approved in advance by the Architect.
2.4 AIR OUTLETS/INLETS
A. Provide perforated face diffusers, deflecting face ceiling and wall registers,
return air grills and slot registers in sizes, types, capacities and pattern noted and
scheduled on the Drawings.
B. Provide opposed blade dampers where indicated or scheduled in the drawings.
15600- 2 Michael T. Martin, A.I.A.
City of Lubbock
C. Provide insulated adaptor boxes above each diffuser neck to permit connection
of flexible duct.
D. Provide factory -applied or site -applied black coating on the inside of all air
outlets and connecting plenums.
E Provide sponge rubber gaskets under all flanges.
F. Provide ceiling vents with barometric dampers equal to 'UP -DUX,' P672301 A,
where indicated on the drawings and where required for function of evaporative
coolers.
2.5 EVAPORATIVE AIR COOLERS
A. Provide wall mounted side discharge, 'Master Cool' evaporative air coolers
meeting the following as manufactured by Arrin Air:
Model No. Motor HP Duct Opg. Ind. Std. Rating
EC 430G/440G 3/4 17 3/4 x 17 3/4 4800 cfm
` B. Provide factory mounting enclosures, water connector kits, cooler switches, and
thermostats as required for a complete and operable system.
C. Provide factory assembled and painted to match air cooler, EC4406 wall -
mounted cabinet for side discharge at each unit.
2.6 OTHER MATERIALS
A. Provide other materials, not specifically described but required for a complete
and proper installation, as selected by the Contractor subject to the approval of
the Architect.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this section will be
performed. Correct conditions detrimental to timely and proper completion of
the Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 COORDINATION
A. Coordinate as required with other trades to assure proper and adequate
provision in the work of those trades for interface with the work of this Section.
3.3 PREPARATION
�- A. Flashing:
1. Where items of this Section penetrate the outer walls, or waterproofing of any
kind, provide under this Section all base flashing and counterflashing
assembly.
3.4 EQUIPMENT INTERFACE
A. Provide all required shutoff valves, unions, and final connections of piping to the
work of this Section.
B. For electrically operated equipment, verify the electrical characteristics actually
available for the work of this Section and provide equipment meeting those
characteristics.
3.5 INSULATION
A. Wrap insulation firmly around ductwork, covering all surfaces including standing
seams, and with all joints lapped at least 2'.
B. Securely fasten the insulation in place with 16 gage soft annealed black or gal-
vanized wire spaced approximately 12' on centers for straight runs and 3' on
centers for elbows and fittings.
C. Take special care to avoid excessive stretching and compressing, and to
achieve securing at lapped sections where possible.
15600- 3 Michael T. Martin, A.I.A.
City of Lubbock
3.6 INSTRUCTIONS
A. Upon completion of this portion of the work, and prior to its acceptance by the
Owner, provide qualified personnel and fully instruct the Owner's maintenance
personnel in the proper operation and maintenance of items provided under this
Section.
B. Demonstrate the contents of the approved operation and maintenance manual
required under Article 1.3 above.
3.8 TESTING AND ADJUSTING
A. Test and adjust each piece of equipment and each system as required to assure
proper balance and operation.
B. Eliminate noise and vibration, and assure proper function of all controls, mainte-
nance of temperature, and operation in accordance with the approved design.
C. Secure required approval from governmental agencies having jurisdiction.
END OF SECTION
15600- 4 Michael T. Martin, A.I.A.
Gty of Lubbock
SECTION 16400
ELECTRICAL
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work Included: Provide complete electrical service where shown on the
Drawings, as specified herein, and as needed for a complete and proper
installation including, but not necessarily limited to:
-- 1. Disconnection of existing house fans and automatic dampers,
2. Connection of new evaporative coolers, including switches and thermostats,
furnished under Section 15600.
3. Disconnection of existing kitchen range and installation of new range
furnished under Section 11452.
4. Removal of convenience outlets in toilets and kitchen and installation of new
GFI receptacles.
5. Removal of two (2) lighting fixtures in the toilets and replacement with fixtures
specified in the Drawings.
6. Removal of switches where indicated in the Drawings and installation of new
dimmer controls.
