Loading...
HomeMy WebLinkAboutResolution - 2008-R0045 - Contract- Minnix Commercial Construction Inc.- Municipal Square IT Computer Room - 02_14_2008 (2)Resolution No. 2008-R0045 February 14, 2008 Item No. 5.18 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock and Minnix Commercial Construction, Inc., of Lubbock, Texas, for Municipal Square I.T. Computer. Room renovations per RFP 08-708-13M, which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 14th day of February , 2008. ATTEST; eb,&ca Garza, City Secretary APPROVED AS ID rCO Scott Snider Assistant City Manager/Community FORM: f- Don Vandiver, Attorney of DDres/M innixCommConst-CamputerRm08CanRes January 30, 2008 ces DAVID A. M LLER, MAYOR CITV OF LUBBOCK SPECIFICATIONS FOR WNICIPAL SQUARE [, T. COM PUTT E R ROOM RENOVATIONS RFP # 08-708-BM Contract # 8295 Ptars 8t Spocifications may be obtained from THE REPRODUCTION COMPANY htfj?:&R:,therepMductioncompany.com/ Phone: (806) 763-7770 "-A City of Pfanned Progress " CITY 4F LUBBOCK Lubbock, Texas Page Intentionally Left Blank CITY OF LUBBOCK REQUEST FOR PROPOSALS FOR TITLE: MUNICIPAL SQUARE I.T. COMPUTER ROOM RENOVATIONS ADDRESS: LUBBOCK, TEXAS RFP NUMBER: 08-708-BM PROJECT NUMBER: 90389 / 91151 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Page Intentionally Left Blank City of Lubbock, TX Public Works Contracting Office Contractor Checklist for RFP # 08-708-BM Before submitting your proposal, please ensure you have completed and included the following: 1. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in - your submittal. 2. Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 4. Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late proposals will not be accepted. 5. Complete and submit the "Contractor's Statement of Qualifications". 6. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. 8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING: 1. Complete and submit the List of Sub -Contractors. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING . E DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE '_J INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. (Type or Print Company Name) Paae Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL — (must be submitted by published due date & time) 4-1. LUMP SUM PROPOSAL SUBMITTAL FORM 4-2. PROPOSAL BOND WITH POWER OF ATTORNEY OR CERTIFIED/CASHIER'S CHECK 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-4. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-5. SAFETY RECORD QUESTIONNAIRE 4-6. SUSPENSION AND DEBARMENT CERTIFICATION 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when proposals are due) 5-1. LIST OF SUBCONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. CURRENT WAGE DETERMINATIONS 12. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP #08-708-BM Sealed proposals addressed to Bruce MacNair, Public Works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Public Works Contracting Officer, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on January 9, 2008, or as changed by the issuance of formal addenda to all plan holders, to furnish all labor and materials and perform all work for the construction of the following described project: "MUNICIPAL SQUARE I.T. COMPUTER ROOM RENOVATIONS" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Public Works Contracting Officer for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 1:00 P.M. on January 9, 2008, and the City of Lubbock City Council will consider the proposals on January 24, 2008, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Ratinu of "A" or better. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and. -execute all necessary bonds (if required) within ten -(10) business days after notice of award of the contract to him. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's 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 proposal submitted. There will be a non -mandatory pre -proposal conference on December 18, 2007 at 10:00 A.M., in the Information Technolou Conference Room at 916 Texas Avenue, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thereproductioncomr)anv.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made payable to The City of Lubbock, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Public Works Contracting Officer of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors 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 offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK 6-1�C�G e" % I& BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish MUNICIPAL SQUARE I.T. COMPUTER ROOM RENOVATIONS per the attached specifications and contract documents. Sealed proposals will be received no later than 1:00 P.M. CST, January 9, 2008 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP # 08-708-BM, MUNICIPAL SQUARE I.T. COMPUTER ROOM RENOVATIONS" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Bruce MacNair, Public Works contracting Officer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 — 1.1 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX PROPOSALS. - 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- mandatory pre-oronosal meeting will be held at 10:00 A.M.. December 18. 2007 in the Information Technoloey Conference Room at 916 Texas Avenue, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at http:r'/www.RFPdepot.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most up blic libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the proposer, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works 1 Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdel2ot.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the _ proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Public Works Contracting Officer and a clarification obtained before the proposals are received, and if no such notice is received by the Public Works Contracting Officer prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Public Works Contracting Officer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 2 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether aparticular portion of your proposal is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your proposal that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire proposal CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of - local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Offerors. 3 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER City of Lubbock Public Works Contracting Office 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 or 806-767-2275 Email: bmacnair a iylubbock.us RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 1 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED EIGHTY (180) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 4 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying _ with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory prof ect. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or 5 not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to ` require of a proposer the following information: �- (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures 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. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be pennitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 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. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE ,CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 .LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 7 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on 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. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by- a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in- a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Proposer's name 28.3.2 Proposal for (description of the project). 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: - (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. 32 33 (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. BASIS OF PROPOSALS AND SELECTION CRITERIA The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: 32.1 40% Price. 32.2 40% Contractor qualifications. Complete and submit the "Contractor's Statement of Qualifications". City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. 32.3 10% Safety Record Questionnaire. 32.4 10% Construction time. The estimated budget for the construction phase of this project is 350 000. Proposals shall be made using the enclosed Proposal Form. SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. a 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY - SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. I Page Intentionally Left Blank TEXAS LOCAL GOVERNMENT CODE � 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS 1 Ll Page Intentionally Left Blank § 271.116. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS. (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (b) The governmental entity shall select or designate an engineer or architect to prepare _ construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL Page Intentionally Left Blank PROPOSAL SUBMITTAL LUMP SUM PROPOSAL CONTRACT DATE:- January'9, 2008' PROJECT NUMBER: # 08-708-BM -- MUNICIPAL SQUARE I.T. COMPUTER ROOM RENOVATIONS Proposal of M i nn i x Commercial Partners, LTD. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a MUNICIPAL SOUARE I.T. COMPUTER ROOM RENOVATIONS having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. SEv��✓ MATERIALS: 'r � i � � E i�—��3 '� YklL2tlf�A�O ($ 23 b h=vD ) {. b .hljE (��s!NCzRKCL,`TY T1�1 F .1L ��}11F1>ZQC�2 ($��3 , ZO�� SERVICES: ) TOTAL PROPOSAL: FWA. JALip`012F_17 nian►-[NausAN 14eyeu anin W ($ v (Amount shall•be shown in both words and numerals. In case of discrepancy, the amount shown Id words shall govern.) Offeror hereby agrees to commence the work on the above project -on a date to be specified in a written "Notice to - Proceed" of the Owner and to substantially complete the project within ( /Yo ) # Days Completed by Contractor ( D i /'6 4L,u 16 J C 5 � �v Ha X s ) (Written Days Completed by Contractor) days thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of S 250 (TWO HUNDRED FIFTY DOLLARS) for each consecutive -calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. Offeror's Initials 1 The undersigned Offeror hereby -declares that he has visited the site of the work and has carefully_ examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as pfovided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or P certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond:from a reliable surety company, ..payable withbut recourse to the. order.of the City.of Lubbock in an amount'not.less- than five percent (5%) of the total amount of -the proposal submitted as a.guarantee thaf offeror will enter into'a dontract,.'obtain.all- required insurance policies, and execute all necessary bonds (if required) within ten" (10) days after notice of award of the contract to him. Enclosed with this proposal is it Cashier's Check or Certified Check 'for Dollars (S ) or a Bid/Proposal Bond in the sum of i v c r7e�C <-✓ 7— Dollars ($ S y� ), which It is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within � ten (10)' business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. 'Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error In the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE -PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Sea] if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. �_ Date Addenda No. Date Addenda No. Date Addenda No. Date Date:,January 9 2008 u rized Signature Jerry Smfth, Managing Partner (Printed or Typed Name) Minnix Commercial Partners, LTD. Company 12302 Slide Road Address Lubbock Lubbock City, County Texas 79424 State Zipp Code Telephone: 806 _ 798-7335 Fax: 806 --7 - FEDERAL TAX ID or SOCIAL SECURITY No. 20-1329184 NL YW BE Firm: F Woman Black Amerim Native American Nia��ir. AmrrirnnI Asian Pacific American Other (Soecifv) CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS RFP # 08-708-BM MUNICIPAL SQUARE LT. COMPUTER ROOM RENOVATIONS Candidates must complete each of the following item&in order to be considered. 1.. FIRM NAME: Minnix Commer.cialPartners,. LTD. -2. BUSINESS ADDRESS; 12302 Slide Road. Lubbock, Texas 79424 _., 3. TELEPHONE, WITH AREA CODE: 806-798-7335 FAX, WITH AREA CODE: 806-798-9761 -' EMAIL ADDRESS: jerry@minnixcompanies.com INTERNET URL ADDRESS: 4. TYPE OF ORGANIZATION: (CHECK ONE) a. SOLE PROPRIETORSHIP ( ) b. PARTNERSHIP (X ) c. CORPORATION ( ) d. JOINT VENTURE ( ) 5. PRINCIPALS (P) AND ASSOCIATES (A): - (WRIT.E ".P" OR W FOR EACH) DEGREE OR NA1V1E P/A CERTIFICATE INSTITUTION a. Timothy J. Minnix P b. Constance E. Minnix P C. d. e. 3 i CITY OF LUBBOCK ` •l CONTRACTOR'S STATEMENT OF QUALIFICATIONS CONTINUED 6. LIST 5 MAJOR PROJECTS WITHIN THE PAST THREE YEARS THAT ILLUSTRATE YOUR EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S. " PROJECT OWNER YEAR COST Keller Williams Nov.05-March 06 a. New Office Remodel Keller Williams Realty_ $280,000.00 Lubbock Business Center Oct.06-JanO7 b. Renovations -Phase 2 City of Lubbock $181,94.00 Shapes Classroom South Plains Community March -Jul yy 07 C. Renovations Actt6n Association $Z99,000.00 Scarbo ou h Building Children's Home of Jan -June 05 1250,??0.00 d. Renovafio� Lubbock - Lubbock County Elections Lubbock County ct-9=Ms�rch 86 e. Office Addition Commissioners $168,000.00 7. REFERENCES: (INCLUDE AT LEAST THREE REFERENCES FROM THREE PROJECTS SIMILAR TO THE ONE FOR WHICH YOU ARE COWETING) NAME RELATIONSHIP PHONE NUMBER' a. Debbie Frapp, Manager Keller Williams 771-7710 Con ray Design Group, Inc. b. Pete Velde Architect 748-6190 Chapman Harvey Architects C. Abel Hernandez Architect 749-1153 SUBMITTED BY: Signature: Date:. (--*" 3anuary 9, 2008 Printed Name: Jerry Smith Title: Managing Partner Firm Name: Minnix Commercial Partners, LTD. Tel#: 806-798-7335 Address: 12302 S1 i de Road City: Lubbock State: Texas Zip: 79424 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror -and Agent Must be submitted within TWO BUSINESS DAYS after Proposals are due. Ii- the -undersigned Offeror, certify: that the insurance requiretne'nts contained in this proposal document have been reviewed by.me'with the below.'ideritified Insurance-Agent/Broker. If I'am awarded this. contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Jerry Smith eltrp6r (Sig uatur Contractor (Print) CONTRACTOR'S FIRM NAME: Minnix Commercial .Partners, LTD. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 12302 Slide Road Lubbock, Texas 79424 { Nam`e; of Agent/Broker: Agent / Broker (Signature) Address of Agent/Broker. 3 �� City/State/Zip: Agent/Broker Telephone Number: Date: / ' ,J " G, «P NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Officer for the City of Lubbock at (806) 775-2163. PROPOSAL #08-708-BM — MUNICIPPAL SQUARE I.T. COMPUTER ROOM RENOVATIONS SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section ' 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and -criteria.for accurately determining the-sa&ty record of-Ji'proposer.prior. to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence Involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) front an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNACC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife.Depai tment (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for exiforcing environmental protection or' worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals 'on City contracts, City of Lubbock requires that offerors iinswer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES X NO. If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location bf establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 0--_-Offieror's Initials QUESTION TWO Has the offeror, orthe firm, corporation, partnership, or institution represented by the pfferor$ or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of ehforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed,- pending. criminal complaints, indictments, or convictions, administrative orders, draft orders,:final orders, and judicial`final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO . X If the offeror has indicated YES 'for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, iri any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that 1 have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any mis7na tations or omissions may cause my proposal to be rejected. Jerry -Smith e Managing Partner Title Commercial Construction Design/Build Commercial Remodeling Construction Management, Multi -Family Residential ///tV\ MINNIX COMMIAC1AL SAFETY RECORD QUESTIONNAIRE QUESTION ONE Minnix Commercial Partners, Ltd. was issued a Citation and Notification of Penalty on 04/07/2006. The citation was issued for a project at 2120 50th Street, Lubbock, Tx 79412. The category of offense involved the masonry subcontractor with scaffold violations. All offenses were corrected immediately and a $2,925.00 penalty assessed to Minnix Commercial Partners, Ltd. Minnix Commercial Partners, Ltd. was issued a Citation and Notification of Penalty on 04/08/2006. The citation was issued for a project at 6015 82nd Street, Lubbock, Tx 79424. The category of offense involved subcontractor tie -off and scaffold violations. All offenses were corrected immediately and an $875.00 penalty assessed to Minnix Commercial Partners, Ltd. Post Office Box 64895 - Lubbock, Texas 79464.806-798-7335 Office - 806-722-3087 Fax email: mxcomm@minnixcompanies.com , wwwminni'xcompanws.com SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-1 10) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000' and all non -procurement transactions (e.g., sub -awards to sub -recipients). 4. Contractors receiving individual awards of $25,000 or-more'and all sub-rdbipierits must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned ,agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Minnix Commercial Partners, LTD. FEDERAL TAX ID or SOCIAL SECUVTTY No. 20-13291.84 Signature of Company Official: Printed name of company official signin above: Jerry Smith, Managing Partner Date Signed: January 9, 2008 POST -CLOSING DOCUMENT REQUIREMENTS The below -listed documents must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when proposals are due. LIST OF SUBCONTRACTORS Page Intentionally Left Blank I LIST OF SUBCONTRACTORS Company Name and City Minority Owned Yes No 1.. n�M� — u►����1�x ❑ )W 2. doe s }tl'S — N l�L rz E 1 ❑ fC 3. DRYWALL iCE11_INCS — McDEA_gt h t ❑ � 4. Fl-naRIN F u V 62AAAD1 ❑ 5. P_AaTJsa — LQXA F-AI UTINJ4 6. Rouag CARE04 IZI — tAtILMlX ❑ 7. N VA C -- A RW,s7.R W4 M Ems-! ❑ tR 8. PLu M �1 -- A�1�T R� �1�� A� ALA ❑ . 9• ELP-icl lc-AL..ARrckL ❑ 10. ❑ • ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ •❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE GENERAL CONDITIONS PERFORMANCE BOND Page Intentionally Left Blank Bond No. 5-905 2313 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Minnix Commercial Partners, Ltd. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Washington International Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of wnrhhngdr�dg nty,ope&th8yTfiBd, Dollars ($421,245.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, - 3 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 14 thday of February , 2008 , to Municipal Square I. T. Computer Room Renovations and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 18th day of February , 20 08. Washington Internationq nsura ce Company Surety *By: (Title)Kevin J Dunn, Attorney -In -Fact Minnix Commercial Partners, Ltd. (Company Name) By: J ��L � s /% (P ' d Name) e) (Title) I The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Washington International Insurance Company Surety *By. Title) Kevin J. Dunn, Attorney —In —Fact Approved as to Form City of Lubbock By: City Allorney * 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. i 2 i NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY ,i WASH NGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under rp g g laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin J. Dunn, Cara D. Hancock and Harold D. Binggeli jointly or severally Its true arid -lawful Attomey(s)-in-Fact;to make, -execute, -seal and deliver, for and -on -its behalf and as its -act and deed, -bonds, or -other writings -- obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington Intemational Insurance Company at meetings duly called and held on the 24's of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." BY �c�e y - ' a �? • 5(AL • n = Steven P. Anderson, President & ciderExecutive officer orWashington International Insurance Company & �S�IIaG P = sass i7�, 19 3 (ui m' Vice President of North American Specialty Insurance Company p . 3�d °.js to o°zsAL mom �� y •.HgyP9,:. a� �O By `-J David M. Lyman, Vice President of waihington International Insurance Company & Vice President of North American Specialty In,mmoce Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 9th day of August , 2005 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page SS' On this 9th day of August 20 05 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington Intemational Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "157PPtML SlvAV SUSAN ANSEL Srotad�ts Susan Ansel, Notary Public iAyComnissiatt 51pit8s7 I, James A. Carpenter , the duly elected Assistant ecreettaa1y of North American Specialty insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 18 tIday of February 20 08 James A. Carpenter, Vice President & Assistant Secretary or Washington International insurance Company & North American Specialty insurance Company PAYMENT BOND Pate Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, thatMinnix Commercial Partners,(hereinafter called the Principal(s), Ltd. as Principal(s), and Washington International Insruance Company (hereinafter called the Sure%s), as Surety(Q, are held and firmly bound unto the City of Lubbock (hereinafter called the our hundre twent one th sand Obligee), in the amount of tcao_hundred f�rt�ive 08�}? 1Ji( Dollars ($ 421, 245.00� lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14 th day of February ,20_0$to Municipal Square I. T. Computer Room Renovations and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 18th day of February 2008. Washi Surety *By: ton International a nsurance Company , Attorney -In -Fact Minnix Commercial Partners, Ltd. (Company Name) By: ;Tcern ��' & (P - d Name) e) (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Washington International) Insurance Comb Surety (Title) Kevin J Dunn, Attorney —In —Facts -- Approved as to form: City gf L bbock By:ItAk, /I �(-'3 'w C Attorne * 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. NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Kevin J. Dunn, Cara D. Hancock and Harold D. Binggeli jointly or severally - --Its true and -lawful Attomey(s)-in-Fact, w make;-execut",eat and deliver' -for and -on -its behalf and asits-act and deed, bonds orotherwritings -- obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by J law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimilc under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24's of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." s''igry% x= By SEAL = Steven P. Anderson, President &Chief Executive Officer of washiagton Interaadonal Insurance Company & I3 SEAL 3Wr,1� 'js tD79 AwiOor i Vim President of North Amerkan S a PeClal ryInsurance Com P AWOM � 3'"m.ti*attsN�r ByCiAl David K Isyman, Vice President or Washington International Insurance Company & Vice President of North American Spcclaltylosuraoce Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officals this 9th day of August 2005 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: On this 9th day of August 2001, , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. stet ANSEL Num Poft bue of Ilk ois Susan Ansel, Notary Public myCommbsiaa t4res7tfil1�Q6 I, James A. Carpenter , the duly elected A i tant ec eta of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Powcr of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 18tlaay of February 20 08 j� IJames A. Carpenter, Vice President & Assistant Secretary or Washington lntemational Imurance Company & L ...� North Ammimn Specialty Insurance Company - IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jim Carpenter, Vice President - Claims, at 1-800-338-0753. You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll -free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 1200 Arlington Heights Road #400 Itasca, IL 60143 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1- 800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104. Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Co nsumerP rotection(-,tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter un queja: Puede comunicarse con Jim Carpenter, Vice President - Claims, al 1-800-338-0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1200 Arlington Heights Road #400 Itasca, IL 60143 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1- 800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 'Web: http://www.tdi.state.tx.us E-mail: ConsumerP rotection(a,tdi.state.tx. us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. CERTIFICATE OF INSURANCE PaEe Intentionally Left Blank 2/29/2000 9:11 AM FROM: Fax DAVID TATE INSURANCE AGENCY, LLP TO: 7752164 PAGE: UV1 Ub vvc ' ACORD,CERTIFICATE OF LIABILITY INSURANCE DATE 2/20/2008 IPRODUCER Milton O. Johnston and Company, Ltd. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 680105 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston TX 772680105 INSURERS AFFORDING COVERAGE NAIC # INSURED Minnix Commercial Partners, Ltd INSURER A: UNIVERSAL CASUALTY COMPANY INSURER B: Box 64895 INSURER C: Lubbock TX 79464 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TRW AIDUL TYPE Or INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION_LMNS LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY TXGL44809 08/28/2007 08/28/2008 EACH OCCURRENCE $ 1,000,000 PREMISES Ea oo 50,000Nccure $ CLAIMS MADE n OCCUR MED EXP (Any one person) $ 1,000 PERSONAL &ADV INJURY v $ 1,600,000 X '96 ISO Form GENERALAGGREGATE $ 2,000,000 GEN'L AGGREGATE LIM IT APPLIES PER: PRODUCTS-COMPIOP AGG $ 2,000,000 X POLICY PRO LOC AUTOMOBILE LIABILnY ANY AUTO - COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per parson) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Peraccldent) $ HIRED AUTOS NON-OVVNEDAUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: _ AGG EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE _ $ 3 $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND we sTATu- o R EMPLOYERS' LIABILnY ANY PROPRIETORIPARTNERIEXECUTIVE E.L. EACH ACCIDENT $ E.L.DISEASE - EA EMPLOYE $ OFFICERIMEMBEREXCLUDED7 Ryes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Commercial Building Contractor GL Policy has additional insured endorsement and waiver of subrogation endorsement 'Blanket as required per written Contract". The CGL Policy is Primary and Non -Contributory for the insured's operations per policy conditions, 30 day Notice of Cancellation except 10 days for non-payment, as per policy conditions. I CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Lubbock DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN BOX 2000 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Lubbock TX 79453 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 4. ACORD 25 (2001108) II) ACORD CORPORATION 1988 2/29/2008 9:11 AM FROM: Fax DA`1ID TATE INSURANCE AGENCY, LLP TO: 7752164 PAGE: 002 OF 002 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between th ;ssu 7g insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 2/28/2008 3:10 PM FROM: Fax DAVID TATE INSURANCE AGENCY, LLP TO: 7752164 FAUb: UU[ Ur wj ACORD,, CERTIFICATE OF LIABILITY INSURANCE 02/1M/2008 02/19/2008 °RODUCER (806) 794-1177 IDAVTD TATB aTSLTi2AD7CE AOB�iCY, LLP 5233 79TH LUBBOCK TX 79424— THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED 'MINNIX COMMMCIAL PARTNERS, LTD BOX 64895 [LUBBOCK TX 79464 — INSURER A: UNIVEu SAL CASUALTY INSURER B: TEXAS bAJTUAL INSURER C: GREAT AWRICAN INSURER D: UNION STANDARD INSURER E: rOVFROGFS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, IREQUIREMENT, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, IR LT LTR DD'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY DAT (MMfODIYY) POLICY EXPIRATION DATE (MMIDDIW) LIMITS A X GENERAL LIABILITY ACTUAL CERT. TO FOLLOW 08/28/2007 08/29/2009 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR FROM THE COMPANY / / / / j RENTED DAMAPREMISES PREMIEeoccurrence $ 50,000 MED EXP (Any oneperson) $ 1,000 PERSONAL &ADV INJURY $ 1,000,000 X BLANKET ADDITIONAL INS./WAIVER OF SOB. GENERAL AGGREGATE $ 2,000,000 1996 ISO FORM / / / / GEN'L AGGREGATE LIMIT APPLIES PER`. PRODUCTS - COMP/OP AGG $ 2,000,000 X POLICY PIECT LOG D AUTOMOBILE LIABILITY X ANY AUTO CAA4287294 08/28/2007 08/28/2008 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) '- .$ ALL OWNED AUTOS SCHEDULED AUTOS / / / / HIREDAUTOS NON.OWNEDAUTOS / / / / BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO / / / / OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY / / / / EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ _ $ DEDUCTIBLE / / / / $ RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE TSF1095348 01/01/2008 01/01/2009 T ySTA _ ER --- E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE$ _ 500,000 OFFICER/MEMBER EXCLUDED? It yes, de5cnbe under SPECIAL PROVISIONS below MODIFIER 1.00 / / / / E.L. DISEASE -POLICY LIMIT Is 500,000 C OTHER INLAND MARINE IBMS327361 05/11/2007 05/11/2008 25,000 LEASED EQUIPMENT DESCRIPTION OF OPERAT10NSA-OCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS BLANKET ADDITIONAL INSURED AND WAIVER OF SUBROGATION ON THE COMMERCIAL GENERAL LIABILITY BLANKET WAIVER OF SUBROGATION ON THE WORKERS COMPENSATION AND GENERAL LIABILITY. BLANKET ADDITIONAL INSURED ON COMMERCIAL GENERAL LIABILITY SUBJECT TO WRITTEN CONTRACT. PRIMARY AND NON CONTRIBUTORY ADDITIONAL INSURED SUBJECT TO TERMS AND CONDITIONS OF SECTION IP OF GENERAL CONDITIONS. **computer rom renovations*** {.GR I IPWA 1 C MULUCR - %.AIVL.CLLA 1IUIV SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED f0 THE LEFT, BUT CITY OF LUBBOCK FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE BOX 2000 INSURER ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE LUBBOCK, TX 79453— 1-; AACORD25(2001/08) 1"6 - INS025 (oioa) o5 �'I ELECTRONIC LASER FORMS, INC. - (800)327-0545 ©ACORD CORPORATION 1988 Page 1 of 2 2/28/2006 3:16 PM FROM: Fax DAVID TATE INSURANCE AGENCY, LLP T0: 7752164 PAGE: 003 OF 003 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/OS) VJ INS025 (oioa)m Page 2 of 2 CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing. coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. REQUIRED WORKERS' COMPENSATION COVERAGE I "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal - requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the proj ect; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. - CONTRACT Page Intentionally Deft Blank rorrtmerccrt Construction C>'ssign; Bui&d Ccanmsroal Remodeling Comtfumm is . nnm+ert M.uftifamdy Residemiat MI N N i COMMERCIAL January 22, 2007 City of Lubbock 1625 lath Street Lubbock, Texas 79401 Re: RFP #08-708-13M MUNICIPAL SQUARE I.T. COMPUTER ROOM RENOVATIONS Attn: George Lisenbe George, Below is a list of items we can provide deductions through value engineering or price reductions for the above project: 1. Locate A/C unit to ground level $ 1,150.00 2. Change lighting package 2,282.00 3. New price for doors and hardware 1,023.00 4. New price for alarm and fire suppression system 5,000.00 Total Deduction (S 9,455.00) Please give me a call if you have any questions. Thank you, t{nnix Commercial + Smith !� g ing Partner Pest Office 13ux 64865 - Lubbock, Texas 79464• 806-798 7335 Office, &`36.7}1 3087 Fax email. •unArw.minnixconpank:s.cam CONTRACT # 8295 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 14'h day of February 2008, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and MINNIX COMMERCIAL PARTNERS LTD. of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL # 08-708-BM - MUNICIPAL SQUARE I.T. COMPUTER ROOM RENOVATIONS - $421,245 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. MINNIX COMMERCIAL PARTNERS, LTD.'s proposal dated JANUARY 9,2008, is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: COMPLETE ADDRESS: Company /,y jf ,el �l7'%J. Address ,3 =5 9 City, State, Zip 1uPgoc1c.-Fl--' S 7Qy 2 y ATTEST: Corporate Secretary CITY OF LUBBOC , T XAS (OWNER): MAYOR ATTEST: City Se)retary APPROVED AS TO CONTENT: v IA,A. 004tf-� Owner's Representative Dire1-tor •V GENERAL CONDITIONS OF THE AGREEMENT PaL-e Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT l . OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit MINNIX COMMERCIAL PARTNERS, LTD. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative WESLEY EVERETT DIRECTOR OF FACILITIES MANAGEMENT, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The tern Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, € " equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. t- All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to pennit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra con, pensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed.. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 2 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to- any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and iocaiion of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. .� 3 i Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. I 18, CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the perfornlance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such than or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the - Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall snake necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in confonnity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND AL,TF,RATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the.direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of - the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work conunences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. :Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. -., PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF I,UBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION 1N FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM TIIE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, 1222,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 500 000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and G (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;. (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. " (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured l at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: 10 (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage : period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (t) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (wrvw.tdi.state.tr.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 11 29 30. (iii) include in all contracts to provide services on the project the following language: ! "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will _. provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known; of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of 12 this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract- documents. 13 e If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 (TWO HUNDRED FIFTY DOLLARS) PER CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in 14 securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are . i expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's µ Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS 15 On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion; the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conforni to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such conderned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 16 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. - After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the - Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will _ ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the __-_- - contract documents, then file vwncr riiay cxGr-cise any arid a�� iciii�ures avar,a e to -it pursuant to yaw, Contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and -- supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time 17 t_ become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. Incase such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that rernain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 18 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the - � City, without the written consent of the Owner's Representative. IL Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least ' twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If N the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, - disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and,"or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other -- petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Scller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the hill amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 20 CURRENT WAGE (DETERMINATIONS Page Intenteonalll Left Blank RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter-Joumey Fire Sprinkler Fitter -Apprentice 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 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaternian' 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 Page Intentionally Left Blank SPECIFICATIONS CITY OF LUBBOCK IT RENOVATION SPECIFICATIONS PREPARED BY: WITHERSPOON ARCHITECTURE 8-31-07__ Pa ivision Section Title DIVISION 1- GENERAL REQUIREMENTS 01731 CUTTING AND PATCHING 5 01732 SELECTIVE DEMOLITION i 6 DIVISION 7 - TFIERMAL AND MOISTURE PROTECTION 07841 THROUGH -PENETRATION FIRESTOP SYSTEMS 4 07842 FIRE -RESISTIVE JOINT SYSTEMS 5 07920 JOINT SEALANTS 7 _, DIMION 8 - DOORS AND WINDOWS 08110 STEEL DOORS AND FRAMES 6 08211 FLUSH WOOD DOORS 3 08710 FINISH HARDWARE 8 DIVISION 9 - FINISHES 09111 NON -LOAD -BARING STEEL FRAMING 5 09250 GYPSUM BOARD 5 09511 ACOUSTICAL PANEL CEILINGS 4 09651 RESILIENT FLOOR TILE 3 - 096653 RESILIENT WALL BASE AND ACCESSORIES 4 096680 CARPET 3 0"00 PAINTING 5 DIVISION 10 - SP19CIALTm 10265 IMPACT -RESISTANT WALL PROTECTION- 3 ltl� CITY OF LUBBOCK IT RENOVATION 01731 CUTTING AND PATCHING I PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes procedural requirements for cutting and patching. B. Related Sections include the following: 1. Division I Section "Selective Demolition" for demolition of selected portions of the building. 2. Divisions 2 through 16 Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. 3. Division 7 Section "Through -Penetration Firestop Systems" for patching fire -rated construction. 1.3 DEFINITIONS A. Cutting: Removal of in -place construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 1.4 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures at least 10 days before the time cutting and patching will be performed, requesting approval to proceed. Include the following information: 1. Extent: Describe cutting and patching, show how they will be performed, and indicate why they cannot be avoided. 2. Changes to In -Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building's appearance and other significant visual elements. 3. Products: List products to be used and firms or entities that will perform the Work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utility Services and Mechanical/Electrical Systems: List services/systems that cutting and patching procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted. 01731 - 1 CITY OF LUBBOCK IT RENOVATION 01731 CUTTING AND PATCHING 6. Structural Elements: Where cutting and patching involve adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with original structure. 1.5 QUALITY ASSURANCE A. Structural Elements: Do not cut and patch structural elements in a manner that could change their load -carrying capacity or load -deflection ratio. B. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. Operating elements include the following: 1. Primary operational systems and equipment. 2. Air or smoke barriers. 3. Fire -suppression systems. 4. Mechanical systems piping and ducts. 5. Control systems. 6. Communication systems. 7. Conveying systems. 8. Electrical wiring systems. 9. ,Operating systems of special construction in Division 13 Sections. C. Miscellaneous Elements: Do not cut and patch miscellaneous elements or related components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. Miscellaneous elements include the following: 1. Water, moisture, or vapor barriers. 2. Membranes and flashings. 3. Exterior curtain -wall construction. 4. Equipment supports. 5. Piping, ductwork, vessels, and equipment. 6. Noise- and vibration -control elements and systems. D. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. E. Cutting and Patching Conference: Before proceeding, meet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 01731 -2 I CITY OF LUBBOCK IT RENOVATION 01731 CUTTING AND PATCHING 1.6 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged r during cutting and patching operations, by methods and with materials so as not to void existing warranties. PART2-PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In -Place Materials: Use materials identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional perfonnance of in -place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with in -place finishes or pruners. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect in -place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 0173I - 3 CITY OF LUBBOCK IT RENOVATION 01731 CUTTING AND PATCHING 1. Cut in -place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Cutting: Cut in -place construction by sawing, drilling, breaking, chipping, grinding, and similar - operations, including excavation, using methods least likely to damage elements retained or adjoining construction. if possible, review proposed procedures with original Installer; comply with original Installer's written recorrunendations.. 1. In general, use hand or small power tools designed for sawing and grinding, not J hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover 7 openings when not in use. J 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. j 6. Proceed with patching after construction operations requiring cutting are complete. C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in -place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent sur aces. Ceilings: Patch, repair, or rehang in -place ceilings as necessary to provide an even -plane surface of uniform appearance. 01731 - 4 CITY OF LUBBOCK IT RENOVATION 01731 CUTTING AND PATCHING 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition. D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. END OF SECTION 01731 01731 - 5 CITY OF LUBBOCK IT RENOVATION 01732 SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Demolition and removal of selected portions of building or structure. B. Related Sections include the following: 1. Division 1 Section "Temporary Facilities and Controls" for temporary construction and environmental -protection measures for selective demolition operations. 2. Division 1 Section "Cutting and Patching" for cutting and patching procedures. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off -site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner. C. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. IA MATERIALS OWNERSHIP 1.5 SUBMITTALS A. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's building manager's and other tenants' on -site operations are uninterruptea. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of elevator and stairs. 01732 - 1 i t 1 CITY OF LUBBOCK IT RENOVATION 01732 SELECTIVE DEMOLITION 5. Locations of proposed dust- and noise -control temporary partitions and means of egress, including for other tenants affected by selective demolition operations. 6. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. 7. Means of protection for items to remain and items in path of waste removal from building. t- 1.6 QUALITY ASSURANCE A. Demolition Firm Qualifications: An experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project. B. Refrigerant Recovery Technician Qualifications: Certified by an EPA -approved certification program. C. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. D. Standards: Comply with ANSI A10.6 and NFPA 241. E. Predemolition Conference: Conduct conference at Project site. Review methods and procedures related to selective demolition including, but not limited to, the following: 1. Inspect and discuss condition of construction to be selectively demolished. 2. Review structural load limitations of existing structure. 3. Review and finalize selective demolition schedule and verify availability of materials, demolition personnel, equipment, and facilities needed to make progress and avoid delays. 4. Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations. 5. Review areas where existing construction is to remain and requires protection. 1.7 PROJECT CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. I Iazardous materials have been removed by Owner under a separate contract. 01732 - 2 CITY OF LUBBOCK IT RENOVATION 01732 SELECTIVE DEMOLITION 2. If materials suspected of containing hazardous materials are encountered, do not disturb; _ immediately notify Architect and Owner. Owner will remove hazardous materials under a separate contract. E. Storage or sale of removed items or materials on -site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire -protection facilities in service during selective demolition operations. 1.8 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Engineer. E. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations. B. Service/System Requirements: Locate, identity, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. If services/systems are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary services/systems that bypass 01732 - 3 CITY OF LUBBOCK IT RENOVATION 01732 SELECTIVE DEMOLITION area of selective demolition and that maintain continuity of services/systems to other parts of building. 2. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing. Where entire wall is to be removed, existing services/systems may be removed with removal of the wall. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition - and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been removed. C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. Strengthen or add new supports when required during progress of selective demolition. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small nower tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 01732 - 4 CITY OF LUBBOCK IT RENOVATION 01732 SELECTIVE DEMOLITION 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain portable fire -suppression devices during fla►ne-cutting operations. 5. Maintain adequate ventilation when using cutting torches. 6. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and promptly dispose of off -site. 7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 8. Locate selective demolition equipment and remove debris and materials so as not to impose excessive Ioads on supporting walls, floors, or framing. 9. Dispose of demolished iterns and materials promptly. B. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Concrete: Demolish in sections. Cut concrete full depth at junctures with construction to remain and at regular intervals, using power -driven saw, then remove concrete between saw cuts. B. Masonry: Demolish in s►nall sections. Cut masonry at junctures with construction to remain, using power -driven saw, then remove masonry between saw cuts: C. Concrete Slabs -on -Grade: Saw -cut perimeter of area to be demolished, then break up and - remove. - D. Resilient Floor Coverings: Remove floor coverings and adhesive according to recommendations in RFCI-WP and its Addendum. Remove residual adhesive and prepare substrate for new floor coverings by one of the methods recommended by RFCI. 3.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved Iandfill. 1. Do not allow demolished materials to accumulate on -site. 2. Remove and transport debris in a mariner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. B. Burning: Do not bum demolished materials. 01732 - 5 CITY OF LUBBOCK IT RENOVATION 01732 SELECTIVE DEMOLITION C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.7 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 01732 01732-6 CITY OF LUBBOCK IT RENOVATION 07841 THROUGH -PENETRATION FIRESTOP SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes through -penetration firestop systems for penetrations through fire - resistance -rated constructions, including both empty openings and openings containing penetrating items. 1.2 PERFORMANCE REQUIREMENTS A. General: For penetrations through fire -resistance -rated constructions, including both empty openings and openings containing penetrating items, provide through -penetration firestop systems that are produced and installed to resist spread of fire according to requirements indicated, resist passage of smoke and other gases, and maintain original fire -resistance rating of construction penetrated. B. Rated Systems: Provide through -penetration firestop systems with the following ratings determined per ASTM E 814: 1. F-Rated Systems: Provide through -penetration firestop systems with F-ratings indicated, but not less than that equaling or exceeding fire -resistance rating of constructions penetrated. 2. T-Rated Systems: For the following conditions, provide through -penetration firestop systems with T-ratings indicated, as well as F-ratings, where systems protect penetrating items exposed to potential contact with adjacent materials in occupiable floor areas: a. Penetrations located outside wall cavities. b. Penetrations located outside fire -resistance -rated shaft enclosures. C. For through -penetration firestop systems exposed to view, traffic, moisture, and physical damage, provide products that, after curing, do not deteriorate when exposed to these conditions both during and after construction. 1. For piping penetrations for plumbing and wet -pipe sprinkler systems, provide moisture - resistant through -penetration firestop systems. 2. For floor penetrations with annular spaces exceeding 4 inches width and exposed to possible loading and traffic, provide firestop systems capable of supporting floor loads involved, either by installing floor plates or by other means. 3. For penetrations involving insulated piping, provide through -penetration firestop systems not requiring removal of insulation. D. For through -penetration firestop systems exposed to view, provide products with flame -spread and smoke -developed indexes of less than 25 and 450, respectively, as determined per ASTM E 84. 07841 I i CITY OF LUBBOCK IT RENOVATION 07841 THROUGH -PENETRATION FIRESTOP SYSTEMS 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For each through -penetration firestop system, submit documentation, including illustrations, from a qualified testing, and inspecting agency, showing each type of construction condition penetrated, relationships to adjoining construction, and type of penetrating item. Where Project conditions require modification to a qualified testing and inspecting agency's illustration for a particular through -penetration firestop condition, submit illustration, with modifications marked, approved by through -penetration firestop system manufacturer's fire -protection engineer as an engineering judgment or equivalent fire - resistance -rated assembly. 1.4 QUALITY ASSURANCE A. Installation Responsibility: Assign installation of through -penetration firestop systems and fire - resistive joint systems in Project to a single qualified installer. B. Fire -Test -Response Characteristics: Provide through -penetration firestop systems that comply with the following requirements and those specified in Part 1 "Performance Requirements" Article: 1. Firestopping tests are performed by a qualified testing and inspecting agency. A qualified testing and inspecting agency is UL, or another agency performing testing and follow-up inspection services for firestop systems acceptable to authorities having jurisdiction. 2. Through -penetration firestop systems are identical to those tested per testing standard referenced in "Part 1 Performance Requirements" Article. Provide rated systems bearing classification marking of qualified testing and inspecting agency. C. Coordinate construction of openings and penetrating items to ensure that through -penetration firestop systems are installed according to specified requirements. D. Do not cover up through -penetration firestop system installations that will become concealed behind other construction until each installation has been examined by building inspector, if required by authorities having jurisdiction. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, through -penetration firestop systems that may be incorporated into the Work include, but are not limited to, those systems indicated in the Through -Penetration Firestop System Schedule at the end of Part 3. that are produced by one of the following manufacturers: A/D Fire Protection Systems Inc. 07841 2 i _ CITY OF LUBBOCK IT RENOVATION 07841 THROUGH -PENETRATION FIRESTOP SYSTEMS 2. Grace, W. R. & Co. - Conn. 3. Hilti, Inc. 4. Johns Manville. 5. Nelson Firestop Products. 6. NUCO Inc. 7. RectorSeal Corporation (The). 8. Specified Technologies Inc. 9. 3M; Fire Protection Products Division. 10. Tremco; SealantfWeatherproofing Division. 11. USG Corporation. 2.2 FIRESTOPPING A. Compatibility: Provide through -penetration firestop systems that are compatible with one another; with the substrates forming openings; and with the items, if any, penetrating through - penetration firestop systems, under conditions of service and application, as demonstrated by through -penetration firestop system manufacturer based on testing and field experience. B. Accessories: Provide components for each through -penetration firestop system that are needed to install fill materials and to comply with Part 1 "Performance Requirements" Article. Use only components specified by through -penetration firestop system manufacturer and approved by qualified testing and inspecting agency for firestop systems indicated. PART 3 - EXECUTION 3.1 THROUGH -PENETRATION FIRESTOP SYSTEM INSTALLATION A. General: Install through -penetration firestop systems to comply with Part 1 "Performance Requirements" Article and with firestop system manufacturer's written installation instructions and published drawings for products and applications indicated. B. Install forming/damming/backing materials and other accessories of types required to support fill materials during their application and in the position needed to produce cross -sectional shapes and depths required to achieve fire ratings indicated. C. Install fill materials for firestop systems by proven techniques to produce the following results: 1. Fill voids and cavities formed by openings, forming materials, accessories, and penetrating items as required to achieve fire -resistance ratings indicated. 2. Apply materials so they contact and adhere to substrates formed by openings and penetrating items. 3. For fill materials that will remain exposed after completing Work, finish to produce smooth, uniform surfaces that are flush with adjoining finishes. 3.2 THROUGH -PENETRATION FIRESTOP SYSTEM SCHEDULE 07841 3 CITY OF LUBBOCK IT RENOVATION 07841 THROUGH -PENETRATION FIRESTOP SYSTEMS THROUGH -PENETRATION FIRESTOP SYSTEM SCHEDULE FIRESTOP SYSTEMS ARE LISTED USING THE ALPHA -ALPHA -NUMERIC IDENTIFICATION SYSTEM PUBLISHED IN UL'S FIRE RESISTANCE DIRECTORY UNDER PRODUCT CATEGORY XHEZ TYPE OF PENETRANT FLOOR PENETRATION SYSTEMS (FIRST ALPHA COMPONENT = C OR F) CONCRETE FLOORS WITH A CONCRETE MINIMUM FLOORS WITH A THICKNESS MINIMUM FRAMED LESS THAN OR THICKNESS FLOORS EQUAL TO 5 GREATER THAN INCHES (125 MM) 5 INCHES (125 MM) WALL PENETRATION SYSTEMS (FIRST ALPHA COMPONENT = C OR W) CONCRETE OR CONCRETE OR MASONRY MASONRY WALLS WITH A WALLS WITH A MINIMUM MINIMUM FRAMED THICKNESS THICKNESS WALLS LESS THAN OR GREATER EQUAL TO 8 THAN 8 INCHES (200 INCHES (200 NO PENETRATING C-AJ-0001-0999 or C-BJ-0001-0999 C-BJ-0001-6999, W-L-0001-0999 ITEMS F-A-0001-0999 or W-J-0001-0999 METALLIC PIPE, C-BJ-1001-1999, C-AJ-1001-1999, C-BK-1001-1999 CONDUIT, OR C-AJ-1001-1999 C-BK-1001-1999 F-C-1001-1999 C-BJ-1001-1999, or W-L-1001-1999 TUBING or F-A-1001-1999 or or W-K-1001-1999 F-B-1001-1999 W-J-1001-1999 NONMETALLIC C-BJ-2001-2999 C-AJ-2001-2999, PIPE, CONDUIT, C-AJ-2001-2999 or F-C-2001-2999 C-BJ-2001-2999, C-BK-2001-2999 W-L-2001-2999 OR TUBING or F-A-2001-2999 F-B-2001-2999 or W-J-2001-2999 C-BJ-3001-3999 C-AJ-3001-3999, ELECTRICAL C-AJ-3001-3999 or F-C-3001-3999 C-BJ-3001-3999, C-BK 3001-3999 W-L-3001-3999 CABLES or F-A-3001-3999 F-B-3001-3999 or W-J-3001-3999 CABLE TRAYS C-AJ-4001-4999, WITH C-AJ-4001-4999 C-BJ-4001-4999 C-BJ-4001-4999, W-K-4001-4999 W-L-4001-4999 ELECTRICAL or F-A-4001-4999 or CABLES W-J-4001-4999 C-AJ-5001-5999 C-AJ-5001-5999 INSULATED PIPES_ or F-A-5001-5999 C-BJ-5001-5999 F-C-5001-5999 or C-BK-5001-5999 W-L-5001-5999 W-J-5001-5999 MISCELLANEOUS C-AJ-6001-6999 ELECTRICAL or F-A-6001-6999 C-AJ-6001-6999 W-L-6001-6999 PENETRANTS MISCELLANEOUS C-AJ-7001-7999 MECHANICAL C-AJ-7001-7999 F-C-7001-7999 or W-L-7001-7999 PENETRANTS W-J-7001-7999 C-AJ-8001-8999, GROUPINGS OF C-AJ-8001-8999 C-BJ-8001-8999 F-C-8001-8999 C-BJ-8001-8999, W-L-8001-8999 PENETRATIONS or F-A-8001-8999 or W-J-8001-8999 For each location where a fire -resistance -rated floor or wall assembly is penetrated, provide a UL-classified through -penetration firestop sys- tem selected from the applicable UL number range listed above that complies with SECTION 07841 -THROUGHPENETRATION FIRESTOP SYSTEMS and is suitable for the penetration conditions indicated for the Project. END OF SECTION 07841 07841 4 i i CITY OF LUBBOCK IT RENOVATION 07842 7 FIRE -RESISTIVE JOINT SYSTEMS PART l - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply.to this Section. 1.2 SUMMARY A. This Section includes fire -resistive joint systems for the following: 1. Floor -to -wall joints. 2. IIead-of-wall joints. 3. Wall-to-wall joints. B. Related Sections include the following: - 1. Division 7 Section "Through -Penetration Firestop Systems" for systems installed in openings in walls and floors with and without penetrating items. 2. Division 7 Section "Joint Sealants" for non -fire -resistive joint sealants. 1.3 PERFORMANCE REQUIREMENTS A. General: Provide fire -resistive joint systems that are produced and installed to resist spread of fire according to requirements indicated, resist passage of smoke and other gases, and maintain original fire -resistance rating of assembly in which fire -resistive joint systems are installed. B. For fire -resistive systems exposed to view, provide products with flame -spread and smoke - developed indexes of less than 25 and 450, respectively, as determined per ASTM E 84. For exposed joints or joint systems provide sealants or covers suitable for painting. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For each fire -resistive joint system, show each kind of construction condition in which joints are installed; also show relationships to adjoining construction. Include fire - resistive joint system design designation of testing and inspecting agency acceptable to authorities having jurisdiction that demonstrates compliance with requirements for each condition indicated. 1. Submit documentation, including illustrations, from a qualified testing and inspecting agency that is applicable to each fire -resistive joint system configuration for construction and penetrating items. C. Product Certificates: For each type of tire -resistive joint system, signed by product manufacturer. 07842 1 i CITY OF LUBBOCK IT RENOVATION 07842 FIRE -RESISTIVE JOINT SYSTEMS D. . Qualification Data: For Installer. 1.5 QUALITY ASSURANCE A. Installation Responsibility: Assign installation of through -penetration firestop systems and fire - resistive joint systems in Project to a single qualified installer. B. Source Limitations: Obtain fire -resistive joint systems, for each kind of joint and construction condition indicated, through one source from a single manufacturer. C. Fire -Test -Response Characteristics: Provide fire -resistive joint systems that comply with the following requirements and those specified in Part l "Performance Requirements" Article: 1. Fire -resistance tests are performed by a qualified testing and inspecting agency. A qualified testing and inspecting agency is UL or another agency performing testing and follow-up inspection services for fire -resistive joint systems acceptable to authorities having jurisdiction. 2. Fire -resistive joint systems are identical to those tested per methods indicated in Part 1 "Performance Requirements" Article and comply with the following: a. Fire -resistive joint system products bear classification marking of qualified testing and inspecting agency. b. Fire -resistive joint systems correspond to those indicated by referencing system designations of the qualified testing and inspecting agency. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver fire -resistive joint system products to Project site in original, unopened containers or packages with qualified testing and inspecting agency's classification marking applicable to Project and with intact and legible manufacturers' labels identifying product and manufacturer, date of manufacture, lot number, shelf life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials for fire -resistive joint systems to prevent their deterioration or damage due to moisture, temperature changes, contaminants, or other causes. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not install fire -resistive joint systems when ambient or substrate temperatures are outside limits permitted by fire -resistive joint system manufacturers or when substrates are wet due to rain, frost, condensation, or other causes. B. Ventilate fire -resistive joint systems per manufacturer's written instructions by natural means or, if this is inadequate, forced -air circulation. 07842 2 l CITY OF LUBBOCK IT RENOVATION 07842 FIRE -RESISTIVE JOINT SYSTEMS 1.8 COORDINATION A. Coordinate construction of joints to ensure that fire -resistive joint systems are installed according to specified requirements. B. Coordinate sizing of joints to accommodate fire -resistive joint systems. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, provide one of the fire -resistive joint systems indicated for each application in the Fire -Resistive Joint System Schedule at the end of Part 3. 2.2 FIRE -RESISTIVE JOINT SYSTEMS A. Compatibility: Provide fire -resistive joint systems that are compatible with joint substrates, under conditions of service and application, as demonstrated by tire -resistive joint system manufacturer based on testing and field experience. B. Accessories: Provide components of fire -resistive joint systems, including primers and forming materials, that are needed to install fill materials and to comply with Part 1 "Performance Requirements" Article. Use only components specified by fire -resistive joint system manufacturer and approved by the qualified testing and inspecting agency for systems indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for joint configurations, substrates, and other conditions affecting performance of work. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning: Clean joints immediately before installing fire -resistive joint systems to comply with fire -resistive joint system manufacturer's written instructions -and the following requirements: 1. Remove from surfaces of joint substrates foreign materials that could interfere with adhesion of fill materials. 2. Clean joint substrates to produce clean, sound surfaces capable of developing optimum bond with fill materials. Remove loose particles remaining from cleaning operation. 3. Remove laitance and form -release agents from concrete. 07842 3 j CITY OF LUBBOCK IT RENOVATION 07842 FIRE -RESISTIVE JOINT SYSTEMS B. Priming: Prime substrates where recommended in writing by fire -resistive joint system manufacturer using that manufacturer's recommended products and methods. Confine primers to areas of bond; do not allow spillage and migration onto exposed surfaces. C. Masking Tape: Use masking tape to prevent fill materials of fire -resistive joint system from contacting adjoining surfaces that will remain exposed on completion of Work and that would otherwise be permanently stained or damaged by such contact or by cleaning methods used to remove smears from fire -resistive joint system materials. Remove tape as soon as possible without disturbing fire -resistive joint system's seal with substrates or damaging adjoining surfaces. 3.3 INSTALLATION A. General: Install fire -resistive joint systems to comply with Part 1 "Performance Requirements" Article and fire -resistive joint system manufacturer's written installation instructions for products and applications indicated. B. Install forming/packing/backing materials and other accessories of types required to support fill materials during their application and in position needed to produce cross -sectional shapes and depths required to achieve fire ratings indicated. C. Install fill materials for fire -resistive joint systems by proven techniques to produce the following results: 1. Fill voids and cavities formed by openings and fonning/packing/backing materials as required to achieve tire -resistance ratings indicated. 2. Apply fill materials so they contact and adhere to substrates formed by joints. 3. For fill materials that will remain exposed after completing Work, finish to produce smooth, uniform surfaces that are flush with adjoining finishes. 3.4 FIELD QUALITY CONTROL A. Remove and replace fire -resistive joint systems where inspections indicate that they do not comply with specified requirements. B. Additional inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. C. Proceed with enclosing fire -resistive joint systems with other construction only after inspection reports are issued and fire -resistive -joint systems comply with requirements. 3.5 CLEANING AND PROTECTING A. Clean off excess fill materials adjacent to joints as Work progresses by methods and with cleaning materials that are approved in writing by fire -resistive joint system manufacturers and that do not damage materials in which openings occur. B. Provide final protection and maintain conditions during and after installation that ensure fire - resistive joint systems are without damage or deterioration at time of Substantial Completion. If 07842 4 i 1 CITY OF LUBBOCK IT RENOVATION 07842 -1 FIRE -RESISTIVE JOINT SYSTEMS ' damage or deterioration occurs despite such protection, cut out and remove damaged or deteriorated fire -resistive joint systems immediately and install new materials to produce fire - resistive joint systems complying with specified requirements. 3.6 i FIRE -RESISTIVE JOINT SYSTEM SCHEDULE A. Designation System for Joints in or between Fire -Resistance -Rated Constructions: _ Alphanumeric systems listed in UL's "Fire Resistance Directory" under Product j Category XHBN. J B. Designation System for Joints at the Intersection of Fire -Resistance -Rated Floor or Floor; Ceiling Assembly and an Exterior Curtain -Wall Assembly: Alphanumeric systems listed in UL's "Fire Resistance Directory" under Product Category XHDG: C. Floor -to -Wall Fire -Resistive Joint Systems: „. l . Available UL-Classified Systems: FW- S-0000-0999. 2. Assembly Rating: 1 hour. D. Head -of -Wall Fire -Resistive Joint Systems: 1. Available UL-Classified Systems: HW- S-0000-0999. 2. Assembly Rating: 1 hour. E. Wall -to -Wall Fire -Resistive Joint Systems: 1. Available UL-Classified Systems: WW- S-0000-0999. 2. Assembly Rating: 1 hour. 3. Nominal Joint Width: As indicated. END OF SECTION 07842 `7 07842 5 t CITY OF LUBBOCK IT RENOVATION 07920 JOINT SEALANTS r- i PART 1 - GENERAL 1.1 DESCRIPTION OF WORK A. The extent of joint sealers is indicated on Drawings and Schedules, and by provisions of this section. B. The applications for joint sealers as work of this section are indicated on attached Sealant Schedule. C. General Performance: Except as otherwise indicated, joint sealers are required to establish and maintain airtight and waterproof continuous seals on a permanent basis, within recognized limitations of wear and aging as indicated for each application. Failures of installed sealers to comply with this requirement will be recognized as failures of materials and workmanship. 1.2 SUBMITTALS A. Product Data: Submit manufacturer's product specifications, handling/installation/curing instructions, and performance tested data sheets for each elastomeric product required. B. Guarantee: Furnish a written guarantee covering all defects of materials and workmanship that occur within a period of one (1) year from date of final completion of project. Should any leaks or other defects in materials or workmanship develop within this time, the joint sealer installer shall be bound by the guarantee to make all necessary repairs and replacement at no cost to the Owner. 1.3 JOB CONDITIONS A. Weather Conditions: Do not proceed with installation of liquid sealants under unfavorable weather conditions. Install elastomeric sealants when temperature is in lower third of temperature range recommended by manufacturer for installation. 1.4 QUALITY ASSURANCE A. Manufacturer: Provide joint sealers by one of manufacturers list, who will, upon request, send a qualified technical representative to the job site to advise installer on proper procedures for use of product. B. Installer: A firm with a minimum of 5 years successful experience in applications of joint sealers specified. PART 2 - PRODUCTS 2.1 MATERIALS 07920 1 CITY OF LUBBOCK IT RENOVATION 07920 JOINT SEALANTS A. General Sealer Requirements 1. Provide colors as selected by Architect from manufacturer's standard colors. 2. Select materials for compatibility with joint surfaces and other indicated exposures, and 1 except as otherwise indicated, select modulus of elasticity and hardness or grade recommended by manufacturer for each application indicated. 2.2 ELASTOMERIC SEALANTS i A. The manufacturers listed for the following sealants are to establish a standard. Request for acceptable substitute, refer to Section 01631. B. Multi -Component Polyurethane Sealant (S-1) 1. Non -modified 2-or-snore-part, polyurethane -based, elastomeric sealant, complying with FS TT-S-00227E, self leveling grade 1 type for use in joints subject to traffic. 2. Manufacturer: NR-200; Pecora Corp. Sonolastic Paving Joint Sealant; Sonneborn/Rexnold THC 900; Tremco C. Single -Component Polysulfide Sealant (S-2) 1. Non -modified, one -part, polysulfide-based, air -curing, elastomeric sealant, complying _ with FS TT-S-00230C, Class A, nonsag grade/type. 2. Manufacturer: GC-9 Synthacalk; Pecora Corp. Sonolastic One -Part; Sonneborn/Rexnold D. Compression Type Joint Sealant (S-3) 1. Open cell urethane foam saturated and completely coated on all surfaces with water repellent polymerized polybutylene. 2. Manufacturer: Perm -A -Barrier joint Filler-R by W. R. Grace & Co. E. Single -Component Polyurethane Sealant (S-4) 1. For joints of surfaces subject to traffic, provide self leveling grade/type, NR-201 by Pecora Corp, or approved equal. F. Single Component Silicone Rubber Sealant: Nonmodified, one -part, silicone rubber -based, air - curing, nonsag, elastomeric sealant, complying with FS TT-S-001543A, Class A, nonsag type. 1. Nonacid Porous -Bond Type (S-5); one of the following: Architectural Silicone 864: Pecora Corp. Silpruf Weatherproofing Sealant; G. E. Corp. G. Acid Nonporous -Bond Type (S-6); one of the following: 1. Construction 1200 Sealant; G. E. Corp. 2. 863 Glazing and Construction Sealant; Pecora Corp. H. Mildew -Resistant Type (S-7); one of the following: 1. Dow Coming 786, Sanitary Sealant, G. E. Corp. I. Interior Type Acid Sealant (S-8): 07920 2 CITY OF LUBBOCK IT RENOVATION 07920 JOINT SEALANTS Bathtub Caulk, Dow Corning or an acceptable substitute. 2.3 NON-ELASTOMERIC SEALANTS A. Acrylic -Emulsion Sealant (S-9) 1. Acrylic -emulsion or latex -rubber -modified acrylic -emulsion sealant compound, permanently flexible, nonstaining and nonbleeding. 2. Manufacturer: a. AC-20 Acrylic Latex; Pecora Corp. b. Sonolac; Sonneborn/Rexnold C. Acrylic Latex Caulk; Tremco B. Polybutene Mastic Sealant (S-10) 1. Liquid or preformed ribbon (coiled with release paper) or polybutene based mastic, nondrying, nonskhming, nonhardening, low viscosity. 2. Manufacturers: a. BR-96 Curtain Wall Sealant; Pecora Corp. b. Curtain Wall Sealant; Tremco C. Polyisobutylene Mastic Sealant (S-11) 1. Liquid polyisobutylene based mastic, nondrying, nonskinning, nonhardening, nonmigrating. 2. Manufacturer: a. BA-98 Acoustical Sealant; Pecora Corp. b. Acoustical Sealant; Tremco D. Preformed Butyl Rubber Sealant (S-12) 1. Preformed ribbon or tape (coiled with release paper) of vulcanized butyl rubber or butyl (polyisobutylene and inert tillers), solvent -based with minimum 95% solids, nonsag, tack free in 24 hours, paintable, nonstaining, either with or without reinforcement thread. 2. Manufacturer: a. 303 Glazing Tape; PTl b. 440 Tape; Tremco C. Extru-Seal Butyl Rubber Tape; Pecora Corp. 2.4 FOAM -TYPE FILLER -SEALANTS A. Preformed Compressible -Foam Sealant (5-13) 1. Open -cell, flexible foam strip of polyurethane, or other weather -resistant foam, saturated with butylene or other nondrying liquid sealant adhesive, formulated to provide a paintable watertight joint at 50% compression, without staining, migrating, hardening or other performance failure. 2. Manufacturer: a. Polyshim Tape; Tremco V730, V780, V790; Norton Specialty Plastic Div. 606 Architectural Sealant Tape; PTI Polytite; Sandell Mtg. Co., Inc. 2.5 GASKET SEALANTS 07920 3 CITY OF LUBBOCK IT RENOVATION 07920 JOINT SEALANTS A. Molded Neoprene Glazing Gaskets (S-14) 1. Molded or extruded neoprene gaskets as required for watertight and airtight seal. 2. Manufacturer: a. F. H. Maloney b. Compression Gasket; Tremco B. Molded PVC Gasket (S-15) 1. Flexible, extruded polyvinyl chloride gaskets of profile and hardness required by joint shape, size and movement characteristics to maintain a watertight and airtight seal, complying with ASTM D 2287. 2. Manufacturer: Window manufacturer's standard glazing gasket (Ref. Division 8 Sections, as applicable.) 2.6 FIRE SEALANTS A. Manufacturers: Provide products from one of the following or an acceptable substitution. Refer to Section 0 163 1 for substitutions. 1. 3M 2. Dow Corning B. Provide products equal to the following: 1. Non -Sag Fire Sealant: 3M - Type CP 25N/S 2. Self Leveling: 3M - Type CP 25S/L 2.7 MISCELLANEOUS MATERIALS A. Joint Primer/Sealer: Provide type of joint primer/sealer recommended by sealant manufacturer for joint surfaces to be primed or sealed. B. Bond Breaker Tape: Provide polyethylene tape or other plastic tape as recommended by sealant manufacturer, to be applied to sealant -contact surfaces where bond to substrate or joint filler must be avoided for proper performance of sealant. Provide self adhesive tape where applicable. C. Sealant Backer Rod: Provide compressible rod stock of polyethylene foam, polyurethane foam, polyethylene jacketed polyurethane foam, butyl rubber foam, neoprene foam or other flexible, permanent, durable nonabsorptive material as recommended by sealant manufacturer for back- up of and compatibility with sealant. Where used with hot -applied sealant, provide heat - resistant type which will not be deteriorated by sealant application temperature as indicated. PART 3 - EXECUTION 3.1 INSPECTION A. Installer must examine substrates, (joint surfaces) and conditions under which joint sealer work is to be performed, and must notify Contractor in writing of unsatisfactory conditions. B. Do not proceed with joint sealer work until unsatisfactory conditions have been corrected in a manner acceptable to Installer. 07920 4 CITY OF LUBBOCK IT RENOVATION 07920 JOINT SEALANTS - 3.2 JOINT PREPARATION A. Clean joint surfaces immediately before installation of sealant compounds. Remove dirt, insecure coatings, moisture and other substrates which could interfere with bond of sealant. Etch concrete and masonry joint surfaces as recommended by sealant manufacturer. Roughen vitreous and glazed joint surfaces as recommended by sealant manufacturer. B. Prime or seal joint surfaces where indicated, and where recommended by Sealant manufacturer. Confine primer/ sealer to areas of sealant bond; do not allow spillage or migration onto adjoining surfaces, 3.3 INSTALLATION A. Comply with manufacturer's printed instructions except where more stringent requirements are shown or specified, and except where manufacturer's technical representative directs otherwise. B. Set joint filler units at depth or position in joint as indicated to coordinate with other work, including installation of bond breakers, backer rods and sealants. Do not leave voids or gaps between ends of joint fillers. C. Install sealant backer rod for liquid -applied sealants, except where shown to be omitted or recommended to be omitted by sealant manufacturer for application indicated. D. Install bond breaker tape where indicated and where required by manufacturer's recommendations to ensure that liquid -applied sealants will perform as intended. E. Employ only proven installation techniques, which will ensure that sealants are deposited in uniform, continuous ribbons without gaps or air pockets, with complete "wetting" of joint bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface. Where horizontal joints are between a horizontal surface and vertical surface, fill joint to form a slight cover so that joint will not trap moisture and dirt. F. Tooling of Non -sag Sealants: Immediately after sealant application and prior to time skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated, to eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. Remove excess sealants from surfaces adjacent to joint.. Do not use tooling agents that discolor sealants or adjacent surfaces or are not approved by sealant manufacturer. G. Spillage: Do not allow sealants or compounds to overflow from confines of joints, or to spill onto adjoining work, or to migrate into voids of exposed finishes. Clean adjoining surfaces by whatever means may be necessary to eliminate evidence of spillage. H. Installation of Fire Sealant: Install fire sealant at penetrations of all pipes, conduits, cables, etc. through fire rated assembles. Fire sealants must be approved approve and listed in the U.L. Fire Resistance Directory. l . Apply primers or other products as required by Manufacturer. 2. Install damming or other backing material, retainers, wire, tape, etc. as required. 3. Seal holes and voids with sealant in strict accordance with manufacturers instructions. 07920 5 I CITY OF LUBBOCK IT RENOVATION 07920 JOINT SEALANTS 3.4 CURE AND PROTECTION A. Cure sealants in compliance with manufacturer's instructions and recommendations, to obtain high early bond strength, internal cohesive strengthened surface durability. B. Advise contractor of procedures required for cure and protection of joint sealers during construction period, so that they will be without deterioration or damage (other than normal wear and weathering) at time of substantial completion. C. Cure and protest sealants in a manner which will minimize increases in modulus of elasticity and other accelerated aging effects. D. Replace or restore sealants which are damaged or deteriorated during construction period. E. Sealants that are not installed as per specifications, or that appear inconsistent inwidth or sloppy will be required to be replaced. SEALANT SCHEDULE Use sealants specified for each type listed below. Where more than one sealant is listed, Contractor has option of which one to use, within performance requirements. Substrate #1 Substrate #2 Exposed Concealed Exposed Interior Exterior Interior Concrete Concrete S-3,S-5 S-14 S-9 Concrete Masonry S-3,S-5 S-14 S-9 Concrete Gypsum S-5 S-11 S-9 Wallboard and Plaster Concrete Metal S-5 S-11 S-9 Concrete Wood S-5 S-11 S-9 Masonry Masonry S-3,S-5 S-11 S-9 Masonry Gypsum S-5 S-11 S-9 Wallboard Masonry Metal S-5,S-13 S-I1 S-9 Masonry Wood S-5 S-11 S-9 Gypsum Gypsum. S-5 5-11 S-9 Wallboard and Wallboard and Plaster Plaster Gypsum Metal S-5 S-I1 S-9 Wallboard and Plaster Gypsum Wood S-5 5-11 S-9 Wallboard and Plaster Metal Metal S-2,S-6,S-13 S-10 S-9 07920 6 CITY OF LUBBOCK IT RENOVATION 07920 JOINT SEALANTS Metal Wood S-5 S-11 S-9 Metal Glass S-6,S-12,S-13 -- S-6,S-12, S-13 Wood Wood S-5 S-11 S-9 Wood Glass S-14,S-15 -- S-14,S-15 Plumb Fixture Concrete, Tile or Wood S-5 S-11 S-7 Plumb Fixture Fiberglass or Metal S-6 S-10 S-8 END OF SECTION 07920 07920 7 CITY OF LUBBOCK IT RENOVATION 08110 STEEL DOORS AND FRAMES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Standard hollow metal frames. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Include elevations, door edge details, frame profiles, metal thicknesses, preparations for hardware, and other details. C. Schedule: Prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. 1.3 QUALITY ASSURANCE A. Fire -Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire -protection ratings indicated, based on testing at positive pressure according to NFPA 252. 1. Temperature -Rise Limit: Where indicated, provide doors that have a maximum transmitted temperature end point of not more than 450 deg F above ambient after 30 minutes of standard fire -test exposure. B. Smoke -Control Door Assemblies: Comply with NFPA 105 or UL 1784. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Amweld Building Products, LLC. 2. Benchmark; a division of Thenma-Tru Corporation. 3. Ceco Door Products; an Assa Abloy Group company. 4. Curries Company; an Assa Abloy Group company. 5. Deansteel Manufacturing Company, Inc. 6. Firedoor Corporation. 7. Fleming Door Products Ltd.; an Assa Abloy Group company. 8. Habersham Metal Products Company. 08110 1 CITY OF LUBBOCK IT RENOVATION 08110 STEEL DOORS AND FRAMES 9. Kewanee Corporation (The). 10. Mesker Door Inc. 11. Pioneer Industries, Inc. 12. Security Metal Products Corp. 13. Steelcraft; an Ingersoll-Rand company. 14. Windsor Republic Doors. t 2.2 MATERIALS A. Cold -Rolled Steel Sheet: ASTM A 1008/A 1008M, CS, Type B; suitable for exposed applications. B. Hot -Rolled Steel Sheet: ASTM A 1011/A 1011M, CS, Type B. C. Metallic -Coaled Steel Sheet: ASTM A 65 VA 653M, Cormmercial Steel (CS), Type B; with minimum A40 metallic coating. D. Frame Anchors: ASTM A 591/A 591 M, Commercial Steel (CS), 40Z coating designation; mill phosphatized. I . For anchors built into exterior walls, steel sheet complying with ASTM A 1008/A 1008M or ASTM A 1011/A 1011M, hot -dip galvanized according to ASTM A 153/A 153M, Class B. E. Inserts, Bolts, and Fasteners: Hot -dip galvanized according to ASTM A 153/A 153M. F. Grout: ASTM C 476, except with a maximum slump of 4 inches, as measured according to ASTM C 143/C 143M. G. Mineral -Fiber Insulation: ASTM C 665, Type I. H. Glazing: Division 8 Section "Glazing." I. Bituminous Coating: Cold -applied asphalt mastic, SSPC-Paint 12, compounded for 15-mil dry film thickness per coat. 2.3 STANDARD HOLLOW METAL FRAMES A. General: Comply with ANSI/SDI A250.8. B. Interior Frames: Fabricated from cold -rolled steel sheet. 1. Fabricate frames with mitered or coped corners. 2. Fabricate frames as full profile welded unless otherwise indicated. 3. Frames for Wood Doors: 0.053-inch- thick steel sheet. C. Hardware Reinforcement: ANSI/SDI A250.6. 08110 2 CITY OF LUBBOCK IT RENOVATION 08110 STEEL DOORS AND FRAMES 2.4 FRAME ANCHORS -? A. Jamb Anchors: 1. Stud -Wall Type: Designed to engage stud, welded to back of frames; not less than 0.042 inch thick. i B. Floor Anchors: Formed from same material as frames, not less than 0.042 inch thick, and as follows: i 1. Monolithic Concrete Slabs: Clip -type anchors, with two holes to receive fasteners. t 2.5 STOPS AND MOLDINGS A. Moldings for Glazed Litcs in Doors: Minimum 0.032 inch thick, same material as door face sheet. B. Fixed Frame Moldings: Formed integral with hollow metal frames, a minimum of 5/8 inch high unless otherwise indicated. C. Loose Stops for Glazed Lites in Frames: Minimum 0.032 inch thick, same material as frames. 2.6 FABRICATION A. Tolerances: Fabricate hollow metal work to tolerances indicated in SDI 117. B. Hollow Metal Frames: Where frames are fabricated in sections, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames. 1. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make smooth, flush, and invisible. 2. Provide countersunk, flat- or oval -head exposed screws and bolts for exposed fasteners unless otherwise indicated. 3. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. 4. Jamb Anchors: Provide number and spacing of anchors as follows: a. Stud -Wall Type: Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches o.c. and as follows: l) Three anchors per jamb up to 60 inches high. 2) Four anchors per jamb from 60 to 90 inches high. 3) Five anchors per jamb from 90 to 96 inches high. 4) Five anchors per jamb plus l additional anchor per jamb for each 24 inches or fraction thereof above 96 inches high. 5) Two anchors per head for frames more than 42 inches wide and mounted in metal -stud partitions. b. Compression Type: Not less than two anchors in each jamb. 08110 3 CITY OF LUBBOCK IT RENOVATION 08110 STEEL DOORS AND FRAMES C. Postinstalled Expansion Type: Locate anchors not more than 6 inches from top and bottom of frame. Space anchors not more than 26 inches o.c. 5. Door Silencers: Except on weather-stripped doors, drill stops to receive door silencers. a. Single -Door Frames: Three door silencers. b. Double -Door Frames: Two door silencers. C. Hardware Preparation: Factory prepare hollow metal work to receive teinplated mortised hardware according to the Door Hardware Schedule and templates furnished as specified in Division 8 Section "Door Hardware." 1. Locate hardware as indicated, or if not indicated, according to ANSI/SDI A250.8. 2. Reinforce doors and frames to receive nontemplated, mortised and surface -mounted door hardware. 3. Comply with applicable requirements in ANSI/SDI A250.6 and ANSI/DHI A 115 Series specifications for preparation of hollow metal work for hardware. 4. Coordinate locations of conduit and wiring boxes for electrical connections with Division 16 electrical Sections. D. Stops and Moldings: Provide stops and moldings around glazed lites where indicated. Form comers of stops and moldings with butted or initered hairline joints. 1. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of hollow metal work. 2. Multiple Glazcd Lites: Provide fixed and removable stops and moldings so that each glazed lite is capable of being removed independently. 3. Provide fixed frame moldings on outside of exterior and on secure side of interior doors and frames. 4. Provide loose stops and moldings on inside of hollow metal work. 5. Coordinate rabbet width between fixed and removable stops with type of glazing and type of installation indicated. 2.7 STEEL FINISHES A. Prime Finish: Apply manufacturer's standard primer immediately after cleaning and pretreating. 1. Shop Primer: ANSUSDI A250.10. PART 3 - EXECUTION 3.1 INSTALLATION A. Hollow Metal Frames: Comply with ANSUSDI A250. l 1. 1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. 08110 4 CITY OF LUBBOCK IT RENOVATION 08110 STEEL DOORS AND FRAMES a. At fire -protection -rated openings, install frames according to NFPA 80. b. Where frames are fabricated in sections because of shipping or handling limitations, field splice at approved locations by welding face joint continuously; ._ grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. C. Install frames with removable glazing stops located on secure side of opening. d. Remove temporary braces necessary for installation only after frames have been properly set and secured. e. Check plumbness, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. 2. Metal -Stud Partitions: Solidly pack mineral -fiber insulation behind frames. 3. Installation Tolerances: Adjust hollow metal door frames for squareness, alignment, twist, and plumb to the following tolerances: J a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. C. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor. B. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances specified below. Shim as necessary. 1. Non -Fire -Rated Standard Steel Doors: a. Jambs and Head: 1/8 inch plus or minus 1/16 inch. b. Between Edges of Pairs of Doors: 1 /8 inch plus or minus 1/ 16 inch. C. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch. d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 .., inch. 2. Fire -Rated Doors: Install doors with clearances according to NFPA 80. 3. Smoke -Control Doors: Install doors according to NFPA 105. C. Glazing: Comply with installation requirements in Division 8 Section "Glazing" and with hollow metal manufacturer's written instructions. 1. Secure stops with countersunk flat- or oval -head machine screws spaced uniformly not more than 9 inches o.c. and not more than 2 inches o.c. from each corner. 3.2 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and prnper nperating condition. Remove and replace defective work, including hollow metal work that is warped, bowed, or otherwise unacceptable. B. Prime -Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air -drying, rust -inhibitive primer. 08110 5 CITY OF LUBBOCK IT RENOVATION 08110 STEEL DOORS AND FRAMES C. Metallic -Coated Surfaces: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION 08110 08110 6 CITY OF LUBBOCK IT RENOVATION 08211 FLUSH WOOD DOORS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Solid -core doors with wood -veneer faces. 2. Factory fitting flush wood doors to frames and factory machining for hardware. 1.2 SUBMITTALS A. Product Data: For cach type of door indicated. B. Shop Drawings: Indicate location, size, and hand of each door; elevation of each kind of door; construction details not covered in Product Data; location and extent of hardware blocking; and other pertinent data. 1. Indicate requirements for veneer matching. 2. Indicate doors to be factory finished and finish requirements. 3. Indicate fire -protection ratings for fire -rated doors. 1.3 QUALITY ASSURANCE A. Quality Standard: In addition to requirements specified, comply with AWI's "Architectural Woodwork Quality Standards Illustrated." B. Fire -Rated Wood Doors: Doors complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire -protection ratings indicated, based on testing at positive pressure according to NFPA 252. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Algoma Hardwoods, Inc. 2. Ampco, Inc. 3. Buell Door Company Inc. 4. Chappell Door Co. F 1 5. Eagle Plywood & Door Manufacturing, Inc. 6. Eggers Industries. 7. Graham; an Assa Abloy Group company. 8. Haley Brothers, Inc. 9. Ideal Architectural Doors & Plywood. 10. Ipik Door Company. 08211 1 CITY OF LUBBOCK IT RENOVATION 08211 FLUSH WOOD DOORS 11. Lambton Doors. 12. Marlite. 13. Marshfield Door Systems, Inc. 14. Mohawk Flush Doors, Inc.; a Masonite company. 15. Oshkosh Architectural Door Company. 16. Poncraft Door Company. 17. Vancouver Door Company. 18. VT Industries Inc. g 2.2 DOOR CONSTRUCTION, GENERAL A. WDMA I.S.1-A Performance Grade: 1. Heavy Duty unless otherwise indicated. 2. Extra Heavy Duty: exits and where indicated. B. Particleboard -Core Doors: 1. Particleboard: ANSI A208.1, Grade LD-2, made with binder containing no urea - formaldehyde resin. 2. Provide doors with either glued -wood -stave or structural -composite -lumber cores instead of particleboard cores for doors indicated to receive exit devices. C. Structural -Composite -Lumber -Core Doors: 1. Structural Composite Lumber: WDMA I.S.10. a. Screw Withdrawal, Face: 700 lbf. b. Screw Withdrawal, Edge: 400 lbf. D. Fire -Protection -Rated Doors: Provide core specified or mineral core as needed to provide fire - protection rating indicated. 1. Edge Construction: Provide edge construction with intumescent seals concealed by outer stile. Comply with specified requirements for exposed edges. E. Mineral -Core Doors: 1. Core: Noncombustible mineral product complying with requirements of referenced quality standard and testing and inspecting agency for fire -protection rating indicated. 2. Blocking: Provide composite blocking with improved screw -holding capability approved for use in doors of fire -protection ratings indicated as needed to eliminate through -bolting hardware. 3. Edge Construction: At hinge stiles, provide laminated -edge construction with improved screw -holding capability and split resistance. Comply with specified requirements for exposed edges. 2.3 VENEERED -FACED DOORS FOR TRANSPARENT FINISH A. Interior Solid -Core Doors: TYPE 1 08211 2 CITY OF LUBBOCK IT RENOVATION 08211 FLUSH WOOD DOORS 1. Grade: Premium, with Grade AA faces. 2. Species: Natural Birch. 3. Cut: Rotary cut. 4. Match between Veneer Leaves: Book match. 5. Assembly of Veneer Leaves on Door Faces: Balance match. 6. Pair and Set Match: Provide for doors hung in same opening. 7. Core: Particleboard. 8. Construction: Five or seven plies. Stiles and rails are bonded to core, then entire unit abrasive planed before veneering. 9. Finish Standard: Match existing finish of wood doors located in Corridor 1. 2.4 FABRICATION A. Factory fit doors to suit frame -opening sizes indicated. Comply with clearance requirements of referenced quality standard for fitting unless otherwise indicated. 1. Comply with requirements in NFPA 80 for fire -rated doors. B. Factory machine doors for hardware that is not surface applied. PART 3 - EXECUTION 3.1 INSTALLATION A. Hardware: For installation, see Division 8 Section "Door Hardware." B. Installation Instructions: Install doors to comply with manufacturer's written instructions and the referenced quality standard, and as indicated. 1. Install fire -rated doors in corresponding fire -rated frames according to NFPA 80. C. Job -Fitted Doors: Align and fit doors in frames with uniform clearances and bevels; do not trim stiles and rails in excess of limits set by manufacturer or permitted for fire -rated doors. Machine doors for hardware. Seal edges of doors, edges of cutouts, and mortises after fitting and machining. I. Clearances: Provide 1/8 inch at heads, jambs, and between pairs of doors. Provide 1/8 inch from bottom of door to top of decorative floor finish or covering unless otherwise indicated. Where threshold is shown or scheduled, provide 1/4 inch from bottom of door to top of threshold unless otherwise indicated. a. Comply with NFPA 80 for fire -rated doors. D. Factory -Fitted Doors: Align in frames for uniform clearance at each edge. E. Factory -Finished Doors: Restore finish before installation if fitting or machining is required at Project site. END OF SECTION 08211 08211 3 CITY OF LUBBOCK IT RENOVATION 08710 FINISH HARDWARE PART 1 - GENERAL 1.1 DESCRIPTION A. Work included: Provide all items, articles, materials, operations or methods listed, mentioned or scheduled on the drawings and;`or herein, including all labor, materials, equipment and incidentals necessary and required for their completion. Any item of finish hardware not specifically mentioned, but which is necessary for proper completion of the work shown on the. Drawings shall be provided without additional cost to owner. Any omissions shall be called to the attention of the Architect prior to bid opening; otherwise the Drawings and Specifications will be considered complete. B. Rclatcd work 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary General Conditions, and Sections in Division 1 of these specifications. 2. Section 08100 - Metal Doors and Frames 3. Section 08211 - Flush Wood Doors 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 the Section. B. Where items of hardware herein are specified by reference numbers, they are taken from the current catalogs of manufacturers listed on the schedule. Refer to the general contractor's limited options for acceptable items of hardware and suppliers. Finishes and sizes shall be as specified on the Hardware Schedule, subject to the stated permissible option. 1.3 SUBMITTALS A. Comply with pertinent provisions of Supplementary General Conditions. B. Within twenty (20) calendar days after the contractor has received the owners notice to proceed submit six (6) copies of the hardware schedule covering all finished hardware for the building. Resubmittals will be required until complete architectural approval is obtained. Schedule shall include the specified or approved optional hardware, keying and template information. Keying codes shall be noted on the left margin of the schedule opposite each item of hardware requiring mortising or internal reinforcing of metal doors and/or frames. Degrees of opening and handling information shall also be listed. No hardware shall be ordered or templates issued until complete architectural approval is obtained. C. On receipt of the approved schedule, contractor shall issue sufficient copies as required by the general contractor for his distribution to the trades designing them, and his own use. Copies for use by other trades shall include all blue line template sheets necessary to those trades. 08710 - 1 t CITY OF LUBBOCK IT RENOVATION 08710 FINISH HARDWARE D. It shall be the contractor's responsibility to secure approval of the Keying Schedule from the Owner and the Architect before ordering any hardware. When a key cabinet and construction Master Keying is specified, no permanent keys shall be permitted on the job site until after Owner acceptance of the project. At that time, the hardware subcontractor shall make personal delivery of the permanent keys, tagged and pre -hung in the cabinet, to the Owner in converting the construction system to the permanent system, fully explaining the keying system and making recommendations for its maintenance and control. E. Copy of Schedule for use at the job site shall include a draw list of all hardware included in the approved schedule to assist the general contractor for checking all incoming merchandise for completeness. Shortages shall be immediately reported for possible replacement if lost or damaged in shipment. 1.4 PRODUCT HANDLING A. Hardware shall be adequately wrapped for protection in shipment. All hardware shall be labeled with the manufacturer's name, catalog number, finish, size and screw information. Additionally, butt hinges, closer, locksets, latches and all handed hardware shall be cartooned t individually and marked with heading (on item) number, door number, hand and keying information where applicable, to correspond with the approved schedule. Partial shipments shall be accompanied with a packing list to assist in checking. PART 2 - PRODUCTS 2.1 FINISH HARDWARE GENERAL A. Items specified are to establish design, grade quality and function standards; the following are acceptable limited options: 1. Hinges: Equal products manufactured by Hager or Stanley 2. Lockset: Corbin/Russwin, Schlage 3. Closer: LCN Series 4041, Norton Series 7500, Yale Series 4400 4. Exit Device: Von Duprin Series 98 x 696 5. OH Holders: Equal products manufactured by Corbin/Russwin, Glynn Johnson, Norton, Rixson and Yale 6. Misc. Trim: Equal products manufactured by Hager, Quality, Rockwood and Trego are acceptable. 7. Weather Seals: Equal products manufactured by A.J. May, Hager, and National Guard Products are acceptable. 8. Auxiliary Items: Equal products manufactured by Corbin/Russwin, Schlage, Yale are acceptable. 2.2 LIMITATIONS OF HARDWARE SPECIFICATION A. Hardware subcontractor shall examine the drawings and specifications to determine the extent of hardware quantities required. Should any particular door or item be omitted in any scheduled hardware group, provide such door or item with hardware similar to that required for similar 08710 - 2 I CITY OF LUBBOCK IT RENOVATION 08710 FINISH HARDWARE conditions on the project. Locks, bolts, hinges, pulls, knobs shown on the plans for non -factory manufactured cabinet and casework shall be included in the Division of Finish Hardware. 2.3 HARDWARE LOCATIONS A. Locks, latches: Finish floor to C/L of knobs, 40-5/16" B. Deadlocks: Finish to C/L of cylinder, 48" C. Push/Pull Plates: Finish floor to C/L of plate, 42" pull, 45" push D. Flush bolts: C/L of bolt face to top (and bottom) edge of floor, 12" E. Exit Devices: Per template and installation instructions; Rails shall not conflict with door lites, mounting heights shall be adjusted to center exit rail on appropriate door rail F. Closer, O/H Holders: Per template and installation instructions. G. Stops: To protect doors and hardware from contact with parts of the building or other conflicting doors H. Butt Hinges: 1. Top anchor butt - per template instructions; 2. Top butt hinge - top edge of butt leaf to rabbet, 5" 3. Bottom butt hinge - bottom edge of butt leaf to finish floor, 10" 4. Intennediate butt hinge - equal distant between top and bottom butts. 2.4 ACCESSIBILITY PROVISIONS A. Door Hardware: Handles, knobs, pulls, latches, locks, and other operating devices on accessible doors shall be mounted no higher than 48 inches above the floor or ground surface and shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching, or severe twisting to operate. The force required to activate door hardware shall be no greater than five lb. Designs include lever -operated mechanisms, push -type mechanisms and U- shaped handles. When sliding doors are fully open, operating hardware shall be exposed and usable from both sides. Doors to hazardous areas such as loading platforms, boiler rooms, mechanical and electrical rooms, and to other areas that might be dangerous to a blind person, shall be made identifiable to the touch by a textured surface on the door handle, knob, pull or other operating hardware. This textured surface maybe made by knurling or roughening or by a material applied to the contact surface. Such textured surfaces shall not be provided for emergency exit doors or any doors other than those to hazardous areas. B. Door Closer: If a door has a closer, then the sweep period of the closer shall be adjusted so that from an open position of 90 degrees, the door will take at least three (3) seconds to move to an open position of approximately 12 degrees. C. Door Opening Force: The maximum force for pushing or pulling open a door shall comply with this paragraph. For hinge doors, the force shall be applied perpendicular to the door at the door 08710 - 3 I i_ CITY OF LUBBOCK IT RENOVATION 08710 FINISH HARDWARE opener or 30 inches from the hinged side, whichever is farther from the hinge. For sliding or folding doors, the force shall be applied parallel to the door at the door pull or latch. 1. Exterior hinged doors shall not exceed 8.5 lb. Slight increases in opening force shall be allowed where 8.5 lb. is insufficient to compensate for air pressure differentials. 2. Sliding doors, folding doors, and interior hinged doors shall not require a force exceeding five lbs. 3. Fire doors may be adjusted to meet the minimum opening force allowed by the governing authority or applicable building code. 4. These forces do not apply to the force required to retract latch bolts or disengage other devices that may hold the door in a closed position. 5. Forces for pushing or pulling doors open are measured with a push-pull gauge under the following conditions. a. Hinged Doors: Force applied perpendicular to the door opener or 30 in (760 mm) from the hinged side, whichever is farther from the hinge. b. Sliding or Folding Doors: Force applied parallel to the door at the door pull or latch. C. Application of Force: Apply force gradually so that the applied force does not exceed the resistance of the door. Air -pressure differentials may require a modification of this specification in order to meet the functional intent. D. Door closers shall be mounted parallel arm unless specifically approved otherwise by the Architect. E. Thresholds: The height of any floor level change plus the height of any applied threshold at doorway sills shall not exceed 1/2" and shall be beveled with a slope no greater than 1" in 2". F. Hardware for all opening shall meet requirements of The Americans with Disabilities Act (ADA) and the Texas Accessibility Standards (TAS). In case of conflict materials of equivalent quality and design required by ADA or TAS shall be provided. 2.5 GUARANTEES Provide guarantees for all hardware furnished under this division to the general contractor for this transmittal to the Owner. Guarantees shall be for a period of one (1) year (five [51 years for closer) from date of Owner acceptance, against defects in material and workmanship of the merchandise. Guarantees shall include the names, address and telephone number of the hardware subcontractor, as well as the manufacturer's. 2.6 CYLINDERS AND KEYING A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the work include, but are not limited to the following: B. Cylinders: Same manufacturer as for locks and latches. C. Cylinder Grade: BHMA Grade 1. 08710 - 4 CITY OF LUBBOCK IT RENOVATION 08710 FINISH HARDWARE D. Cylinders: Manufacturer=s standard tumbler type, constructed from brass or bronze, stainless steel, or nickel silver, and complying with the following: E. Number of Pins: Six. F. Mortise Type: Threaded cylinders with rings and straight- or clover -type cam. G. Rim Type: Cylinders with back plate, flat -type vertical or horizontal tailpiece, and raised trim ring. H. Bored -Lock Type: Cylinders with tailpieces to suit locks. I. Keying System: Key to the existing master key system J. Master Key System: Cylinders are operated by a change key and a master key. K. Cylinders shall be master keyed. L. Keys: Provide nickel -silver keys complying with the following M. Cylinder Change Keys: Two. PART 3 - EXECUTION 3.1 INSTALLATION A. The contractor shall install all finished hardware plump, square, true,.and in accordance with the manufacturer's instructions, using the best practices as approved by Architect. Hardware shall be fitted and operated prior to painting, then removed and painting completed before final installation. All hardware must be thoroughly cleaned, free from mars and blemishes, and in perfect operating condition when turned over to the Owner. Damaged or malfunctioning hardware will not be acceptable. B. No extra costs will be allowed to facilitate proper installation of any hardware. The general contractor shall be responsible for the proper fabrication of all materials and work to receive hardware. C. Finish hardware shall be furnished with all necessary screws, bolts, or other fastenings of suitable size use and long life and shall harmonize with the hardware as to material and finish. These fastenings shall be furnished where necessary with expansion shield, security bolts, toggle bolts or other approved anchors according to the material to which it is applied and recommended by the manufacturer. All hardware fastened to concrete shall be furnished with machine screws and lead shields. D. Extension flush bolts shall be edge mounted in all cases. Wrought box strikes shall be furnished where strikes are mortised into wood. Strikes shall have sufficiently extended lips where required to protect trim from being marred by latch -bolts, but no more than necessary. Strikes for pairs of doors shall have V lips to center. All backsets of locks and latches shall be 2-3/4" from the door edge unless otherwise indicated. 08710 - 5 CITY OF LUBBOCK IT RENOVATION 08710 FINISH HARDWARE E. Hardware for fire doors shall conform to the requirements for NFPA 80 and NFPA 101. In case of conflict between the type of hardware specified in these specifications or the type required for fire protection, materials of equal quality and design without additional cost to Owner, required by NFPA shall be furnished. 3.2 ADJUSTMENT AND MAINTENANCE A. Within thirty (30) days after Owner Acceptance of the Project, the subcontractor shall meet with the Owner's maintenance foreman and thoroughly instruct him in the care and adjustment of all movable hardware furnished under this division. Provide him with a Manufacturer's Parts List for all locks, exits and closer, a Bound Care and Adjustment Manual, and an adjustment tool for each type of adjustable hardware. Included shall be a copy of an approved Hardware Schedule. 3.3 COMPLIANCE A. The Owner reserves the right to request and pay for an inspection by a representative of the referenced organization to determine that the work of this Section has been performed in accordance with the specified requirements. B. In the event such inspection determines that the work of this Section does not comply with the specified requirements, immediately remove the non -complying items and immediately replace them with items complying with the specified requirements, all at no additional cost to the Owner, and reimburse the Owner for the cost of the inspection. HARDWARE SCHEDULE: HDWE SET #1 DOORS # 7, 10 EACH TO HAVE: 3 EACH HINGES TA2714 4 %z X 4 % 652 MCKINNEY 1 EACH LOCKSET 1 10-LINE 28-10U15LL 626 SARGENT 1 EACH MAGLOCK 3204-RTD+628 LOCKNETICS 1 EACH POWER SUPPLY 505 EIR-5 SARGENT l EACH CLOSER 351 X TB 689 SARGENT [EACH KICKPLATE 10" X 2" LDW 630 ROCKWOOD 1 EACH STOP 409f442 AS REQUIRED 630 ROCKWOOD 1 SE'T GASKETING S88D PEMKO CARD READER BY OTHERS Contractor shall ensure that the scheduled hardware is compatible with the Owner's security card reader and programmable system prior to ordering. Coordinate with electrical requirements. It is the intent that Doors 7 & 10 require card readers for entry and exit with a fail safe configuration for the Maglock. 08710 - 6 CITY OF LUBBOCK IT RENOVATION 08710 FINISH HARDWARE HDWE SET #1B DOORS # 1 EACH TO HAVE: 3 EACH HINGES TA2714 4 %2 X 4 %2 652 MCKINNEY 1 EACH EXIT DEVICE 12-8804 ETL 630 SARGENT 1 EACH MAGLOCK 320-i-RTD+628 LOCKNETICS 1 EACH POWER SUPPLY 505 EIR-5 SARGENT 1 EACH CLOSER 351 X TB 689 SARGENT 1 EACH KICKPLATE 10" X 2" LDW 630 ROCKWOOD 1 EACH STOP 409 630 ROCKWOOD 1 SET GASKETING S88D PEMKO CARD READER BY OTHERS Contractor shall ensure that the scheduled hardware is compatible with the Owner's security card reader and programmable system prior to ordering. It is the intent that Door 1 require a card reader for entry with a fail safe configuration for the Maglock. HDWE SET #2 DOORS # 2,3 EACH TO HAVE: 3 EACH HINGES TA2714 4 %2 X 4 %2 652 MCKINNEY 1 EACH LOCKSET 1OG04 LL 626 SARGENT 1 EACH CLOSER 351 X TB 689 SARGENT 1 EACH KICKPLATE 10" X 2" LDW 630 ROCKWOOD 1 EACH STOP 409 630 ROCKWOOD 1 SET GASKETING S88D PEMKO HDWE SET #3 DOORS # 4, 5, 6 EACH TO HAVE: 3 EACH HINGES TA2714 4 %2 X 4 %2 652 MCKINNEY I EACH LOCKSET 1OG05 LL 626 SARGENT 1 EACII STOP 409 630 ROCKWOOD 3 EACH SILENCERS 608 ROCKWOOD HDWE SET #4 DOORS # 8 FACH TO HAVE: 3 EACH HINGES T4A3786 4 % X 4 %2 652 MCKINNEY 1 EACH LOCKSET IOG37 LL 626 SARGENT 1 EACH CLOSER 351 XTB 689 SARGENT 1 EACH KICKPLATE 10" X 2" LDW 630 ROCKWOOD 08710 - 7 CITY OF LUBBOCK IT RENOVATION 08710 FINISH HARDWARE 1 EACH STOP 409 630 ROCKWOOD 1 SET GASKETING S88D PEMKO HDWE SET #5 - DOORS # 9 EACH TO HAVE: 3 EACH HINGES TA2714 4'/z X 4 % 652 MCKINNEY I EACH LOCKSET 10G04 LL 626 SARGENT 1 EACH STOP 409 630 ROCKWOOD 3 EACH SILENCERS 608 ROCKWOOD ? END OF SECTION 08710 08710-8 CITY OF LUBBOCK 09111 NON -LOAD BEARING STEEL FRAMING 'PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes non -load -bearing steel framing members for the following applications: 1. Interior framing systems (e.g., supports for partition walls, framed soffits, furring, etc.). 2. Interior suspension systems (e.g., supports for ceilings, suspended soffits, etc.). B. Related Sections include the following: 1. Division 7 Section "Fire -Resistive Joint Systems" for head -of -wall joint systems installed with non -load -bearing steel framing. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1.4 QUALITY ASSURANCE A. Fire -Test -Response Characteristics: For fire -resistance -rated assemblies that incorporate non - load -bearing steel framing, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. PART 2 - PRODUCTS 2.1 NON -LOAD -BEARING STEEL FRAMING, GENERAL A. Framing Members, General: Comply with ASTM C 754 for conditions indicated. 1. Steel Sheet Components: Comply with ASTM C 645 requirements for metal, unless otherwise indicated. 2. Protective Coating: Manufacturer's standard rust -inhibiting coating. car I1—rn—T QcCOl IPONEl — ....�. Jl/JCBtVJIViV J I J l G1VI l,VCVFVCl J A. Tie Wire: ASTM A 6411A 641M, Class I zinc coating, soft temper, 0.0625-inch- diameter wire, or double strand of 0.0475-inch- diameter wire. B. Hanger Attachments to Concrete: 09111 -1 CITY OF LUBBOCK 09111 NON -LOAD BEARING STEEL FRAMING - 1. Anchors: Fabricated from corrosion -resistant materials with holes or loops for attaching wire hangers and capable of sustaining, without failure, a load equal to 5 times that imposed by construction as determined by testing according to ASTM E 488 by an independent testing agency. - a. Type: Postinstalled, expansion anchor. - 2. Powder -Actuated Fasteners: Suitable for application indicated, fabricated from corrosion -resistant materials with clips or other devices for attaching hangers of type indicated, and capable of sustaining, without failure, a load equal to 10 times that imposed by construction as determined by testing according to ASTM E 1190 by an independent testing agency. C. Wire Hangers: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.162-inch diameter. D. Flat Hangers: Steel sheet, 1 by 3/ 16 inch by length indicated. _3 E. Carrying Channels: Cold -rolled, commercial -steel sheet with a base -metal thickness of 0.0538 inch and minimum 1/2-inch- wide flanges. 1. Depth: 1-1/2 inches. F. Furring Channels (Furring Members): 1. Cold -Rolled Channels: 0.0538-inch bare -steel thickness, with minimum 1/2-inch- wide flanges, 3/4 inch deep. 2. Hat -Shaped, Rigid Furring Channels: ASTM C 645, 7/8 inch deep. a. Minimum Base Metal Thickness: 0.0312 inch. 2.3 STEEL FRAMING FOR FRAMED ASSEMBLIES A. Steel Studs and Runners: ASTM C 645. 1. Minimum Base -Metal Thickness: 0.027 inch. (0.0312 at fire rated door frames.) 2. Depth: As indicated on Drawings. B. Slip -Type Head Joints: Where indicated, provide the following: 1. Single Long -Leg Runner System: ASTM C 645 top runner with 2-inch- deep flanges in thickness not less than indicated for studs, installed with studs friction fit into top runner and with continuous bridging located within 12 inches of the top of studs to provide lateral bracing. C. Flat Strap and Backing Plate: Steel sheet for blocking and bracing in length and width indicated. 1. Minimum Base -Metal Thickness: 0.0312 inch. D. Cold -Rolled Channel Bridging: 0.0538-inch bare -steel thickness, with minimum 1/2-inch- wide flanges. 09111-2 1_ CITY OF LUBBOCK 09111 NON -LOAD BEARING STEEL FRAMING 1. Depth: Depth: 1-1/2 inches. 2. Clip Angle: Not less than 1-1/2 by 1-1/2 inches, 0.068-inch- thick, galvanized steel. E. Hat -Shaped, Rigid Furring Channels: ASTM C 645. 1. Minimum Base Metal Thickness: 0.0312 inch. -- 2. Depth: 7/8 inch. 2.4 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. 1. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. B. Isolation Strip at Exterior Walls: Provide the following: 1. Asphalt -Saturated Organic Felt: ASTM D 226, Type I (No. 15 asphalt felt), nonperforated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow -metal frames, cast -in anchors, and structural framing, for compliance with requirements and other conditions affecting performance. I . Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Suspended Assemblies: Coordinate installation of suspension systems with installation of overhead structure to ensure that inserts and other provisions for anchorages to building structure have been installed to receive hangers at spacing required to support the Work and that hangers will develop their full strength. 1. Furnish concrete inserts and other devices indicated to other trades for installation in advance of time needed for coordination and construction. 3.3 INSTALLATION, GENERAL A. installation Standard: ASTM C 754, except comply with framing sizes and spacing indicated. 1. Gypsum Board Assemblies: Also comply with requirements in ASTM C 840 that apply to framing installation. B. Install supplementary framing, and blocking to support fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, or similar construction. 09111 -3 1 CITY OF LUBBOCK 09111 NON -LOAD BEARING STEEL FRAMING A C. Install bracing at terminations in assemblies. 1 D. Do not bridge building control and expansion joints with non -load -bearing steel framing members. Frame both sides of joints independently. 3.4 INSTALLING SUSPENSION SYSTEMS A. Install suspension system components in sizes and spacings indicated on Drawings, but not less than those required by referenced installation standards for assembly types and other assembly components indicated. B. Isolate suspension systems from building structure where they abut or are penetrated by building structure to prevent transfer of loading imposed by structural movement. C. Suspend hangers from building structure as follows: Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structural or suspension system. a. Splay hangers only where required to miss obstructions and offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. 2. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with locations of hangers required to support standard suspension system members, install supplemental suspension members and hangers in the form of trapezes or equivalent devices. a. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced installation standards. 