7. Replacement of all lamps In existing lighting fixtures which are not functioning
on the date of the Bid; with lamps specified by the original fixture
manufacturer, as herein specified or as directed by the Architect.
8. Provide all labor, materials, apparatus, etc. essential to the completion of the
above for the complete functioning of the electrical system as exists, and as
amended by the Drawings or which may be reasonably implied as essential
shall be furnished and installed whether specifically mentioned in these
specifications or shown in the drawings or not. In case of doubt as to the work
Intended by the drawings and specifications or in event of need for
explanation thereof, the Contractor shall call upon the Architect for
supplementary instructions or drawings.
B. Related work:
1. Documents affecting work of this Section include, but are not necessarily lim-
ited to, General Conditions, Supplementary Conditions; and Sections In Divi-
sion 1 of these Specifications.
1.2 QUALITY ASSURANCE
A. Use adequate numbers of skilled workmen who are thoroughly trained and expe-
rienced In the necessary crafts and who are completely familiar with the
specified requirements and the methods needed for proper performance of the
work of this Section.
B. Without additional cost to the Owner, provide such other labor and materials as
are required to complete the work of this Section in accordance with the
requirements of governmental agencies having jurisdiction, regardless of
whether such materials and associated labor are called for elsewhere in these
Contract Documents.
1.3 SUBMITTALS
A. Comply with pertinent provisions of Section 01340.
B. Product data: Within 35 calendar days after the Contractor has received the
Owner's Notice to Proceed, submit:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance
with the specified requirements;
3. Manufacturer's recommended installation procedures which, when
approved by the Architect, will become the basis for accepting or rejecting
actual Installation procedures used on the Work.
16400- 1 Michael T. Martin, A.I.A.
City of Lubbock
1.4 PRODUCT HANDLING
A. Comply with pertinent provisions of Section 01640.
1.5 LAYOUT AND COORDINATION
A. The Drawings do not intend to give the complete and accurate details in regard
to location of outlets, feeders, panels, apparatus, etc. each of the locations is to
be determined by reference to the general building plans by actual
measurements at the building, and will be in all cases subject to the approval of
the Architect. The Architect may make any reasonable changes in locations
Indicated on the drawings, up to a measurement of 10'-0*. These changes shall
be made by the Contractor as directed by the Architect without additional cost
to the Owner, provided such direction is given prior to installation of the outlet.
B. All electrical work will be coordinated with all other sections of the Specifications,
Drawings and trades.
PART 2 • PRODUCTS
2.1 GENERAL
A. Provide only materials that are new, of the type and quality specified. Where
Underwriters' Laboratories, Inc. have established standards for such materials,
provide only materials bearing the UL label.
2.2 ENTRANCES AND SWITCHBOARD
A. Conductors:
1. For line voltages, provide 600 V insulated copper wire and cable, NEC
standard, of types specified below for difference applications, with UL label,
and color coded as required by governmental agencies having jurisdiction.
2. Branch circuits shall have type THHN, THW, or THWN, wire unless otherwise
noted or indicated.
3. Branch circuits installed in areas subject to moisture, (below grade and in
basement) use type THW, THWN or RHW.
4. Circuits subjected to high temperatures shall have type RHH conductors for
wiring and proximity to furnaces, boilers etc., and for motors and devices
subject to high temperature due to high ambient temperature or
convections and/or radiant heat.
5. For wire No. 8 and smaller, provide solid wire; for wire larger than No. 8, provide
stranded wire.
6. For wire in conduits subjected to direct sunlight, provide THWN or RHWN.
7. Use only copper wires and cables.
B. Joints and Splices:
1. Stranded Copper Conductors: UL approved solderiess bolted pressure
connectors or Thomas & Betts Series 54000 compression connectors. All
connectors shall be of proper sizes to match conductor sizes. All
compression connectors shall be applied with properly sized dies and tools.
Split -bolt connectors are not acceptable.
C. Cable lubricants:
1. 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.