3. Wire Hangers: Secure by looping and wire tying, either directly to structures or to inserts, eye screws, or other devices and fasteners that are secure and appropriate for substrate, and in a manner that will not cause hangers to deteriorate or otherwise fail. 4. Flat Hangers: Secure to structure, including intermediate framing members, by attaching to inserts, eye screws, or other devices and fasteners that are secure and appropriate for structure and hanger, and in a manner that will not cause hangers to deteriorate or otherwise fail. 5. Do not connect or suspend steel framing from ducts, pipes, or conduit. D. Fire -Resistance -Rated Assemblies: Wire tie furring channels to supports. E. Seismic Bracing: Sway -brace suspension systems with hangers used for support. F. Installation Tolerances: Install suspension systems that are level to within 1f8 inch in 12 feet measured lengthwise on each member that will receive finishes and transversely between parallel members that will receive Finishes. 3.5 INSTALLING FRAMED ASSEMBLIES A. Where studs are installed directly, against exterior masonry walls or dissimilar metals at exterior walls, install isolation strip between studs and exterior wall. 09111 -4 CITY OF LUBBOCK 09111 NON -LOAD BEARING STEEL FRAMING- i B. Install studs so flanges within framing system point in same direction. Space studs as follows: a. Single -Layer Application: 16 inches o.c., unless otherwise indicated. b. Multilayer Application: 16 inches o.c., unless otherwise indicated. C. Install tracks (runners) at floors and overhead supports. Extend framing full height to structural supports or substrates above suspended ceilings, except where partitions are indicated to terminate at suspended ceilings. Continue framing around ducts penetrating partitions above ceiling. 1. Slip -Type Head Joints: Where frarning extends to overhead structural supports, install to produce joints at tops of framing systems that prevent axial loading of finished assemblies. 2. Door Openings: Screw vertical studs at jambs to jamb anchor clips on door frames; install runner track section (for cripple studs) at head and secure to jamb studs. a. Install two studs at each jamb, unless otherwise indicated. b. Install cripple studs at head adjacent to each jamb stud, with a minimum 1/2-inch clearance from jamb stud to allow for installation of control joint in finished assembly. C. Extend jamb studs through suspended ceilings and attach to underside of overhead structure. 3. Other Framed Openings: Frame openings other than door openings the same as required for door openings, unless otherwise indicated. Install framing below sills of openings to match framing required above door heads. 4. Fire -Resistance -Rated Partitions: Install framing to comply with tire -resistance -ratted assembly indicated and support closures and to make partitions continuous from floor to underside of solid structure. a. Firestop Track: Where indicated, install to maintain continuity of fire -resistance - rated assembly indicated. D. Direct Furring: 1. Attach to concrete or masonry with stub nails, screws designed for masonry attachment, or powder -driven fasteners spaced 24 inches o.c. E. Installation Tolerance: Install each framing member so fastening surfaces vary not more than 1/8 inch from the plane formed by faces of adjacent framing. END OF SECTION 09111 09111 -5 i. CITY OF LUBBOCK IT RENOVATION 09250 GYPSUM BOARD PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Interior gypsum board. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. 1.3 QUALITY ASSURANCE A. Fire -Resistance -Rated Assemblies: For fire -resistance -rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. PART 2-PRODUCTS 2.1 INTERIOR GYPSUM BOARD A. General: Complying with ASTM C 36/C 36M or ASTM C 1396/C 1396M, as applicable to type of gypsum board indicated and whichever is more stringent. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. American Gypsum Co. b. BPB America Inc. C. G-P Gypsum. d. Lafarge North America Inc. e. National Gypsum Company. f. PABCO Gypsum. g. Temple. h. USG Corporation. B. Regular Type: 1. Thickness: 1/2" inch. 2. Long Edges: Tapered. 09250 1 CITY OF LUBBOCK IT RENOVATION 09250 GYPSUM BOARD C. Type X: 1. Thickness: 5/8 inch. 2. Long Edges: Tapered. D. Ceiling Type: Manufactured to have more sag resistance than regular -type gypsum board. 1. Thickness: 5/8 inch. 2. Long Edges: Tapered. 2.2 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Galvanized or aluminum -coated steel sheet, rolled zinc, plastic, or paper -faced galvanized steel sheet. 2. Shapes: a. Cornerbead. b. Bullnose bead. C. LC -Bead: J-shaped; exposed long flange receives joint compound. d. L-Bead: L-shaped; exposed long flange receives joint compound. e. U-Bead: J-shaped; exposed short flange does not receive joint compound. f. Expansion (control) joint. g. Curved -Edge Cornerbead: With notched or flexible flanges. 2.3 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475/C 475M. B. Joint Tape: 1. Interior Gypsum Wallboard: Paper. C. Joint Compound for Interior Gypsum Wallboard: For each coat use fonnulation that is compatible with other compounds applied on previous or for successive coats. 1. Prefilling: At open joints, rounded or beveled panel edges, and damaged surface areas, use setting -type taping compound. 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use setting -type taping compound. a. Use setting -type compound for installing paper -faced metal trim accessories. 3. Fill Coat: For second coat, use setting -type, sandable topping compound. 4. Finish Coat: For third coat, use setting -type, sandable topping compound. 5. Skim Coat: For final coat of Levels finish, use setting -type, sandable topping compound. 09250 2 CITY OF LUBBOCK IT RENOVATION 09250 GYPSUM BOARD - 2.4 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written recommendations. B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated. 1. Use screws complying with ASTM C 954 for fastening panels to steel members from 0.033 to 0.112 inch thick. 2. For fastening cementitious backer units, use screws of type and size recommended by panel manufacturer. C. Sound Attenuation Blankets: ASTM C 665, Type I (blankets without membrane facing) produced by combining thermosetting resins with mineral fibers manufactured from glass, slag -' wool, or rock wool. I. Fire -Resistance -Rated Assemblies: Comply with mineral -fiber requirements of assembly. D. Acoustical Sealant: As specified in Division 7 Section "Joint Sealants." E. Thermal Insulation: As specified in Division 7 Section "Building Insulation." 2.5 TEXTURE FINISHES A. Primer: As recommended by textured finish manufacturer. 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 2. Products: Subject to compliance with requirements, provide one of the following: a. G-P Gypsum; Georgia-Pacific Regency Ceiling Textures/Polystyrene. b. National Gypsum Company; Perfect Spray. C. USG Corporation; SHEETROCK Ceiling Spray Texture, QT. 3. Texture: Medium. B. Acoustical Finish: Water -based, chemical -setting or drying -type, job -mixed texture finish for spray application. 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 2. Products: Subject to compliance with requirements, provide one of the following: a. International Cellulose Corp.; SonaSpray "fc." b. USG Corporation; USG Acoustical Plaster Finish. 3. Application Thickness: 1/2 inch. 4. Fire -Test -Response Characteristics: Indices when tested according to ASTM E 84 as follows: 09250 3 CITY OF LUBBOCK IT RENOVATION 09250 GYPSUM BOARD a. Flame Spread: Less than 25. b. Smoke Developed: Less than 450. 5. NRC: 0.55 according to ASTM C 423. PART 3 - EXECUTION 3.1 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C 840. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. Isolate perimeter of gypsum board applied to non -load -bearing partitions at structural abutments, except floors. Provide 1/4- to 1/2-inch- wide spaces at these locations, and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. 3.2 APPLYING INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: l . Regular Type: As indicated on Drawings. 2. Type X: As indicated on Drawings. 3. Ceiling Type: As indicated on Drawings. 3.3 INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. B. Control Joints: Install control joints at all doorjambs. C. Interior Trim: Install in the following locations: 1. Cornerbead: Use at outside corners. 2. U-Bead: Use at exposed panel edges. 3.4 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints, rounded or beveled edges, and damaged surface areas. 09250 4 i i d. CITY OF LUBBOCK IT RENOVATION 09250 GYPSUM BOARD - C. Apply joint tape over gypsum board joints, except those with trim having flanges not intended for tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below: 1. Level 1: Ceiling plenum areas, concealed areas, and where indicated. 2. Level 4: At panel surfaces that will be exposed to view, unless otherwise indicated. a. Primer and its application to surfaces are specified in other Division 9 Sections. 3.5 APPLYING TEXTURE FINISHES A. Surface Preparation and Primer: Prepare and apply primer to gypsum panels and other surfaces receiving texture finishes. Apply primer to surfaces that are clean, dry, and smooth. B. Texture Finish Application: Mix and apply finish using powered spray equipment, to produce a uniform texture matching approved mockup and free of starved spots or other evidence of thin application or of application patterns. C. Prevent texture finishes from coming into contact with surfaces not indicated to receive texture finish by covering them with masking agents, polyethylene film, or other means. If, despite these precautions, texture finishes contact these surfaces, immediately remove droppings and overspray to prevent damage according to texture -finish manufacturer's written recommendations. 3.6 PROTECTION A. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. B. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION 09250 09250 5 CITY OF LUBBOCK IT RENOVATION 09511 ACOUSTICAL PANEL CEILINGS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes acoustical panels and exposed suspension systems for ceilings. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For each exposed finish. C. Product test reports. D. Research/evaluation reports. E. Maintenance data. 1.3 QUALITY ASSURANCE A. Acoustical Testing Agency Qualifications: An independent testing laboratory or an NVLAP- accredited laboratory. B. Fire -Test -Response Characteristics: 1. Surface -Burning Characteristics: Acoustical panels complying with ASTM E 1264 for Class A materials, when tested per ASTM E 84. C. Preinstallation Conference: Conduct conference at Project site. 1.4 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. l . Acoustical Ceiling Panels: Full-size panels equal to 2.0 percent of quantity installed. 2. Suspension System Components: Quantity of each exposed component equal to 2.0 percent of quantity installed. PART2-PRODUCTS 2.1 ACOUSTICAL PANEL CEILINGS, GENERAL A. Acoustical Panel Standard: Comply with ASTM E 1264. 09511 1 CITY OF LUBBOCK IT RENOVATION 09511 ACOUSTICAL PANEL CEILINGS - B. Metal Suspension System Standard: Comply with ASTM C 635. C. Attachment Devices: Size for five times the design load indicated in ASTM C 635, Table 1, "Direct Hung," unless otherwise indicated. Comply with seismic design requirements. 1. Anchors in Concrete: Expansion anchors fabricated from corrosion -resistant materials, with holes or loops for attaching hangers of type indicated and with capability to sustain, without failure, a load equal to five times that imposed by ceiling construction, as determined by testing per ASTM E 488 or ASTM E 1512 as applicable, conducted by a qualified testing and inspecting agency. 2. Power -Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion -resistant materials, with clips or other accessory devices for attaching hangers of type indicated, and with capability to sustain, without failure, a load equal to 10 times that imposed by ceiling construction, as determined by testing per ASTM E 1190, conducted by a qualified testing and inspecting agency. D. Wire Hangers, Braces, and Ties: Zinc -coated carbon -steel wire; ASTM A 641/A 641M, Class 1 zinc coating, soft temper. 1. Size: Select wire diameter so its stress at 3 times hanger design load (ASTM C 635, Table 1, "Direct Hung") will be less than yield stress of wire, but provide not less than 0.106-inch- diameter wire. E. Seismic perimeter stabilizer bars, seismic struts, and seismic clips. F. Metal Edge Moldings and Trim: Type and profile indicated or, if not indicated, manufacturer's standard moldings for edges and penetrations that comply with seismic design requirements; formed from sheet metal of same material, finish, and color as that used for exposed flanges of suspension system runners. 2.2 ACOUSTICAL PANELS FOR ACOUSTICAL PANEL CEILING A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: B. Products: Subject to compliance with requirements, provide one of the following: 1. Armstrong World Industries, Inc.; Minaboard, Cortega, #704. 2. USG Interiors, Inc.; Omni Fissured, #344. C. Basis -of -Design Product: Subject to compliance with requirements, provide Minaboard, Cortega, #704 or a comparable product by one of the following: 1. Omni Fissured, #344. D. Color: White. E. LR: Not less than 0.82. F. NRC: Not less than 0.55, Type E-400 mounting per ASTM E 795. 09511 2 CITY OF LUBBOCK IT RENOVATION 09511 ACOUSTICAL PANEL CEILINGS G. CAC: Not less than 33. H. Edge/Joint Detail: Match existing ceiling tiles located in Corridor 1 I. Thickness: 5/8 inch. J. Modular Size: 24 by 24 inches. 2.3 METAL SUSPENSION SYSTEM FOR ACOUSTICAL PANEL CEILING A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: B. Products: Subject to compliance with requirements, provide one of the following: 1. Armstrong World Industries, Inc.; Prelude ML 15/16". 2. USG Interiors, Inc.; Donn DX Series, DX24. C. Double -Web, Steel Suspension System: Main and cross runners roll formed from cold -rolled steel sheet, prepainted, electrolytically zinc coated, or hot -dip galvanized according to ASTM A 65KA 653M, not less than G30 coating designation, with prefinished metal caps on flanges. 1. Structural Classification: Intermediate -duty system. 2. End Condition of Cross Runners: Butt -edge type. 3. Cap Material: Steel cold -rolled sheet. 4. Cap Finish: Painted white. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with ASTM C 636 and seismic design requirements indicated, per manufacturer's written instructions and CISCA's "Ceiling Systems Handbook." B. Measure each ceiling area and establish layout of acoustical panels to balance border widths at opposite edges of each ceiling. Avoid using less -than -half -width panels at borders. C. Suspend ceiling hangers from building's structural members, plumb and free from contact with insulation or other objects within ceiling plenum. Splay hangers only where required to miss obstructions; offset resulting horizontal forces by bracing, c ountersp laying, or other equally effective means. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with location of hangers, use trapezes or equivalent devices. When steel framing does not permit installation of hanger wires at spacing required, install carrying channels or other supplemental support for attachment of hanger wires. 1. Do not support ceilings directly from permanent metal forms or floor deck; anchor into concrete slabs. 09511 3 CITY OF LUBBOCK IT RENOVATION 09511 ACOUSTICAL PANEL CEILINGS D. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal edges of acoustical panels. Screw attach moldings to substrate at intervals not more than 16 inches o.c. and not more than 3 inches from ends, leveling with ceiling suspension system to a tolerance of 1!8 inch in 12 feet. Miter corners accurately and connect securely. E. Install suspension system runners so they are square and securely interlocked with one another. Remove and replace dented, bent, or kinked members. F. Install acoustical panels with undamaged edges and fit accurately into suspension system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat, precise fit. END OF SECTION 09511 09511 4 CITY OF LUBBOCK IT RENOVATION 09651 RESILIENT FLOOR TILE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. VinyI composition floor tile. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: Full-size units of each color and pattern of floor tile required. C. Maintenance data. 1.3 QUALITY ASSURANCE A. Fire -Test -Response Characteristics: As determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency. 1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm. 1.4 PROJECT CONDITIONS A. Maintain ambient temperatures within range recommended by manufacturer in spaces to receive floor tile. B. Until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer. C. Close spaces to traffic during floor tile installation. D. Close spaces to traffic for 48 hours after floor tile installation. E. Install floor tile after other finishing operations, including painting, have been completed. PART 2 - PRODUCTS i x,rrrvr I-Oeevncl-T•r�IT cr "No TILE G.l V 11 `I 11- 1—1V11 "" 11 11 1 L1V V1\ 1 " A. Products: Subject to compliance with requirements, provide the following: 1. Armstrong World Industries, Inc.; Standard Excelon, Imerial Texture, Multi -Color. 09651 1 i I I CITY OF LUBBOCK IT RENOVATION 09651 RESILIENT FLOOR TILE B. Tile Standard: ASTM F 1066, Class 1, solid -color tile. C. Wearing Surface: Embossed. D. Thickness: 1/8" E. Size: 12 by 12 inches. F. Colors and Patterns: As selected by Architect from full range of industry colors. i i 2.2 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds: Latex -modified, portland cement based or blended hydraulic -cement -based formulation provided or approved by manufacturer for applications indicated. B. Adhesives: Water-resistant type recommended by manufacturer to suit floor tile and substrate conditions indicated. 1. Use adhesives that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24): a. VCT and Asphalt Tile Adhesives: Not more than 50 g/L. b. Rubber Floor Adhesives: Not more than 60 g/L. C. Floor Polish: Provide protective liquid floor polish products as recommended by manufacturer. PART 3 - EXECUTION 3.1 PREPARATION A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products. B. Concrete Substrates: Prepare according to ASTM F 710. 1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners. 2. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents. 3. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. Proceed with installation only after substrates pass testing. C. Fill cracks, holes, and depressions in substrates xvith trowelable leveling and patching compound and remove bumps and ridges to produce a uniform and smooth substrate. D. Do not install floor tiles until they are same temperature as space where they are to be installed. 09651 2 CITY OF LUBBOCK IT RENOVATION 09651 RESILIENT FLOOR TILE 1. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation. E. Sweep and vacuum clean substrates to be covered by resilient products immediately before installation. 3.2 FLOOR TILE INSTALLATION A. Comply with manufacturer's written instructions for installing floor tile. B. Lay out floor tiles from center marks established with principal walls, discounting minor offsets, so tiles at opposite edges of room are of equal width. Adjust as necessary to avoid using cut widths that equal less than one-half tile at perimeter. 1. Lay tiles square with room axis in pattern indicated. C. Match floor tiles for color and pattern by selecting tiles from cartons in the same sequence as manufactured and packaged, if so numbered. Discard.broken, cracked, chipped, or deformed tiles. 1. Lay tiles with grain direction alternating in adjacent tiles (basket -weave pattern). D. Scribe, cut, and tit floor tiles to butt neatly and` tightly to vertical surfaces and permanent fixtures including built-in furniture, cabinets, pipes, outlets, and door frames. E. Extend floor tiles into toe spaces, door reveals, closets, and similar openings. Extend floor tiles to center of door openings. F. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on floor tiles as marked on substrates. Use chalk or other nonpermanent, nonstaining marking device. G. Adhere floor tiles to flooring substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, and other surface imperfections. 3.3 CLEANING AND PROTECTION A. Comply with manufacturer's written instructions for cleaning and protection of floor tile. B. Floor Polish: Remove soil, visible adhesive, and surface blemishes from floor tile surfaces before applying liquid floor polish. C. Cover floor tile until Substantial Completion. END OF SECTION 09651 09651 3 CITY OF LUBBOCK IT RENOVATION 09653 RESILIENT WALL BASE AND ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Resilient base. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For each type of product indicated, in manufacturer's standard -size Samples but not less than 12 inches long, of each resilient product color, texture, and pattern required. 1.3 QUALITY ASSURANCE A. Fire -Test -Response Characteristics: As determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency. 1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm. 1.4 PROJECT CONDITIONS A. Maintain ambient temperatures within range recommended by manufacturer in spaces to receive . resilient products. B. Until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer. C. Install resilient products after other finishing operations, including painting, have been completed. PART2-PRODUCTS 2.1 RESILIENT BASE A. Resilient Base: i. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Allstate Rubber Corp.; Stoler Industries. 09653 1 CITY OF LUBBOCK IT RENOVATION 09653 RESILIENT WALL BASE AND ACCESSORIES b. Armstrong World Industries, Inc. i C. Burke Mercer Flooring Products; Division of Burke Industries, Inc. d. Endura Rubber Flooring; Division of Burke Industries, Inc. e. Estrie Products International; American Biltrite (Canada) Ltd. f. Flexco, Inc. g. Johnsonite. h. Mondo Rubber International, Inc. i. Musson, R. C. Rubber Co. j. Nora Rubber Flooring; Freudenberg Building Systems, Inc. k. PRF USA, Inc. 1. Roppe Corporation, USA. in. VPI, LLC; Floor Products Division. B. Resilient Base Standard: ASTM F 1861. l . Material Requirement: Rubber, FS SS-W-40, Type II. -- 2. Manufacturing Method: Group I (solid, homogeneous). 3. Style: Cove (base with toe). C. Minimum Thickness: 1/8". D. Height: 4 inches. E. Lengths: Coils in manufacturer's standard length. F. Outside Corners: Preformed. G. Inside Corners: Preformed. H. Finish: Satin. I. Colors and Patterns: As selected by Architect from full range of industry colors. 2.2 RESILIENT MOLDING ACCESSORY A. Resilient Molding Accessory: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Burke Mercer Flooring Products; Division of Burke Industries, Inc. b. Flexco, Inc. C. Johnsonite. d. R.C.A. Rubber Company (The). C. Roppe Corporation, USA. f. V"PI, LLC; Floor Products Division. B. Description: Carpet edge for glue -down applications. Joiner for tile and carpet. Transition strips. 09653 2 CITY OF LUBBOCK IT RENOVATION 09653 RESILIENT WALL BASE AND ACCESSORIES C. Material: Rubber. D. Colors and Patterns: As selected by Architect from full range of industry colors. 2.3 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds: Latex -modified, portland cement based or blended hydraulic -cement -based formulation provided or approved by manufacturer for applications indicated. B. Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and substrate conditions indicated. C. Floor Polish: Provide protective liquid floor polish products as recommended by resilient stair tread manufacturer. PART 3 - EXECUTION 3.1 PREPARATION A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products. B. Concrete Substrates for Resilient Stair Treads and Accessories: Prepare according to ASTM F 710. 1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners. 2. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents. 3. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. C. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound and remove bumps and ridges to produce a uniform and smooth substrate. D. Do not install resilient products until they are same temperature as the space where they are to be installed. 1. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation. E. Sweep and vacuum clean substrates to be covered by resilient products immediately before installation. 3.2 RESILIENT BASE INSTALLATION A. Comply with manufacturer's written instructions for installing resilient base. 09653 3 i CITY OF LUBBOCK IT RENOVATION 09653 RESILIENT WALL BASE AND ACCESSORIES B. Apply resilient base to walls, columns, pilasters, casework and cabinets in toe spaces, and other l permanent fixtures in rooms and areas where base is required. C. Install resilient base in lengths as long as practicable without gaps at seams and with tops of adjacent pieces aligned. D. Tightly adhere resilient base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. E. Do not stretch resilient base during installation. 3.3 RESILIENT ACCESSORY INSTALLATION A. Comply with manufacturer's written instructions for installing resilient accessories. B. Resilient Molding Accessories: Butt to adjacent materials and tightly adhere to substrates throughout length of each piece. Install reducer strips at edges of carpet and resilient floor covering that would otherwise be exposed. 3.4 CLEANING AND PROTECTION A. Comply with manufacturer's written instructions for cleaning and protection of resilient products. B. Floor Polish: Remove soil, visible adhesive, and surface blemishes from resilient stair treads before applying liquid floor polish. C. Cover resilient products until Substantial Completion, END OF SECTION 09653 09653 4 i CITY OF LUBBOCK IT RENOVATION 09680 CARPET PART1-GENERAL 1.1 SUMMARY A. This Section includes tufted carpet and carpet cushion. 1.2 SUBMITTALS A. Product Data: For each product indicated. B. Samples: For each color and texture required. 1. Carpet: 12-inch- square Sample. 2. Exposed Edge, Transition, and other Accessory Stripping: 12-inch- long Samples. 3. Carpet Cushion: 6-inch- square Sample. C. Maintenance data. 1.3 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who is certified by the Floor Covering Installation Board or who can demonstrate compliance with its certification program requirements. B. Mockups: Before installing carpet, build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.4 DELIVERY, STORAGE, AND HANDLING A. Comply with CRI 104, Section 5, "Storage and Handling." 1.5 PROJECT CONDITIONS A. Comply with CRI 104, Section 7.2, "Site Conditions; Temperature and Humidity" and Section 7.12, "Ventilation." 1.6 WARRANTY A. Special Warranty for Carpet: Manufacturer's standard form in which manufacturer agrees to repair or replace components of carpet installation that fail in materials or workmanship within 09680 1 CITY OF LUBBOCK IT RENOVATION 09680 i CARPET specified warranty period. Failures include, but are not limited to, more than 10 percent loss of face fiber, edge raveling, snags, runs, loss of tuft bind strength, excess static discharge, and delamination. 1. Warranty Period: 10 years from date of Substantial Completion. 1.7 EXTRA MATERIALS A. Furnish extra materials described below, before installation begins, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Carpet: Full -width rolls equal to 5 percent of amount installed for each type indicated, but not less than 10 sq. yd.. PART 2 - PRODUCTS 2.1 TUFTED CARPET A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: B. Products: Subject to compliance with requirements, provide the following: 1. Lees "Faculty IV" with "duracolor", as manufactured by Lee's Commercial Carpet Company or approved equal. a. Color: As selected by Architect from manufacturer's full range. C. Pile Characteristic: Level -loop pile. D. Surface Texture: performance loop pile. E. Guage: 1/8" F. Stitches Per Inch: 8.3 per inch G. Finished Pile Thickness: .145" avg. H. Dye Method: yarn dyed. I. Backing Material: Unibond by LEES. J. Face Yarn: Antron Legacy nylon 6,6 with DuraTech Soil Protection by DuPont. K. Face Weight: 26oz/yd2. L. Size / Width: 12' width. 09680 2 CITY OF LUBBOCK IT RENOVATION 09680 CARPET - 2.2 INSTALLATION ACCESSORIES A. Trowelable Leveling and Patching Compounds: Latex -modified, hydraulic -cement -based formulation provided or recommended by carpet manufacturer. B. Adhesives: Water-resistant, mildew -resistant, nonstaining type to suit products and subtloor conditions indicated, that complies with flammability requirements for installed carpet and is recommended or provided by carpet manufacturer. C. Tackless Carpet Stripping: Water-resistant plywood, in strips as required to match cushion thickness and that comply with CRI 104, Section 12.2. D. Seam Adhesive: Hot -melt adhesive tape or similar product recommended by carpet manufacturer for sealing and taping seams and butting cut edges at backing to form secure seams and to prevent pile loss at seams. PART 3 - EXECUTION I 3.1 INSTALLATION �i A. Comply with CRI 104 and carpet manufacturer's written installation instructions for the following: 1. Direct -Glue -Down Installation: Comply with CRI 104, Section 9, "Direct Glue -Down Installation." 2. Stretch -in Installation: Comply with CRI 104, Section 12, "Stretch -in Installation." B. Comply with carpet manufacturer's written recommendations and Shop Drawings for seam locations and direction of carpet; maintain uniformity of carpet direction and lay of pile. At doorways, center seams under the door in closed position. C. Extend carpet into toe spaces, door reveals, closets, open -bottomed obstructions, removable flanges, alcoves, and similar openings. D. Install pattern parallel to walls and borders. END OF SECTION 09680 09680 3 CITY OF LUBBOCK IT RENOVATION 09900 PAINTING I PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Furnish and install all materials required for complete painting & finishing waterproofing face brick & cast stone, including caulking, scheduled on the Drawings and listed below. B. Submittals and samples in accordance with General Provisions. 1. Mock-up: When requested, prepare 12 inch x 12-inch samples of specified finishes, apply samples to identical materials to which they will be applied on the job. Apply paints in 4 sf areas on surfaces at job site for review by Architect C. After Project is completed, leave for Owner any unused paint of each type and color. Label, date and seal tight. Leave one -gallon minimum of each color. D. All materials shall be in sealed, original factory labeled containers bearing complete names and instructions. E. Store all painting materials outside of buildings and take all precautionary measures to prevent fire hazards. F. All interior finishes shall have a Class "A" flame spread rating. 1.2 QUALITY ASSURANCE A. Single Source Responsibility: Provide primers and other undercoat paint produced by same manufacturer as finish coats. Use only thinners approved by paint manufacturer, and use only within recommended limits. B. Use only qualified painters for mixing and application of paint and coating; in acceptance or rejection of installed painting, no allowance will be made for lack of skill on part of painters. C. A "Tooke Dry Film Thickness Gage" may be used to check and verify dry mil thickness of paint applied, if question of adequate coverage arises. D. Prepare, store and apply all paint products as recommended by manufacturer. PART 2-PRODUCTS 2.1 GENERAL A. Manufacturers: All paint, stain, varnish, lacquer, and accessory materials shall be "first line", highest quality. 1. Thoro Systems 2. Kelly Moore Paint Co. 09900 1 i I CITY OF LUBBOCK IT RENOVATION 09900 PAINTING 3. Sonneborn 4. Sherwin Williams 5. Coronado 6. Pittsburgh Paint 7. Tnemec B. Approximately two (2) exterior and eight (8) interior colors may be selected by Architect from standard colors. Approximately two (2) additional deep tone colors may be selected by the Architect for interior use. C. Color Pigments: Pure, non -fading, applicable types to suit substrates and service indicated. PART 3 - EXECUTION 3.1 GENERAL A. Thoroughly examine surfaces scheduled for painting prior to commencement of Work. Report in writing to Architect, any condition that may potentially affect proper application. Do not commence until defects have been corrected. B. Correct defects and deficiencies in surfaces which may adversely affect finish. C. Remove doors to paint door bottoms. D. Air Quality: Take all necessary steps to minimize emission of volatile organic compounds (VOC), and comply with all applicable regulations regarding indoor air quality, including Clean Air Act of I972, and all applicable amendments/modifications. Ventilate and "air out' all areas as recommended by manufacturers of materials being installed 3.2 COLORS A. General: No more than 2 colors will be used in each room unless noted otherwise. One or more walls may be painted an accent color in each room. 3.3 JOINT SEALANTS A. Coordinate sealants for compatibility with finish materials. Refer to Section 07920 - JOINT SEALANTS. B. All sealants on exterior of building shall be applied after the building has been painted. Sealants and painting to match. 3.4 PRIME COATS A. Field priming will not be required on items delivered with prime or shop coats already applied. B. Prime surfaces not provided with factory furnished prime coat. 09900 2 CITY OF LUBBOCK IT RENOVATION 09900 PAINTING 3.5 PRE -FINISHED PRODUCTS A. Field painting will not be required on items specified to be completely finished at factory, aluminum, copper, brass, bronze and other non-ferrous metal and exterior wall finish system unless specifically designated. 3.6 PREPARATION A. Follow manufacturer's recommendations, but as a minimum prepare surfaces as follows; 1. Gypsum Board: Remove contamination and prime to show defects, if any. Paint after defects have been remedied. 2. Galvanized Metals: Remove surface contamination and oils from surfaces and wash with solvent. 3. Concrete and Concrete Masonry Units: Remove dirt, loose mortar, scale, powder and other foreign matter from surfaces to be painted or to receive a clear seal. Remove oil and grease with a solution of trisodium phosphate, rinse well and allow to thoroughly dry. 4. Remove stains from concrete and concrete block surfaces caused by weathering of corroding metals with a solution of sodium metasilicate after being thoroughly wetted with water. Allow to thoroughly dry. 5. Primed Steel Surfaces: Clean surfaces by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts and nuts are similarly cleaned. Prime surfaces to indicated defects, if any. Paint after defects have been remedied. 6. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather out edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. 7. Millwork and Miscellaneous Wood Items: Wipe off dust and grit prior to priming or sealing. Spot coat knots, pitch streaks and sappy sections with sealer. Fill nail holes and cracks after primer has dried and sand between coats 8. Hardware: Mask all door, cabinet, & other hardware as necessary to keep paintistain off. 3.7 APPLICATIONS A. Apply each coat at proper consistency, rate of coverage and dry mil thickness as described by manufacturer's recommendations. B. Each coat of paint is to be slightly darker or lighter than preceding coat unless otherwise approved by Architect. C. Sand lightly between coats to achieve required finish. D. The number of coats listed hereinafter is minimum requirements. E. Additional coats due to "bleeding through" shall be applied by Contractor at no additional cost to Owner. F. Do not apply finishes on surfaces that are not sufficiently dry. G. Allow each coat of finish to dry before following coat is applied, unless directed otherwise by manufacturer. 09900 3 CITY OF LUBBOCK IT RENOVATION 09900 PAINTING - H. Prime top and bottom edges of metal doors with one coat of enamel undercoat when they are to be painted. Finish coat top and bottom edges. I. Prime top and bottom edges of wood doors with two coats of varnish when they are to receive a stain or clear finish. Prime after staining has been applied. J. Tape joints and fill wood wall panels as necessary to provide smooth consistent finish with no visible joints. 3.8 MECHANICAL AND ELECTRICAL EQUIPMENT A. Paint exposed mechanical equipment items (i.e. pipes, conduits, roof exhausts, roof vents, ducts, units, etc.) not factory finished and exposed to view. Mechanical rooms are not considered finished room areas. B. Factory prime coats do not constitute factory finish if color is not compatible with adjacent surfaces. C. Refer to mechanical and electrical Sections with respect to color coding identification banding of equipment, ducting, piping and conduit. D. Remove grilles, covers and access panels for mechanical and electrical systems from location and paint separately. E. Finish paint primed equipment to color selected. F. Prime and paint insulated and bare pipes, conduits, boxes, insulated and bare ducts, hangers, brackets, collars and supports, when intended to be exposed in finished rooms, except where items are plated or covered with a pre -finished coating. G. Replace identification markings on mechanical or electrical equipment when painted over or spattered. H. Paint exposed conduit and electrical equipment occurring in finished areas. Color and texture to match adjacent surfaces. I. Paint both sides and edges of plywood backboards for electrical equipment before installing backboards and mounting equipment on them. J. Paint all exposed gas piping on the roof as directed by the Architect. 3.9 CLEANING A. As work proceeds and upon completion, promptly remove paint where spilled, splashed or spattered. B. During progress of Work keep premises free from any unnecessary accumulation of tools, equipment, surplus materials and debris. C. Upon completion of Work leave premises neat and clean, to the satisfaction of Architect. 09900 4 CITY OF LUBBOCK IT RENOVATION 09900 PAINTING 3.10 EXTRA STOCK A. Leave on premises, where directed by Architect, not less than one gallon of each color used. B. Containers to be tightly sealed and clearly labeled for identification. 3.11 PAINTING & FINISHING SCHEDULE A. Interior/Exterior Hollow Metal: 1. One (1) coat K-M 5725 DTM Acrylic Primer 2. Two (2) coats K-M DTM Acrylic Enamel B. Miscellaneous Exterior/Interior Metals (hollow metal, posts, exposed structure and expanded metal panels, new gas piping and exposed mechanical equipment, metal risers and stringers at new stairs. 1. Touch up shop primer 2. Two (2) coats K-M Kel-Guard Semi -Gloss #1700 or Pittsburg Alkyd Semi -Gloss 6-1 l 10. C. Painted Millwork and Trim: 1. One (1) coat K-M Flo -Coat Enamel undercoat #985 2. Two (2) coats K-M Kel-cote Semi -Gloss Enamel #1630. D. Stained Millwork and Trim and Doors: 1. One (1) coat hand rubbed stain #1281 2. One (1) coat K-M Pro -Plastic Polyurethane #22-21, thinned 3. Sand 4. Two (2) coats K-M Pro -Plastic Polyurethane ##22-21 E. Painted Gypsum Board Surfaces: 1. One (1) coat of K-M #970 "Acry-Plex Sealer". 2. Two (2) coats of K-M #1680's "Dura-Poxy Semi -Gloss Acrylic Enamel". F. Painted Concrete Block: One (1) coat of K-M #521 Acrylic Block Filler. 1. Two (2) coats of K-M #1680's "Dura-Poxy Semi -Gloss Acrylic Enamel". G. Caulk and Sealants: Refer to Sections 07920. H. Concrete Floors: 1. K-M #7100 Envira-Poxy 2 Coats. END OF SECTION 09900 09900 5 i CITY OF LUBBOCK IT RENOVATION 10265 IMPACT -RESISTANT WALL PROTECTION PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Corner guards. 1.2 SUBMITTALS A. Product Data: For each type ofproduct indicated. B. Shop Drawings: Include sections, details, and attachments to other work. C. Samples: For each type of unit and for each color and texture required. D. Maintenance data. 1.3 QUALITY ASSURANCE A. Fire -Test -Response Characteristics: Provide impact -resistant, plastic wall -protection units with surface -burning characteristics as determined by testing identical products per ASTM E 84, NFPA 255, or UL 723 by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. 1.4 DELIVERY, STORAGE, AND HANDLING A. Store plastic wall -protection components for a minimum of 72 hours, or until plastic material attains a minimum room temperature of 70 deg F. 1.5 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of impact -resistant wall -protection units that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years &-oin date of Substantial Completion. PART2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 10265 1 CITY OF LUBBOCK IT RENOVATION 10265 IMPACT -RESISTANT WALL PROTECTION 1. Basis -of -Design Product: The design for each impact -resistant wall -protection unit is based on the product named. Subject to compliance with requirements, provide either the named product or a comparable product by one of the other manufacturers specified. 2.2 MATERIALS A. Extruded Rigid Plastic: High -impact -resistant PVC or acrylic -modified vinyl plastic with integral color throughout. B. Adhesive: Type recominended by manufacturer for use with material being adhered to substrate indicated. 2.3 CORNER GUARDS A. Surface -Mounted, Opaque -Plastic Corner Guards: Fabricated from PVC plastic, acrylic - modified vinyl sheet or opaque polycarbonate sheet; with formed edges; fabricated with 90- or 135-degree turn to match wall condition. 1. Basis -of -Design Product: "Pawling Corporation" Number CG-13 or a comparable product by one of the following: 2. Manufacturers: a. American Floor Products Co., Inc. b. ARDEN Architectural Specialties, Inc. C. Balco, Inc. d. Boston Retail Products. e. Construction Specialties, Inc. f. IPC Door and Wall Protection Systems; Division of InPro Corporation. g. Korogard Wall Protection Systems; Division of RJF International Corporation. h. Pawling Corporation. i. Tepromark International, Inc. 3. Wing Size: Nominal 3". 4. Height:48". 5. Mounting: Adhesive. 6. Color and Texture: As selected by Architect from manufacturer's full range. PART 3 - EXECUTION 3.1 INSTALLATION A. Install Corner Guards with the bottom edge against the top of the scheduled base. B. Complete finishing operations, including painting, before installing impact -resistant wall - protection system components. 10265 2 CITY OF LUBBOCK IT RENOVATION 10265 IMPACT -RESISTANT WALL PROTECTION C. Install impact -resistant wall -protection units level, plumb, and true to line without distortions. Do not use materials with chips, clacks, voids, stains, or other defects that might be visible in the finished Work. 1. Provide splices, mounting hardware, anchors, and other accessories required for a complete installation. D. Immediately after completion of installation, clean plastic covers and accessories using a standard, ammonia -based, household cleaning agent. _} E. Remove excess adhesive using methods and materials recommended in writing by manufacturer. END OF SECTION 10265 10265 3 AGNEW ASSOCIATES, INC. PROJECT NUMBER 1206021 CITY OF LUBBOCK IT RENOVATION TABLE OF CONTENTS SECTION TITLE DIVISION 15 MECHANICAL PAGE 15000 GENERAL PROVISIONS FOR MECIIANICAL..................................................1-1' 15200 PIPING AND ACCESSORIES...............................................................................1-6 15210 PLUMBING SYSTEMS..........................................................................................1-2 15230 CHILLED WATER SYSTEMS..............................................................................1-2 15235 HEATING WATER SYSTEMS..............................................................................1-3 15260 REFRIGERANT PIPING SYSTEM.......................................................................1-3 15320 AIR DISTRIBUTION..............................................................................................1-7 15330 HANGERS AND SUPPORTS................................................................................1-5 15500 EQUIPMENT..........................................................................................................1-11 15600 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS ........1-2 15700 TEMPERATURE REGULATION..........................................................................1-3 400 �+ .................. A.0 / I�AVf:, 0. LAUGIALIN 70991 rrr� 44b IC The seal appearing on this document was authorized by David D. Laughlin, PE 70901, on September 5, 2007. Alteration of a sealed document without proper notification to the responsible engineer is an offense under the Texas Engineering Practice Act. CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL SECTION 15000 - GENERAL PROVISIONS FOR MECHANICAL PART 1 - GENERAL 1.1 SPECIAL NOTE A. The Architectural and Structural Plans and Specifications, including the supplements issued thereto, Information to Bidders, and other pertinent documents issued by the Architect, are a part of these specifications and the accompanying mechanical and electrical plans, and shall be complied with in every respect. All the above is included herewith, will be issued separately or is on file at the Architect's office, and shall be examined by all bidders. Failure to comply shall not relieve the Contractor of responsibility or be used as a basis for additional compensation due to omission of drawings. Where the Supplementary General Conditions conflict with the General Conditions, the Supplementary General Conditions shall govern. 1.2 CHECKING DOCUMENTS A. The drawings and the specifications are numbered consecutively. The Contractor shall check the drawings and specifications thoroughly and shall notify the Architect of any discrepancies or omissions of sheets or pages. Upon notification, the Architect will promptly provide the Contractor with any missing portions of the drawings or specifications. No discrepancies or omissions of sheets or pages of the contract documents will relieve the Contractor of his duty to provide all work required by the complete contract documents. 1.3 GENERAL A. In general, the lines and ducts to be installed by the various trades under these specifications shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner. The following is a general outline concerning the running of various lines and ducts and is to be excepted where the drawings or conditions at the building necessitate deviating from these standards. B. All piping and ductwork for the mechanical trade shall be concealed in chases in finished areas, except as indicated on the drawings. Horizontal lines run in areas that have ceilings shall be run concealed in those ceilings, unless otherwise specifically indicated or directed. C. Piping anal ductwork may be ran exposed in :raehirer; and equipment spaces, where serving as connections to equipment items in finished rooms where exposed connections ._J are required, and elsewhere as indicated on the drawings or required. { 15000 - 1 CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL i D. The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they are under construction. All concealed lines shall be installed as required by the pace of the general construction to precede that general construction. E. The mechanical plans do not give exact details as to elevations of lines and ducts, exact locations, etc., and do not show all the offsets, control lines, pilot lines and other installation details. The Contractor shall carefully lay out his work at the site to conform to the architectural and structural conditions, to provide proper grading of lines, to avoid all obstruction, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide an integrated, satisfactorily operating installation. F. The mechanical plans do not give exact locations of outlets, fixtures, equipment items, etc. The exact location of each item shall be determined by reference to the general plans and to all detail drawings, equipment drawings, roughing -in drawings, etc., by measurements at the building, and in cooperation with other sections. Minor relocations necessitated by the conditions at the site or as directed by the Architect shall be made without any additional cost accruing to the Owner. G. The Contractor shall be responsible for the proper fitting of his material and apparatus into the space. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the drawings, he shall arrange for such space with the Architect before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such necessary changes at his (the Contractor's) own expense. H. The Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these specifications and plans. The drawings shall be checked by the architect before the work is started. Any conflict with the building conditions shall be corrected by the Contractor before the work proceeds. I. Order of precedence shall be observed in laying out the pipe, ductwork, material, and conduit in order to fit the material into the space above the ceiling and in the chases and walls. The following order shall govern: 1. Items affecting the visual appearance of the inside of the building such as lighting fixtures, diffusers, grilles, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site. 2. Lines requiring grade to function such as sewers. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets. Piping and ducts serving outlets on items of equipment shall be run in the most appropriate manner. Where the equipment has built-in chases, the lines shall be contained therein. Where the equipment is of the open type, the lines shall be run as close as possible to the underside of the top and in a neat and inconspicuous manner. 15000 - 2 CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL K. Exceptions and inconsistencies in plans and specifications shall be brought to the Architect's attention before the contract is signed. Otherwise, the Contractor shall be responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus, material, or equipment. L. The Contractor shall distinctly understand that the work described herein and shown on the accompanying drawings shall result in a finished and working job, and any item required to accomplish this intent shall be included whether specifically mentioned or not. M. Each bidder shall examine the plans and specifications for the General Construction. If these documents show any item requiring work under Division 15 and that work is not indicated on the respective "M" or "P" drawings, he shall notify the Architect in sufficient time to clarify before bidding. If no notification is received, the Contractor is assumed to require no clarification, and shall install the work as indicated on the General Plans in accordance with the specifications. 1.4 DIMENSIONS A. Before ordering any material or doing any work, the Contractor shall verify all dimensions, including elevations, and shall be responsible for the correctness of the same. No extra charge or compensation will be allowed on account of differences between actual dimensions and measurements indicated on the drawings. Any difference which may be found shall be submitted to the Architect for consideration before proceeding with the work. 1.5 INSPECTION OF SITE A. The accompanying plans do not indicate completely the existing mechanical installations. The bidders for the work under these sections of the specifications shall inspect the existing installations and thoroughly acquaint themselves with conditions to be met and the work to be accomplished in removing and modifying the existing work, and in installing the new work in the present building and underground serving to and from that structure. Failure to comply with this shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installations and/or installing any new work. 1.6 ELECTRICAL WIRING A. All electric wiring of every character, both for power supply, for pilot and control, for temperature control, for communications, etc. will be done under Division 16 of these specifications. The Contractor for each section shall erect all his motors in place ready for connections. The Contractor, under Division 16, shall mount ail the starters and controls, furnishing the supporting structures and any required outlet boxes. B. Every electrical current consuming device furnished as a part of this project, or furnished by the Owner and installed in this project, shall be completely wired up under Division 15000 - 3 CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL 16. Verification of exact location, method of connection, number and size of wires required, voltage requirements, and phase requirements is the responsibility of the Contractor under Division 16. If conflicts occur between the drawings and the actual requirements, actual requirements shall govern. 1.7 MOTORS AND CONTROLS A. All motors furnished under any of the several sections of these specifications shall be of recognized manufacture, of adequate capacity for the loads involved and wound for the current characteristics shown on the electrical drawings. All motors shall conform to the standards of manufacture and performance of the National Electrical Manufacturers' Association as shown in their latest publications. They shall further be listed by Underwriters Laboratories. 1.8 PROGRESS OF WORK A. The Contractor shall keep himself fully informed as to the progress of the work and do his work at the proper time without waiting for notification from the Architect or Owner. 1.9 MANUFACTURER'S DIRECTIONS A. All manufactured articles shall be applied, installed and handled as recommended by the manufacturer. 1.10 MATERIALS AND WORKMANSHIP A. All materials shall be new unless otherwise specified and of the quality specified. Materials shall be free from defects. All materials of a type for which the Underwriters Laboratories, Inc. have established a standard shall be listed by the Underwriters Laboratories, Inc. and shall bear their label. B. Wherever the make of material or apparatus required is not definitely specified, the Contractor shall submit a sample to the Architect before proceeding. C. The Architect reserves the right to call for samples of any item of material offered in substitution, together with a sample of the specified material, when, in the Architect's opinion, the quality of the material and/or the appearance is involved and it is deemed that an evaluation of the two materials may be better made by visual inspection. This shall be limited to plumbing brass, grilles, registers, ceiling outlets and similar items and shall not be applicable to major manufacturers' items of equipment. D. The Contractor shall be responsible for transportation of his materials to and nn the inh and shall be responsible for the storage and protection of these materials and work until the final acceptance of the job. 15000 - 4 CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL E. The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract. F. The workmanship shall in all respects be of the highest grade and all construction shall be done according to the best practice of the trade. 1.11 SUBSTITUTION OF MATERIAL A. Where a definite material or only one manufacturer's name is mentioned in these specifications, it has been done in order to establish a standard. The product of the particular manufacturer mentioned is of satisfactory construction and any substitution must be of quality as good as or better than the named article. No substitution shall be made without review by the Architect, who will be the sole judge of equality. B. The Contractor shall submit for approval a complete list of the materials he proposes to use. This list shall give manufacturers' names and designations corresponding to each and every item and the submission shall be accompanied by complete descriptive literature and/or any supplementary data, drawings, etc., necessary to give full and complete details. C. Should a substitution be accepted under the provisions of the conditions of these specifications, and should this substitute prove to be defective or otherwise unsatisfactory for the service for which it is intended within the guarantee period, the Contractor who originally requested the substitution shall replace the substitute material with the specified material. 1.12 SHOP DRAWINGS A. Wherever shop drawings are called for in these specifications, they shall be furnished by the Contractor for the work involved after review by the Architect as to the snake and type of material and in sufficient time so that no delay or changes will be caused. This is done in order to facilitate progress on the job and failure on the part of the Contractor to comply shall render him liable to stand the expense of any and all delays, changes in construction, etc., occasioned by his failure to provide the necessary details. Also, if the Contractor fails to comply with this provision, the Architect reserves the right to go directly to the manufacturer he selects and secure any details he might deem necessary and should there be any charges in connection with this, they shall be borne by the Contractor. B. Shop drawings will be reviewed by the Architect for general compliance with the design concept of the project and general compliance with the information given in the contract documents. Review by the Architect and any action by the Architect in marking shop drawings is subject to the requirements of the entire contract documents. Contractor will I held responsible' quantities, dimensions which shall be confirmed and correlated at the job site, fabrication processes and techniques of construction, coordination of all trades and the satisfactory performance of his work. l 5000 - 5 CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL C. Shop drawings submitted shall not consist of manufacturers' catalogues or tear sheets therefrom that contain no indication of the exact item offered. Rather, the submission of individual items shall designate the exact item offered and shall clearly identify the item with the project. D. All shop drawings shall be submitted at one time and shall consist of a bound catalogue of all shop drawings under each section, properly indexed and certified that they have been checked by the Contractor. E. The omissions of any material from the shop drawings which has been shown on the contract drawings or specified, even though reviewed by the Architect, shall not relieve the Contractor from furnishing and erecting same. 1.13 PROTECTION OF APPARATUS A. The Contractor shall at all times take such precautions as may be necessary to properly protect his new apparatus from damage. This shall include the erection of all required temporary shelters to adequately protect any apparatus stored in the open on the site, the cribbing of any apparatus above the floor of the construction, and the covering of apparatus in the incompleted building with tarpaulines or other protective covering. Failure on the part of the Contractor to comply with the above to the entire satisfaction of the Architect will be sufficient cause for the rejection of the pieces of apparatus in question. 1.14 PERMITS, FEE, ETC. A. The Contractor under each section of these specifications shall arrange for a permit from the local authority. The Contractor shall arrange for all utility services, including sewer, water and gas services as applicable. if any charges are made by any of the utility companies due to the work on this project, the Contractor shall pay these charges, including charges for metering, connection, street cutting, etc. The Contractor shall pay for any inspection fees or other fees and charges required by ordinance, law, codes and these specifications. 