2.5 CONDUITS
A. Materials:
1. Rigid steel conduit: rigid, threaded, thick -wall; galvanized inside and outside
or galvanized outside with a protective coating inside; U.L. listed and labeled
according to standards UL6; conforming to ANSI standard C80.1; as
manufactured by Pittsburgh, Republic Steel, Robroy, or Allied.
2. Electrical metallic tubing, galvanized outside and provided with a slick
corrosive interior coating; UL listed and labeled according to standard 797;
16400- 2 Michael T. Martin, A.I.A.
City of Lubbock
conforming to ANSI standards C80.3; as manufactured by Pittsburgh, Republic
Steel, Robroy, or Allied.
3. Flexible metal conduit: Spirally wound with hot dip galvanized steel strips
(Commercial Greenfield); conforming to UL standard UL1 and UL listed and
labeled; as manufactured by Triangle Conduit and Cable Company, or
equivalent.
4. Liquid tight flexible metal conduits: spirally wound, galvanized steel strips as
for flexible metal conduit; with polyvinyl chloride cover extruded over the
exterior to make conduit liquid tight; UL listed; 'Electri flex type" 'LA" or
equivalent.
B. Conduit Fittings:
1. Coupling and terminations for flexible metal conduit: T&B 440 series couplings
at connections between flexible and rigid conduits; T&B 3110 or 3130 series
nylon insulated throat, steel connectors at box or cabinet terminations.
2. Couplings and terminations for liquid tight flexible metal conduit: T&B 5331
series nylon insulated throat, steel connectors at box or cabinet terminations.
C. Conduit Supports:
1. Support spacing: Use minimum spacing as directed by NEC, but space
hangers more closely where required by conditions.
2. For conduits smaller than 1 1/4' or installed above mechanically suspended
dry ceilings of the non -removable type, they may be supported on ceiling
runner channels.
3. For conduits smaller than 1 1 /4' or installed above removable ceilings, attach
them to the structure or support them on threaded hanger rods with clips.
4. Do not use any wire to support conduits or to attach conduits to supporting -
members. Locate conduits in sufficient distance above the ceiling to permit
removal of the ceiling panels. Locate them so as to not hinder access to
mechanical or electrical equipment through the ceiling panels.
5. Individual conduits: Support conduits running vertically or horizontally with
galvanized malleable iron one hold clamps. Carry Individually supported
horizontal conduits 1 1/4' and larger on Kindorf No. 150 or Steel City No. C-149
hangers. Use no perforated strap iron as hanger material.
2.6 OUTLET BOXES
A. Outlets, junction boxes, and switch boxes:
1. Provide standard one-piece units, galvanized of shape and size best suited
to that particular location, of sufficient size to contain enclosed wires without
crowding.
2. Provide deep boxes with 1' and larger conduit.
3. For lighting outlets, provide standard 4" octagon or square units, with 3/8'
malleable iron fixture studs and box hangers where required.
4. For switches and receptacles, provide standard gang switch boxes; except
for exposed work provide pressed steel boxes with galvanized or cadmium
— plated steel covers.
a. Provide boxes 4" square by 1 1/2' deep, except for boxes at ends of run
where containing a single device.
b. These may be No. 180 handy boxes if permitted by the governing code.
5. For telephone outlets, provide 4" square boxes with single device cover and
one -hole bakelite telephone outlet.
B. Pull Boxes: Provide galvanized code -gage sheet steel units with screwed -on
covers, of size and shape required to accommodate wires without crowding,
and to suit the location.
C. Provide sleeves and chases where conduits pass through floors and walls.
2.7 WIRING DEVICES
A. Dimmer Controls:
1. Incandescent lighting dimmers shall be Lutron, 'Nova", Model No. N-600-T,
supply with white faceplate, and tamper -proof screw -key, SCU-1.
16400- 3 Michael T. Martin, A.I.A.
City of Lubbock
2.8 LAMPS
A. Furnish and Install all lamps for all the fixtures as specified.
1. Incandescent lamps shall be 130 volts (so marked) type as specified on the
Drawings as manufactured by General Electric, Sylvania or Norelco.
2. Fluorescent lamps shall be of size and type as indicated on the Drawings
equal to General Electric: F40, for F40 lamps type WW-RS-WM, all other
florescent sizes and types shall be the some color, watt misers.