1.15 TESTING A. The Contractor under each division shall at his own expense perform the various tests as specified and required by the Architect and as required by the State and local authorities. The Contractor shall furnish all fuel and materials necessary for making tests. Notify the Architect a minimum of 24 hours in advance of all tests. L16 LAWS; CODES AND ORDINANCES A. All work shall be executed in strict accordance with all local, state and national codes, ordinances -and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of 15000 - 6 CITY OF LUBBOCK IT RENOVATIONS 15500 - GENERAL PROVISIONS FOR MECHANICAL the work under this heading to suit those requirements. Where these specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Architect, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. 1.17 TERMINOLOGY A. Whenever the words "furnish", "provide", "furnish and install," "provide and install', and/or similar phrases occur, it is the intent that the materials and equipment described be furnished, installed and connected under this Division of the Specifications, complete for operation unless specifically noted to the contrary. B. Where a material is described in detail, listed by catalogue number or otherwise called - for, it shall be the Contractor's responsibility to furnish and install the material. C. The use of the word "shall" conveys a mandatory condition to the contract. D. "This section" always refers to the section in which the statement occurs. E. "The project" includes all work in progress during the construction period. F. "Concealed" areas are those areas which cannot be seen by the building occupants from the floor with all building components in place. G. "Exposed" areas are all areas which are exposed to view by the building occupants, including mechanical rooms. H. In describing the various items of equipment, in general, each item will be described singularly, even though there may be a multiplicity of identical or similar items. 1.18 COOPERATION AND CLEANING UP A. The contractor for the work under each section of these specifications shall coordinate his work with the work described in all other sections of the specifications to the end that, as a whole, the job shall be a finished one of its kind, and shall carry on his work in such a manner that none of the work under any section of these specifications shall be handicapped, hindered or delayed at any time. B. At all times during the progress of the work, the Contractor shall keep the premises clean and free of unnecessary materials and debris. The Contractor shall, on direction at any tilde from the Architect, clear any designated areas or area of materials and debris. On completion of any portion of the work, the Contractor shall remove from the premises all tools and machinery and all debris occasioned by the work, leaving the premises free of all obstructions and hindrances. 15000 - 7 CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL - 1.19 COORDINATION OF TRADES A. The Contractor shall be responsible for resolving all coordination required between trades. For example, items furnished under Division 15 which require electrical connections shall be coordinated with Division 16 for: 1. Voltage 2. Phase 3. Ampacity 4. No. and size of wires 5. Wiring diagrams 6. Starter size, details and location 7. Control devices and details B. Items furnished under various sections which require plumbing connections shall be coordinated for services, pressure, size and location of connections, type of fuel, clearances for service, auxiliary devices required, etc. C. Items requiring insulation shall be fully insulated and that insulation shall be checked against manufacturer's directions and job requirements for suitability, coverage, thickness and finish. D. Items installed in/on finished ceilings shall be coordinated with the ceiling construction. The Contractor under each section shall conform to the reflected ceiling plan and shall secure details and/or samples of the ceiling materials as necessary to insure compatibility. Any device not conforming to this requirement shall be replaced by the Contractor at his expense. E. All items specified under Division 15 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. 1.20 CUTTING AND PATCHING A. The Contractor for work specified under each section shall perform all structural and general construction modifications and cut all openings through either roof, walls, floors or ceilings required to install all work specified under that section or to repair any defects that appear up to the expiration of the guarantee. The Contractor shall exercise due diligence to avoid cutting openings larger than required or in wrong locations. Verify the scope of this work at the site and in cooperation with all other trades before bidding. B. No cutting shall be done to any of the structural members that would tend to lessen their strength, unless specific permission is granted by the Architect to do such cutting. C. The Contractor for work under each section shall be responsible for the patching of all openings cut to install the work covered by that section and to repair the damage resulting from the Ala- iiure of any pa of thic "work installed hereunder. D. Before bidding, the Contractor shall review and coordinate the cutting and patching required under the respective section with all trades. 15000 - 8 i CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL E. In all spaces where new work under Division 15 is installed and no other alteration or refinishing work is shown or called for, existing floors, walls and ceilings shall be restored to match existing conditions. All cutting and patching shall be done by workmen skilled in the affected trade. F. Where openings are cut through masonry walls, the Contractor under each respective section shall provide and install lintels or other structural supports to protect the remaining masonry and adequate support shall be provided during the cutting operation to prevent any damage to the masonry occasioned by the operation. 1.21 PAINTING A. Painting for Division 15 shall be as follows: 1. If the factory finish on any apparatus or equipment is marred, it shall be touched up and then given one coat of half -flat -half -enamel, followed by a coat of machinery enamel of a color to match the original. Paint factory primed surfaces. 2. Paint all exposed pipe, cabinets, hangers and supports, and miscellaneous metal. 3. Paint all exposed sheet metal. 4. Paint all insulated surfaces exposed to view, including piping, equipment, etc. size surfaces until a smooth, non grainy surface is obtained. 5. Generally, painting is required on all surfaces such that no exposed bare metal or insulation surface is visible. 6. Paint. all surfaces above or behind perforated return air grilles or other open spaced air outlet devices with flat black paint. All pipes, conduits, ductwork and structural members shall be painted. These surfaces shall be painted a distance away from the grille such that no unpainted surfaces are visible to a person standing on the room side and viewing through the device. 1.22 SEALING AROUND PIPES, DUCTS, ETC. A. The Contractor installing pipes, ducts, etc. shall seal all spaces between pipes and/or sleeves where they pierce walls, partitions or floors with Johns -Manville Firetemp CI intumescent caulk or as directed by architect. The packing shall effect a complete fire and/or air seal where pipes, ducts, etc., pierce walls, floors or partitions. 1.23 LARGE APPARATUS A. Any large piece of apparatus which is to be installed in any space in the building, and which is too large to permit access through windows, doorways or shafts, shall be brought to the job by the Contractor involved and placed in the space before the enclosing structure is completed. 15000 - 9 CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL 1.24 PREPARED OPENINGS A. It is anticipated that an opening will be required in the existing building for installation of the large equipment. Cooperate with all trades to avoid a larger opening than is required. The openings shall be restored after installation of the equipment. 1.25 ACCESS PANELS A. Wherever mechanical and/or plumbing equipment is installed and where future access is required through either walls or ceilings and such cannot be obtained through the removable ceiling or through other means, the Contractor shall provide Milcor Style "M" access doors at least 12 inches by 12 inches in size or larger if required for access. Provide access doors for all fire dampers, smoke dampers, valves, etc. Provide rated access panels as required for installation in rated construction. 1.26 USE OF SYSTEMS A. It is considered that it will be necessary to operate the mechanical systems to provide heating and ventilation in portions of the building that are enclosed. As systems or portions of systems become operable, they shall be operated as required to maintain habitable conditions in enclosed portions of the building that are still under construction and portions that are fully complete as may be required to properly protect installed piping, equipment and finishes. B. In order to provide protection to ducts, plenums, etc, install temporary filters over or in return air openings until all finished painting is completed. Protect supply outlets, coils, etc. as necessary in each case. C. Except for operation of cooling equipment to prove its performance and to adjust and balance the systems, that equipment will not be operated for comfort of construction workers. D. During warm weather the Contractor shall arrange for the operation of systems to supply 100 percent outside air. The systems controls shall be reset to their normal cycle of operation in each case during the times that heating is required and when the cooling equipment is operated. E. Lmnediately prior to the time that the systems are to be accepted by the Owner, each system shall be carefully examined and if ductwork is dirty, it shall be carefully cleaned by men skilled in that type of work. All filters shall be put in first class condition by replacement of filters and'or other procedures as directed. F. The use of the equipment for maintaining environmental and/or protective temperature conditions shall in no wa), constitute acceptance of that equipment and the connected piping, ducts, insulation, finishes, etc. by the Owner. Furthermore, it shall in no way shorten the guarantee period hereinafter specified. The Contractor shall either secure extended warranties from the vendors of equipment or shall purchase insurance to provide proper coverage on the equipment through the guarantee period and shall file 15000 - 10 t CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL I with the Architect substantiating affidavits from equipment manufacturers or a copy of the insurance policy covering the equipment through the guarantee period. The personal underwriting of the Contractor for equipment manufacturers' warranties is not acceptable, but his personal underwriting of piping, ductwork, insulation and associated materials is acceptable subject to the provisions of the contract. G. The Contractor shall provide such labor as may be required in the operation of the systems and shall pay all costs. 1.27 OWNERS OCCUPANCY A. It shall be understood that the building in which the work is to be done is a necessary part of the Owner's operation, and shall continue in use throughout the construction period ,..7 without interruption. Take all precautions required by the Owner for the protection of his equipment and property. B. Contractor shall cooperate with the owner in scheduling areas in which work is permitted. Owners schedule will govern. 1.28 SCHEDULE OF WORK A. The Contractor shall program his work in such manner as to interfere as little as possible with the normal routine of the Owner. It must be understood that the Owner will continue to function throughout the construction period. All water and sanitary facilities shall therefore be continued in operation with a minimum of interruption and the Contractor shall make any temporary connections necessary to comply with this requirement. 1.29 WORKING TIME A. Where new connections are to be made into existing lines, present lines must be relocated or rerouted, present equipment items relocated or other work accomplished that would affect the operation of the present building, the work shall be carried on at such times as to cause a minimum of interference with the normal operation of that building. In certain cases the work may be accomplished during normal working hours during certain designated seasons or times of the year. In other cases the work may have to be executed during times of the day outside of the normal working period, on holidays, etc. Each individual case presents a separate decision as to the time during which it shall be performed. The Contractor involved shall present each case to the Architect for his decision, which will be made after due consultation with the Owner. No additional compensation for overtime will be granted for compliance with these requirements. 1.30 RELOCATION OF EXISTING INSTALLATIONS A. There are portions of the existing plumbing system, heating, ventilating and air conditioning system which shall remain in use to serve the finished building in 15000 - It s CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL i conjunction with the indicated new installations. By actual examination at the site, each bidder shall determine those portions of the remaining present installations which must be relocated to avoid interferences with the installations of new work of his particular trade and that of all other trades. All such existing installations which interfere with new installations shall be relocated by the Contractor under the Division in which the existing material normally belongs, and in a manner as directed by the Architect. B. Failure to become familiar with the extent of the relocation work involved shall not relieve the Contractor of responsibility and shall not be used as a basis for additional compensation. 1.31 SALVAGE MATERIALS A. The Contractor shall remove existing equipment, piping, duct, grilles, and other items associated with the mechanical and plumbing systems where shown on the drawings. Where such items are exposed to view or uncovered by any cutting or removal of general construction and has no continuing function (as determined by the Architect), they shall be removed by the contractor under the section in which the item normally falls. B. Existing items (see above) where concealed in/above construction which is not disturbed, abandon in place. Plug, cap, disconnect or otherwise render harmless all such items. C. All items or materials removed from the project shall be made available for the Owner's inspection. The Owner retains the option to claim any item or material. Contractor shall deliver any claimed item or material in good condition to the place designated by the Owner. All items not claimed become the property of the contractor and shall be removed from the site. 1.32 INSTALLATION DRAWINGS A. Prior to the start of any work the Contractor shall prepare detailed installation drawings. These shall be at a scale of not less than 1/4" equals 1'0" and shall illustrate the exact location of all materials to comprise a part of the final installation. B. These installation drawings shall be used in the field for the actual installation of the work. They shall not be submitted for approval, but three copies shall be provided to the Architect for his information. Careful records shall be kept of any departures from the drawings due to conditions determined to exist during the actual installation of the work and on completion of the work the installation drawing tracings shall be revised by the Contractor to make them "as built" drawings and the originals shall be delivered to the Architect. These original drawings shall be prepared on a good grade of tracing paper, shall be neatly drawn and shall be kept in good condition prior to their final delivery to the Architect. C. These drawings shall take into consideration the structural arrangements of the building and shall in each case be closely coordinated with the work of each of the other trades including the General construction to the end that there will be no interferences between the materials to be installed under the various trades. 15000 - 12 CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL 1.33 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT A. The shop drawings for all equipment are hereby made a part of these specifications. The Contractor under each section of the specifications shall rough -in for the exact item to be fiirnished on the job, whether in another section of the specifications or by the Owner. The Contractor shall refer to all drawings and other sections of the specifications for the scope of work involved for the new equipment, and by actual site examination determine the scope of the required equipment connections for the Owner furnished equipment. B. Should any of the equipment furnished require connections of a nature different from that shown on the drawings, report the matter to the Architect and finally connect as directed by the Architect. C. Should any shop drawings not be available for equipment furnished under other contracts or by the Owner, the Contractor under each section of these specifications shall bid the work as detailed on the drawings. D. Minor differences in the equipment furnished and that indicated on the drawings will not constitute ground for additional payment to the Contractor. 1.34 MARKING OF PIPE A. The Contractor shall mark all accessible piping systems. The identification of a piping system shall be made by a positive identification of the material content of the system by lettered legend, giving the name of the content in full or abbreviated form. This mark shall be conspicuously placed at frequent intervals on straight runs, close to all valves, at changes of direction and where pipes pass through walls, floors or ceilings. Arrows shall be used to indicate direction of flow. B. Markers shall be placed on piping at each connection to an item of equipment, at each pump, and on each drop to an outlet. Markers shall be placed on each run of piping at intervals not exceeding 50 feet where exposed in a room and 25 feet when installed above removable ceilings, except that no exposed line shall enter a room without being identified therein. Markers on lines above removable ceilings shall be applied on the undersides of the lines and in other areas shall be applied to be most visible. C. Markers shall conform completely with "The Scheme for Identification of Piping Systems (ANSI A131 1981). Markers shall have ANSI specified color coded background, color of legend and legend letter size. D. Markers shall be equal to Seton Set Mark Pipe Markers. 1.35 MARKING MANUAL BALANCING DAMPERS A. The Contractor shall mark each manual balancing damper with fluorescent yellow l- 3f 16" wide plastic flagging tape equal to Seton 25468. Tape shall hang minimum 12" below duct. 15000 - 13 CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL 1.36 IDENTIFICATION AND LABELING A. The Contractor shall make it possible for the personnel operating and maintaining the equipment and systems in this project to readily identify the various pieces of equipment, valves, piping, etc., by marking them. All items of equipment such as fans, pumps, etc., shall be clearly marked using engraved nameplates as hereinafter specified. The item of equipment shall indicate the same number as shown on the drawings. For example, pumps will be identified as P-1, P-2, P-3, etc.; exhaust fans will be EF-I, EF-2, etc.; AC Units will be AC-1, AC-2, etc. B. All items of mechanical and electrical equipment shall be identified by the attachment of engraved nameplates constructed from laminated phenolic plastic, at least 1/16" thick, 3-ply, with black surfaces and white core. Engraving shall be condensed gothic, at least 1/2" high, appropriately spaced. Nomenclature on the label shall include the name of the item, its mark number, area, space, or equipment served, and other pertinent information. Equipment to be labeled shall include but not be limited to the following: 1. Boilers 2. Chillers 3. Pumps 4. AC Units 5. Converters 6. Air Conditioning Control Panels and Switches 7. Exhaust and Return Air Fans 8. Miscellaneous - similar and/or related items 1.37 OPERATING INSTRUCTIONS A. The Contractor for each section of the work hereunder shall, in cooperation with the representatives of the manufacturers of the various equipment items, carefully instruct the Owner's representatives in the proper operation of each item of equipment and of each system. During the balancing and adjusting of systems, the Owner's representative shall be made familiar with all procedures. B. The contractor shall coordinate the date and time for the training with the Owner's representative and shall document attendance with a sign -in sheet. At a minimum, the sign -in sheet shall indicate the date and location of the session, naive and organization of each participant, and a list of any material that may be provided. This information shall be provided to the Architect as part of the closeout documents. Failure to provide documentation of training may require the contractor to provide a subsequent training session. 1.38 OPERATING MANUALS A. Prepare and submit 3 copies of the operating niaiivals bound in hard coven. Three weeks prior to completion of the work, the Architect will check the manuals and any additional material necessary to complete the manuals shall be furnished and inserted by the Contractor. 15000 - 14 CITY OF LUBBOCK IT RENOVATIONS 15500 GENERAL PROVISIONS FOR MECHANICAL B. Manuals shall contain the following data: 1. Catalogue data of all equipment. 2. Shop drawings of all equipment. 3. Temperature control drawings (reduced in size) 4. Start-up instructions for major equipment. 5. Trouble shooting procedures for major equipment. 6. Wiring diagrams. 7. Recominended maintenance schedule for equipment. 8. Parts list for all items. 9. Name and address of each vendor. 1.39 GUARANTEE A. Unless a longer guarantee is hereinafter called for, all work, material and equipment items shall be guaranteed for a period of one year after acceptance by the Owner. All defects in labor and materials occurring during this period, as determined by the Architect, shall be repaired and/or replaced to the complete satisfaction of the Architect. Guarantee shall be in writing and in triplicate. 1.40 COMPLETION REQUIREMENTS A. Before acceptance and final payment the Contractor under each Division of the specifications shall furnish: 1. Accurate record drawings, shown in red ink on blue line prints furnished for that purpose all changes from the original plans made during installation of the work. Drawings shall be filed with the Architect when the work is completed. 2. All manufacturers' guarantees. 3. All operating manuals. 4. Guarantees. 5. Test and Balance Report. 1.41 CONTRACTOR'S RESPONSIBILITY FOR FINAL INSPECTION A. Before calling for the final inspection, the Contractor under each Division shall carefully inspect his work to be sure it is complete and according to plans and specifications. END OF SECTION 15000 I5000 - 15 CITY OF LUBBOCK IT RENOVATIONS 15200 PIPING AND ACCESSORIES SECTION 15200 — PIPING AND ACCESSORIES PART 1 - GENERAL 1.1 NOTE A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the piping and accessories as shown on the drawings and/or specified herein. 1.4 INSPECTION A. All pipe, valves, fittings, and other accessories shall be inspected upon delivery and during the course of the work. Any defective materials found during field inspection or during hydrostatic and leakage tests shall be removed from the site of the work and replaced by the Contractor. 1.5 PROTECTION DURING STORAGE A. The interior of all pipe, fittings, and other accessories shall be kept free from dirt and foreign matter at all times. Valves and fittings shall be drained and stored in a manner that will protect them from damage by freezing. PART 2 - PRODUCTS 2.1 MATERIALS A. All materials shall be manufactured or fabricated in the United States of America. B. Materials shall conform to the listed standards. Refer to specific sections for materials to be used under that section. he following tabulation is for reference only to identify the applicable standard. Cast Iron Soil Pipe and Fittings ASTM A74, Class SV Push On Gaskets for C.I. Soil ASTM C564 15200- 1 CITY OF LUBBOCK IT RENOVATIONS 15200 -.-, PIPING AND ACCESSORIES Caulked Joints for C.I. Soil Pipe Fed. Spec. HH-P-117 Type 11 No Hub Soil Pipe and Fittings ASTM A888 or CISPI 301 No Hub Couplings CISPI 310 Clay Tile Pipe and Fittings ASTM C700 Clay Tile Joints ASTM C425 PVC Soil Pipe and Fittings ASTM D3034, Type PSM Max. SDR = 35 PVC Soil Fittings Elastomeric ASTM D3212 Copper Tubing ASTM B75-76 Wrought Copper Solder Fittings ANSI B16.22 Cast Bronze Solder Fittings ANSI B 16.18 - Steel Pipe ASTM A53, Type S, Grade B Butt Weld Fittings ANSI B 16.9 Socket Weld Fittings ANSI B 16.11 Steel Flanges ANSI B 16.5 Malleable Iron Threaded Fittings ANSI B 16.3 PVC Water Pipe ASTM D1584 Type 1120 Push on Joints for PVC Water Pipe ASTM D1585, AWWA C900 Flange Bolt, Sets ASME Pressure Piping C. Unions in Ferrous Lines: 150 pound malleable iron, screwed pattern, ground joint with brass to iron seat; equal to Crane. D. Insulating Fittings: Equal to Clear Flow fitting designed to meet requirements of ASTM F-492. E. Unions in Copper or Brass Lines: 125 pound all brass, screwed pattern, ground joint, equal to Chase, Crane or Mueller. 2.2 VALVES A. General Service Valves: 3" and smaller, all bronze, screwed body, malleable handle, square stem top; 3-1/2" and larger, flanged, iron body, bronze trimmed. B. Where valves have discs, select the discs for the intended service using materials as recommended by the valve manufacturer. C. Acceptable General Service Valve Manufacturers: Stockham, Jenkins, OIC, Walworth, Hammond. D. Ball Valves: Bronze threaded body, chrome plated full port bronze ball, teflon seats and O-rings, bronze shafts, and infinite position handle with memory stops. Valve shall be three piece break away for in -line service. Where valves are installed in insulated lines, provide extended stems of adequate length for the handle to clear the insulation and 15200 - 2 t_ CITY OF LUBBOCK IT RENOVATIONS 15200 PIPING AND ACCESSORIES r jacket. Apollo, Crane, Jamesbury and Stockham are acceptable. Ring type two piece ball valves are not acceptable. E. Butterfly Valves: Ductile iron body rated at 285 psig non -shock, flanged or with drilled and tapped lugs, bronze discs, stainless steel blowout -proof shafts with bronze bushings, resilient EPDM seat molded to a rigid backing ring, 'Bubble Tight" shut-off at 150 psi pressure, suitable for bi-directional flow. On valves 4" and smaller, handle shall be infinite position with memory stops. On valves 6" and larger, provide geared operators. Where valves are installed in insulated lines, provide extended stems of adequate length for the handle to clear the insulation and jacket. Demco or Crane valves are acceptable. PART 3 - EXECUTION 3.1 INSTALLATION OF PIPING SYSTEMS A. Install runs of piping essentially as indicated on the drawings and/or as required. The location, direction and size of the various lines are indicated on the drawings. B. Make up all systems straight and true and properly graded for correct flow of contained materials and to provide drainage. Cut pipes accurately to measurements established at the building and work into place without forcing or springing. Except as required for specified grading, run all piping above ground parallel with the lines of the building. C. Make all changes in pipe sizes with reducing fittings. Use no long screws or bushings. D. Install and support piping systems with loops, bends, expansion joints and/or flexible connectors as required for flexibility, to accommodate expansion and contraction of piping due to temperature changes in the contained fluids and in the surrounding space, and to minimize the transmission of vibration to the building structure. E. Provide unions in the lines assembled with screwed and soldered fittings, at points of connection to equipment, and elsewhere as indicated or required to permit proper connections to be made, or to permit valves, equipment items, etc. to be removed. Provide unions also in welded lines at connections to equipment where flanges are not provided. Provide insulating unions where ferrous material joins non-ferrous material. F. In piping systems assembled by welding, use factory -fabricated welding fittings of the same material and the same schedule or weight as the piping in which they are installed, except that branches or take -offs of sizes not exceeding 2.13 of the nominal diameter of the mains may be made with Bonney Weldolets or Thredolets. Mitering of pipe to form elbows, notching of straight runs to form tees, and any similar construction will not be permitted. G. In general, use listed materials in fabricating the various piping systems. The method of assembly may be varied only to meet special conditions here it is imF-11possible to Comply with the specified method of joining piping. Where special classes of piping are involved and are not listed, request exact instructions as to the class of material involved and the method of fabricating it before ordering materials. 