2.9 OTHER MATERIALS
A. Provide other materials, not speciflcally described but required for a complete
and proper Installation, as selected by the Contractor subject to the approval of
the Architect.
PART 3 - EXECUTION
3.1 SURFACE CONDITIONS
A. Examine the areas and conditions under which work of this Section will be
performed. Correct conditions detrimental to timely and proper completion of
the Work. Do not proceed until unsatisfactory conditions are corrected.
3.2 PREPARATION
A. Coordinate:
1. Coordinate as necessary with other trades to assure proper and adequate
provision in the work of those trades for interface with the work of this Section.
2. Coordinate the installation of electrical items with the schedule for work of
other trades to prevent unnecessary delays in the total work.
3. Where lighting fixtures and other electrical items are shown in conflict with
locations of structural members and mechanical or other equipment, provide
required supports and wiring to clear the encroachment.
B. Data indicated and on the Drawings and in these Specifications are as exact as
could be secured, but their absolute accuracy is not warranted. The exact
locations, distances, levels, and other conditions will be governed by actual
construction and the Drawings and Specifications should be used only for
guidance in such regard.
3.3 INSTALLATION OF CONDUCTORS
A. The number of wires in a conduit run shall be in compliance with the NEC.
1. Where wire size is not shown, install No. 12 conductors.
2. Where conduit size is not shown, Install 1/2' conduit.
3. Provide code -sized conduit for number and size wires shown or required,
unless a larger size conduit Is shown on the Drawings.
B. Use identified (white) neutrals and color -coded phase wires for all branch circuit
wiring.
1. Make splices electrically and mechanically secure with pressure -type
connectors, or by soldering.
a. For wires size 6 AWG and smaller, provide "Scotchlock" connectors.
b. For wire size 4 AWG and larger, provide Bumdy 'Versitops" and heavy-duty
connectors, or T & B 'LockTite" connectors.
C. Tape all joints with rubber tape 1 1 /2' times the thickness of the conductor
insulation, then cover with the friction tape or the vinyl-lastic electrical tape
specified above.
D. Run all feeders their entire length in continuous pieces without joints or splices, in
so far as practical. Make joints in branch circuits only where circuits divide as
shown on the drawings. Such joints shall consist of one through circuit to which
shall be spliced the tap circuit.
16400- 4 Michael T. Martin, A.I.A.
City of Lubbock
E Wire Pulling:
1. Provide suitable Installation equipment for pulling conductors into raceways
or conduits. Use ropes of polyethylene nylon or other suitable materials 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.
2. Pull no conductors into conduit until all work of a nature which may cause injury
to conductors Is completed.
3. Use UL listed cable pulling compound where necessary.
F. Equipment Connections:
1. Provide feeders and branch circuits, necessary J-boxes and supplementary
materials. Rough -in, make final connections, and test all motors, starting
equipment, electrical auxiliary and accessories furnished by others.
2. Code -required disconnect shown or not shown and disconnect shown on
plans shall be furnished by this Contractor.
3.4 SERVICE AND EQUIPMENT GROUNDING
A. Provide adequate and permanent service neutral and equipment grounding in
accordance with the NEC, and subject to the following additional requirements:
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 without
joint or splice to the main water service pipe and connect it thereto with an
approved bolted pressured clamp. Clean all contact services thoroughly
before connection, to assure good metal to metal contact.
C. Where a dielectric fisting occurs on water main, connect the grounding
conductor to the street side of the fitting. Bond the conduit to the grounding
conductor at each end. Supplement the water pipe ground with an additional
electrode which shall be 10 feet long x 3/4" diameter copperclad steel ground
rot. Attach the electrode to the water pipe and to the service/equipment
grounding conductor.
3.5 GROUNDING RACEWAYS
A. Assure the electrical continuity of all metallic raceway systems, pulling up all
conduits and/or locknuts wrench tight. Where expansion joints or telescoping
joints occur, provide a green -insulated grounding jumper installed in the flexible
conduit. Install a separate green -insulated conductor in each non-metallic
conduit.
B. Provide grounding bushings on all raceways terminating within panelboards,
cabinets, and all other enclosures. Provide grounding conductors from such
bushings to the frame of the enclosure and to the ground bus or equipment
grounding strap.
3.6 INSTALLATION OF RACEWAYS AND FITTINGS
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. Where conduit is installed concealed in walls or above the ceiling, or exposed in
work areas, provide rigid galvanized conduit or electrical metallic tubing with
compresssion type fittings.
1. Paint or wrap elbows.
-- 2. Seal joints to prevent entrance of water.
3. Provide ground wire of proper size.
4. Use nylon (rather than steep fish tape.
16400- 5 Michael T. Martin, A.I.A.
City of Lubbock
C. Use flexible conduit only for short motor connections, or where subject to
vibration.
D. Provide necessary sleeves and chases where conduits pass through floor sand
walls, and provide other necessary openings and spaces, arranging for in proper
time to prevent unnecessary cutting in connection with the work. Perform cutting
and patching in accordance with the provisions for the original work.
E Where conduit is exposed, run parallel to or at right angle with lines of the
building.
1. Make bends with standard conduit elbows or conduit bent to not less than
the same radius.
2. Make bends free from dents and flattening.
F. Securely and rigidly support conduits throughout the Work.
G. Joining rigid conduits: join with threaded couplings. Ream out all conduit end
after threading. Secure rigid conduits at panel boxes, junction boxes, pool
boxes, support boxes, or sheet metal outlet boxes by galvanized lock nuts Inside
and outside, with insulated bushing inside. Unthreaded set screw type couplings
or connectors are not acceptable in rigid conduff systems. No running threads
Mall be used anywhere in conduit systems.
3.7 INSTALLATION OF DEVICES
A. Installation:
1. Devices and plates shall be installed only after all painting is completed and
shall be protected from abuse.
2. Install dimmer controls as indicated on the Drawings.
3.8 TESTING AND INSPECTION
A. Provide personnel and equipment, make required tests, and secure required
approvals from the Architect and governmental agencies having jurisdiction.
B. In the Architect's presence:
1. Test all parts of the electrical system and prove that all such items provided
under this Section function electrically in the required manner.
3.9 PROJECT COMPLETION
A. Upon completion of the work of this section, thoroughly clean all exposed
portions of the electrical Installation, removing all traces of soil, labels, grease, oil,
and other foreign material, and using only the type cleaner recommended by
the manufacturer of the item being cleaned.
END OF SECTION
164aa- 6 Michael T. Martin, A.I.A.
SPECIAL CONDITIONS
-44-
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
P.O. Box 2000
-- Lubbock, Texas 79457
BOB-7B7-21 B7
August 13, 1991
WARDROUP & ASSOICATES
4408 BROWNFIELD DRIVE
ATTN: WALLACE C. WARDROUP
LUBBOCK TX 79410
SUBJECT: Landwer Party House Renovation
Office of
Purchasing
The City of Lubbock, having considered the proposals submitted and
opened on the 18th day of July, 1991, for work to be done and materials
to be furnished in and for:
City of Lubbock Bid # 11431
LANDWER PARTY HOUSE RENOVATION
as set forth in detail in the Specifications, Plans, and Contract
Documents for such work for the City of Lubbock; it appearing that your
proposal is fair, equitable and to the best interest of said City,
please take notice that said proposal was accepted by the City Council
of the City of Lubbock on the August 8, 1991, at the bid price contained
therein, subject to the execution of and furnishing of all other
documents specified and required to be executed and furnished under the
contract documents. It will be necessary for you to execute and furnish
to the City of Lubbock all such documents within ten (10) days from your
receipt of this Notice.
The five percent (5%) bid security, submitted with your proposal,
will be returned upon the execution of such contract documents and bonds
within the above specified ten (10) day period. In the event you should
-- fail to execute and furnish such contract documents and bonds within the
time limit specified, said bid security will be retained by the City of
Lubbock.
CITY OF LUBBOCK
Gene Eads, C.P.M.
Purchasing Manager
(THIS PAGE LEFT BLANK INTENTIONALLY)