15200 - 3 CITY OF LUBBOCK IT RENOVATIONS 15200 PIPING AND ACCESSORIES 3.2 PIPE SLEEVES A. Generally where pipes pass through walls or floors except sewer pipes through floors on grade, pipe sleeves shall be used. The sizes of these sleeves shall be such as to permit readily the subsequent insertion of the pipes of the proper size. In the case of insulated lines, the diameter of the sleeves shall be approximately 1/2 inch greater than the outside diameter of the insulation. B. The pipes passing through interior walls or floors shall pass through galvanized pipe sleeves. In walls, they shall finish flush with each finished surface. In pipe chases, they _.....i shall extend 1-1/2 inches above the floor slab. Where pipes pass through UL rated ceiling/floor assemblies, the sleeve shall be continuous from the top of the floor, through �j the entire assembly, to the bottom side of the ceiling. The annular space between the pipe Jand sleeve in floor penetrations, ceiling/floor assembly penetrations, and fire rated wall penetrations shall be fire -sealed with fire resistive material equal to 3M No. 2000 fire resistant caulk or as specified by the Architect. C. The pipes passing through concrete beams or walls, and masonry exterior walls and through floors shall be provided with galvanized wrought iron pipe sleeves. Weld at least four No. 4 rods to each pipe sleeve to serve as an anchor as directed by the Architect. After the pipes are installed, in the case of pipes sleeving through exterior beams or walls and floors on grade, the Contractor shall fill the annular space between the pipe and its sleeve with mechanical interlocking synthetic rubber link equal to Link Seal. Contractor shall coordinate sleeve size to insure a watertight joint. 3.3 ESCUTCHEONS, CEILING PLATES A. Except as otherwise noted provide and install concealed hinge, chrome plated escutcheons or ceiling plates with spring catches around each pipe passing through any wall, floor, or ceiling in any space, except in underfloor and attic spaces. Plates shall be sized to fit snugly against the outside of the pipe, or against the outside of the insulation on lines which are insulated. _. B. No floor plates will be required around the iron pipe sleeves on exterior walls. 3.4 FABRICATION OF PIPE JOINTS A. Push -On Pipe: The inside of the bell and the outside of the spigot shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. B. A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer and approved by the Architect. C. The spigot end of the pipe shall be entered into the socket with care used to keep the joint from contacting the ground. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that the spigot 15200 - 4 t I t CITY OF LUBBOCK IT RENOVATIONS 15200 PIPING AND ACCESSORIES - end is inserted to the full depth of the joint. Field cut pipe lengths shall be filed or ground to resemble the spigot end of such pipe as manufactured. Complete assembly instructions from the pipe manufacturer shall be followed. D. Threaded Pipes: Ream and deburr pipe after it is cut and before it is threaded. Stand each pipe on one end and hammer to remove all foreign material. Full cut threads, but not more than 3 pipe threads shall remain exposed when joint is completed. Make up joints with graphite and oil or an approved graphite compound applied to male threads only. Caulking of threaded joints to stop or prevent leaks is prohibited. E. Copper Tubing: Cut tubing square, ream and deburr. Clean insides of fittings and outsides of tubing with sand cloth before assembly. Exercise care to prevent annealing of fittings and hard drawn tubing. Make all joints with high temperature solid string or wire solder, 95% tin, 5% antimony, using non -corrosive paste flux of the proper type for all copper tubing. Low temperature solder such as 50/50 or 40/60 will not be pernitted. F. Flanged Joints: Flanged joints shall be made using bolts of Grade 5 or better and gaskets as specified. Faces of the flanges shall be cleaned of all dirt, rust or other foreign matter. The pipe, valve, or fitting shall be properly aligned and free to move while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. No strain shall be put on the flanges in making up the joint. G. Solvent Weld Plastic Joints: Solvent welded according to manufacturers instructions. Il. Special Joints: Special joints made with clamps, compression couplings, etc. shall be as required to connect tubing to piping systems, tubing to items of equipment and other such connections. Use tools as required by the materials and conditions. 3.5 REVISIONS AND RELOCATION OF EXISTING SYSTEMS A. Where conflicts occur between the new work and the existing piping systems which cannot be resolved, the Contractor shall relocate the existing piping system. Relocated positions of piping shall be tested for new work. All piping systems shall be free from leaks. 3.6 REPAIR OF LEAKS A. All leaks in piping systems shall be corrected as follows: 1. Repair leaks in solder joints by remaking the joint; no soldering or brazing over existing joints will be permitted. ?. Repair leaks in screwed joints by tightening the joint; remake the joint if the tightening fails to stop the leak. 3. Repair leaks in PVC pipe by remaking the joint. 4. Repair leaks in welded joints by removing the defective weld completely through the base metal and grind smooth. Re -weld, accomplishing 100% penetration of the base metal. The repair weld should in no case be less than 4" in length. 15200 - 5 i CITY OF LUBBOCK IT RENOVATIONS 15200 PIPING AND ACCESSORIES B. When any defect is repaired, retest that section of the system. 3.7 HANDLING OF MATERIAL A. Hauling: All materials furnished by the Contractor shall be delivered and distributed at the site by the Contractor. B. Loading and Unloading: Pipe, fittings, valves, and accessories shall be loaded or unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded orrolled against pipe already on the ground. Each piece shall be unloaded opposite or near the place where it is to be installed. No material shall be unloaded where it will block any road, drive, building entrance, or walkway or where it will be a hazard to safe vehicular or pedestrian traffic. C. Care of Pipe Coating and Lining: Pipe shall be so handled that the coating and lining shall not be damaged. If, however, any part of the coating or lining is damaged, the repair shall be made by the Contractor at his expense. If satisfactory repair cannot be made, the Contractor shall replace the damaged pipe. 3.8 ALIGNMENT AND GRADES A. General: All pipe shall be laid and maintained to the required lines and grades with fittings, valves, at the required locations; spigots centered in bells; and all valve stems plumb. All pipe shall be installed straight and true to line. B. Deviations Occasioned by Other Structures: Whenever obstructions not shown on the plans are encountered during the progress of the work, the lines and/or grades shall be adjusted so to not interfere with existing obstructions. END OF SECTION 15200 15200-6 CITY OF LUBBOCK IT RENOVATIONS 152I0 PLUMBING SYSTEM SECTION 152I0 - PLUMBING SYSTEMS PART 1 - GENERAL 1.01 NOTE A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -I Specification sections, apply to work of this section. 1.02 SUBMITTALS A. Submit manufacturer's data on ail materials. 1.03 SCOPE A. This section of the specifications requires the furnishing and installation of all equipment, labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of the plumbing systems. PART 2 - PRODUCTS 2.01 MATERIALS: Refer to Section "Piping and Accessories". A. Domestic Water Lines (Hot, Cold and Recirculating): All water lines underground or under slabs on grade shall be of the following: Type K soft drawn copper tubing for lines 1-1/2" and smaller and Type K hard drawn copper tubing for 2" and larger. When possible, these lines shall be assembled with no joints under slab. Where underfloor joints are required, assemble using 15% silver solder. All interior water lines shall be Type L hard drawn copper tubing. Copper tubing shall be assembled using solder -joint fittings. B. Drain Lines: Type L copper with solder joint fittings. PART 3 - EXECUTION 3.01 ISOLATION VALVES A. The water supplies to each group of fixtures shall have an isolating valve in each line serving the riser. Where these valves are not accessible thru removable ceilings or otherwise, provide access doors in the ceiling or chase. 15210 - 1 CITY OF LUBBOCK IT RENOVATIONS 15210 PLUMBING SYSTEM 3.02 INSTALLATION OF PIPING SYSTEMS A. Refer to PIPING AND ACCESSORIES for requirements for installing pipes. In addition, the following specifications shall apply. B. Drain Lines and Sanitary Waste: Grade down toward the sewer connection at a uniform slope of 1/4" per foot to serve individual fixtures or not less than 1/8" per foot to serve multiple stacks or outlets. Slope shall be greater where possible and shall never be less than required to produce a flow velocity of 2 feet per second. C. Water Lines: Grade to established low points and provide valved drains to completely drain the system. D. Secure and anchor piping in plumbing chases such that there is no movement of flush valves, stops, etc. at fixture rough -ins. 3.03 TESTING j A. Test all pipes before they are concealed in furrings or chases, insulated, painted, or otherwise covered up or rendered inaccessible. Accomplish testing by sections of lines or systems, as required by conditions during construction. Clean all piping and equipment before testing. B. Domestic Water Lines Interior: Hydrostatically test for 6 hours at 150 psig. There shall be no leaks whatsoever. C. Other Tests: Perform all tests required to demonstrate that each system is operating properly. END OF SECTION 15210 —� 15210 - 2 1 OF LUBBOCK I.T. RENOVATIONS SECTION 15230 CHILLED WATER SYSTEMS I PART 1- GENERAL 1.1 NOTE: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.2 SUBMITTALS: A. Submit manufacturer's data on all materials. 1.3 SCOPE: A. This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the chilled water systems as shown on the drawings and/or specified herein. B. Install chilled water circulating piping complete and connect to coils, pumps, and other equipment. Include drain lines where shown or required. PART 2 - PRODUCTS 2.1 PIPING MATERIALS: A. Refer to Section "Piping and Accessories". B. Chilled Water Lines: Standard weight black steel. Piping larger than 2" shall be assembled by welding. Lines 2" and smaller may be screwed using malleable iron banded fittings. Type L copper with solder joint fittings may be used at Contractor's option. C. Drain Lines: "Type L hard copper assembled with wrought copper solder joint fittings. PART 3 - EXECUTION 3.1 INSTALLATION OF SYSTEMS: A. Lay all water circulating lines on an even slope throughout to insure freedom from air locks and traps. Grade the system downward to the circulating pumps with valved drain connections from the low points to floor drains. Where additional low points are unavoidable, provide service drains to permit the complete drainage of the system. B. Provide automatic air vents at all high points of the system which may be isolated with the valves shown or required. Where horizontal mains change size, employ 15230 - 1 CITY OF LUBBOCK I.T. RENOVATIONS SECTION 15230 CHILLED WATER SYSTEMS eccentric reducing couplings so installed as to keep the tops of coupled pipes on the same level. C. Install drains from each pump base and from each air unit pan to the nearest floor drain in each case. Drains are required for sections of circulating systems which may be isolated with the valves shown or required. Provide any other drain lines indicated on the drawings or required. D. Install manual valves where required to segregate individual items of equipment or sections of circulating systems or where indicated on the drawings or required. 3.2 CLEANING: A. Fill the system with a solution consisting of either one pound of caustic soda or three pounds of trisodium phosphate per 100 gallons of water. Eliminate all air and circulate this solution for 48 hours. Drain the system and thoroughly flush it with fresh water. Clean out all strainers. Refill the system with fresh water. 3.3 TESTING: A. Before insulating or concealing any lines, test all piping. Test all lines at 150% of the system working pressure or 100 psig, whichever is greater, for not less than 4 hours with no leaks. END OF SECTION 15230 - 2 CITY OF LUBBOCK IT RENOVATIONS 15235 HEATING WATER SYSTEMS SECTION 15235 - HEATING WATER SYSTEMS PART 1-GENERAL 1.1 NOTE A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -I Specification sections, apply to work of this section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the heating water systems as shown on the drawings and/or specified herein. B. Install heating water circulating piping complete and connect to coils, pumps, and other equipment. Include drain lines where shown or required. PART 2 - PRODUCTS 2.1 MATERIALS A. Refer to Section "Piping and Accessories". B. Heating Water Lines: Standard weight black steel. Piping larger than 2" shall be assembled by welding. Lines 2" and smaller may be screwed using malleable iron banded fittings. Mechanical couplings may be used at the Contractor's option. C. Drain Lines: Type L hard copper assembled with wrought copper solder joint fittings. D. Automatic Air Vents: equal to Hoffman No. 78 cast brass body (150 psig) on pipe sizes 3" and smaller; Hoffman No. 792 cast iron body (250 psig) on pipe sizes 4" and larger. Crane and Sarco acceptable. Pipe discharge to a floor drain or as directed. E. Relief Valves: equal to Bell and Gossett No. 790 having a relief setting of 125 pounds; Bell and Gossett, Taco or Thrush acceptable. Provide a relief valve in each closed water ,piping system. F. Strainer: "Y" pattern Hoffinan Model 415 cast iron, screwed, 250 psig, with 0.033 perforated stainless steel screen on sizes 2" and smaller; Hoffman Model 450 cast iron, 15235- 1 CITY OF LUBBOCK IT RENOVATIONS 15235 HEATING WATER SYSTEMS flanged, 125 prig with 0.062 perforated stainless steel screen on sizes 2 1/2" and larger. Mueller acceptable. G. , Tangential Air Separator: ASME Pressure Vessel Code construction for 125 psig working pressure, flanged tangential inlet and outlet connection, internal perforated stainless steel air collector tube designed to direct released air into expansion tank, bottom blowout connection. Provide form No. U-1. H. Diaphragm Type Pre -Pressurized Expansion Tank: ASME pressure Vessel Code -_ constructed for 125 psig working pressure, welded black steel shell, rust -proof coated, with a flexible Butyl rubber diaphragm suitable for a maximum operation temperature of 240 deg. F. Provide Form No. U-1. Tank shall be equipped with system connection, drain connection, standard air till valve and be factory pre -charged to a minimum of 12 psig. I. Provide and install in the water supply line to each compression tank a gate valve, a Bell and Gossett No. D-525 combination anti -syphon pressure reducing valve and relief valve. J. Expansion Tank: Welded steel, ASME stamped for 125 PSIG. Size shall be as shown on the drawings. Tank shall be provided with valved gage glass, tappings and Bell and Gossett Airtrol tank fitting, and shall have mounting saddles. It shall be supported from the structure on adjustable hanger rods. It shall be factory coated for corrosion resistance. K. Provide and install in the water supply line to each compression tank a gate valve, a Bell and Gossett No. D-525 combination anti -syphon pressure reducing valve and relief valve. L. Connections to Small Coils: Connections to water coils having 3/4" connections and smaller may be served using type "L" soft copper tubing. Provide an insulating fitting where steel pipe ends. Use only 95-5 or other high melting solder for these runouts. M. Connections to Large Coils: Connections to water coils having multiple inlets and outlets shall be piped using headers or reverse return to equalize flow through each section. N. Shot Feeder: Provide and install a two gallon shot feeder across the supply and return mains of the closed water circulating system. The feeder shall be installed with ball valves on either side of the feeder. Provide an air cock, funnel, fill valve and drain valve. O. Bypass Filter: Provide and install Cuno 413C1 with G78F8-1 filters, rated at 65 GPM, 0.5 psi pressure drop, 25 micron rating. Cartridges shall be an acrylic fiber melanine resin general purpose. Filter housing shall be of 304 stainless steel, 150 psi rating, ASME construction. Springs to be 304 SS; cover to have Buna N gasket. P. Contractor shall provide four (4) sets of replacement cartridges. Filter Feeder: Wingert Model PF-DB-5HD, 5 gallon combination filter and shot feeder. Filter shall be 20 micron pleated filter. Filter feeder shall include 3 4" inlet, outlet, and drain openings. Maximum working pressure shall be 200 psi. Maximum operating temperature shall be 200 deg. F. R. Furnish four (4) spare sets of filters. 15235 - 2 I CITY OF LUBBOCK IT RENOVATIONS 15235 l HEATING WATER SYSTEMS PART 3 - EXECUTION 3.1 INSTALLATION OF SYSTEMS A. Lay all water circulating lines on an even slope throughout to insure freedom from air locks and traps. Grade the system downward to the circulating pumps with valved drain connections from the low points to floor drains. Where additional low points are unavoidable, provide service drains to permit the complete drainage of the system. B. Provide automatic air vents at all high points of the system. Where horizontal mains change size, employ eccentric reducing couplings so installed as to keep the tops of coupled pipes on the same level. C. Install drains from each pump base and from each air unit pan to the nearest floor drain in each case. Provide any other drain lines indicated on the drawings or required. D. Install manual valves where required to segregate individual items of equipment or sections of circulating systems or where indicated on the drawings or required. 3.2 CLEANING A. Fill the system with a solution consisting of either one pound of caustic soda or three pounds of trisodium phosphate per 100 gallons of water. Eliminate all air, heat to operating temperature, and circulate this solution for 48 hours. Drain the system and thoroughly flush it with fresh water. Clean out all strainers. Refill the system with fresh water. 3.3 TESTING A. Before insulating or concealing any lines, test all piping. Test all lines at 150% of the system working pressure or 100 psig, whichever is greater, for not less than 4 hours with no leaks. 3.4 CHEMICAL TREATMENT A. The Contractor shall provide and install the initial chemical treatment and the first year supply of chemical. Provide chemical analysis report to Architect indicating system condition after initial fill. END OF SECTION 15235 15235-3 CITY OF LUBBOCK IT RENOVATIONS 15260 REFRIGERANT PIPING SYSTEM SECTION 1i260 - REFRIGERANT PIPING SYSTEM PART 1 - GENERAL 1.1 NOTE /L Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.2 SUBMITTAL A. Submit manufacturer's data on all materials. 1.3 SCOPE A. Fumish and install the necessary refrigerant lines, fittings, refrigerant controls, etc. to pr,operly interconnect the condensing units and the evaporators. FART 2 - MATERIALS 2.1 PIPING A. Refrigeant piping shall be ASTM B280, Type ACR hard drawn copper tubing assembled with wrought copper fittings. Braze joints with AWS A5.8 13CuP silver,/phosphorus/copper alloy. Flood system with nitrogen when brazing. 2.2 VALVES A. Provide service valves in the lines entering and leaving each piece of apparatus, and provide a charging valve, a solenoid valve and an expansion valve in each refrigerant circuit. Where apparatus connections are threaded, provide forged I.P.S. to copper adapters, making up threaded joints with litherage and glycerin. H. In the re6igerant piping system stop valves may be of the packless, diaphragm type, or may- be or the packed, back seating, seal cap type and packing suitable for the refrigerant used, solenoid valve, shall be of the packless, manual stem lift type with current characteristics to suit the circuits with which they are interlocked; and expansion valves shall be thermostatic, or shall be pilot operated valves with thermoplastic expansion valves as pilots. Thermostatic expansion valves shall be of the replaceable cage type, diaphragn or bellows operated, with extemal equalizing connections and extemal supe-hL.-it adjustment. 15260 - 1 CITY OF LUBBOCK IT RENOVATIONS 15260 REFRIGERANT PIPING SYSTEM 2.3 INSULATION A. The refrigerant suction lines shall be insulated with 3/4" thick Armstrong "Annaflex" foamed plastic insulation threaded on the piping. Seal vapor tight. 2.4 REFRIGERANT A. When the refrigerant piping systems have been complete, the Contractor shall thoroughly purge the system with dry nitrogen test for leaks, make the systems tight, evacuate to 7inm Hg and fully charge them with Freon refrigerant. Upon completion of the operating tests, he shall replace any refrigerant lost during the test operations, and upon acceptance shall leave the systems fully charged. 2.5 RECEIVER A. Provide a 300 psig ASME stamped receiver, sized for 125% of the refrigerant charge. Provide mounting saddles. Each receiver shall have a relief valve, inlet valve, outlet valve, sight glass, and charging valve. 2.6 FLEXIBLE CONNECTIONS A. Furnish and install flexible connections at the suction and discharge connections of each compressor. Flexible connections shall be corrugated metal, braid cover, rated for system pressure. PART 3 - EXECUTION 3.1 INSTALLATION OF SYSTEM A. Piping shall be adequately supported to prevent the transmission of vibration and noise into the building structure. All refrigerant piping shall run in a neat manner parallel to the building construction and shall be arranged with adequate clearance for the suction line insulation. Purge continuously with dry nitrogen while soldering. B. Refrigerant lines shall be sized in accordance with the best refrigeration practice and shall be designed to afford a controlled distribution of the refrigerant and a ready return of oil to the compressor crankcases. Particular care shall be exercised in the sizing and design of suction lines to assure that liquid refrigerant or oil pockets will not be formed during partial compressor operation with subsequent "slugging". The Contractor shall submit shop drawings of the refrigerant piping system, and shall submit them for review before fabrication. 15260 - 2 1 CITY OF LUBBOCK IT RENOVATIONS 15260 REFRIGERANT PIPING SYSTEM 3.2 TESTING A. All refrigerant piping shall be tested at 300 psi with dry nitrogen for 4 hours. Finally after charging, go over each installation with a halide torch. Correct all leaks. 3.3 EVACUATING A. After testing the piping system, evacuate the system to 200 microns. Break the vacuum with dry nitrogen to raise the pressure to atmospheric. Re -evacuate the system to 200 microns. Close the vacuum pump suction valve and stop the pump. Backseat the compressor valve and allow the system to stand under vacuum for a minimum of 12 hours. If the vacuum reading remains unchanged, the system may be charged. END OF SECTION 15260 15260-3 I CITY OF LUBBOCK IT RENOVATIONS 15320 AIR DISTRIBUTION SECTION 15320 -AIR DISTRIBUTION PART 1 - GENERAL 1.1 NOTE A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -I Specification sections, apply to work of this section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of apparatus casing, ductwork, plenums, linings, air distribution devices, dampers and control devices, relief air vents, curbs and other materials and accessories as described herein and/or as shown on the accompanying drawings, or reasonably implied therefrom. B. In addition, connect all air conditioning units, automatic dampers, filters and all other materials and install (and/or cooperate in the installation with other trades) those various items of equipment and materials. PART 2 - PRODUCTS 2.1 METAL DUCTWORK A. Except as otherwise specified herein, in other sections of the specifications, and/or noted on the drawings, low pressure ducts shall be constructed of galvanized steel sheets in accordance with the recommended construction for low pressure ductwork insofar as gauges of metal to be used, bracing of joints and joint construction as established in HVAC DUCT CONSTRUCTION STANDARDS, Second Edition, as published by Sheetmetal and Air Conditioning Contractors National Association, Inc. (SMACNA). B. Unless indicated otherwise, all duct shall be constricted in conformance with I" w.g. pressure class except duct upstream of terminal devices in variable air volume systems shall be in conformance with 2" w.g. pressure class. C. Make square elbows where shown or required, with factory -fabricated turning vanes. Make all other changes in direction with rounded elbows having a centerline radius equal to 1-12 times the width of the duct in the plane of the bend. 15320- 1 CITY OF LUBBOCK IT RENOVATIONS 15320 AIR DISTRIBUTION D. Make transformations in duct shape or dimension with gradual slopes on all sides. Make increases in dimensions in the direction of air flow, with a maximum slope of V in 7" on any side. Make decreases in dimensions in the direction of air flow preferably with a slope of 1" in 7" on any side, but with a maximum slope of V in 4" where conditions necessitate. E. Ducts shall be routed in conjunction with pipes, electrical conduits, ceiling hangers, etc. so as to avoid interference's insofar as possible. Where duct penetrations are unavoidable, provide streamline shaped sleeves around such material penetrations, made airtight at duct surfaces, except that such sleeves are not required at tie rods. Where obstructions are of a size to exceed 10% of the duct area, the duct shall be transformed to maintain the same duct area. F. Transverse duct joints 36" and larger shall be made with The Ductmate System or an approved equal. The Ductmate System components shall be of standard catalogue manufacture as supplied by Ductmate Industries, Inc. G. The installation of The Ductmate System shall be in accordance with the manufacturers printed instruction and installation manuals. H. The standard Ductmate 35 System joint is the equivalent of a SMACNA " Y connection. The Ductmate 25 System joint is the equivalent of a SMACNA "F" connection. Construction of the duct, such as gauge, reinforcing, etc., shall be as indicated in the addendum to the SMACNA manuals as provided by the manufacturer and as tested by Pittsburgh Testing Laboratory. 2.2 DUCT CONSTRUCTION TEST A. A trial leak test, as specified herein, shall be made after installation of the first section of each type of ductwork to demonstrate adequacy of the construction details. All testing shall be done in the presence of the Architect. B. Each test section shall incorporate at least five transverse joints and all typical fittings. C. Drawings showing all construction details of test sections, test procedures and -- instrumentation, and test results shall be submitted for record purposes. No additional ductwork shall be installed until the trial test installation described above has been approved. D. Low pressure duct shall be tested at 3 " w.c. Construction of low pressure systems shall be inherently airtight and leakage shall be of a sufficiently low magnitude as to be inaudible in quiet ambient and not detectable by sense of feel. 2.3 DUCT LINER A. All sheet metal supply, return and fresh air ducts shall be lined. 15320 - 2 CITY OF LUBBOCK IT RENOVATIONS 15320 AIR DISTRIBUTION B. Duct liner thickness shall be as follows: 1. Exposed duct in conditioned space — 1". 2. Concealed duct located within a return air plenum — 1 ". 3. Concealed duct located inside the building insulation envelope — 1-1/2". 4. Concealed duct located outside the building insulation envelope — 2". C. The duct sizes shown on the drawings are actual internal sizes. Increase duct dimensions in both directions to maintain the net free dimensions shown. D. Duct liner shall be equal to Johns -Manville Permacote Linacoustic Standard fiber glass duct liner with factory -applied edge coating. The liner shall meet the Life Safety Standards as established by NFPA 90A and 90B, FHC 25/50 and Limited Combustibility and the airstream surface coating should contain an immobilized, EPA -registered, anti- microbial agent so it will not support microbial growth as tested in accordance with ASTM G21 and G22. The duct liner shall conform to the requirements of ASTM C 1071, with an NRC not less than .70 as tested per ASTM C 423 using a Type "A" mounting, and a maximum thermal conductivity of .25 Btu•in,/(heft'•°F) at 75°F mean temperature. E. Duct liner shall be kept clean and dry during transportation, storage and installation. Care should be taken to protect the liner from exposure to the elements or damage from mechanical abuse. F. All portions of duct designed to receive duct liner shall be completely covered. The smooth, black, acrylic -coated surfaces of the liner shall face the airstream. All liners shall be cut to assure tight, overlapped corner joints. The top pieces shall be supported by the side pieces. G. The duct liner shall be installed following the guide -lines in the NA1MA "Duct Liner Installation Standard." H. The duct liner shall be adhered to the sheet metal with full coverage of an approved adhesive that conforms to ASTM C 916, and all exposed leading edges and transverse joints shall be coated with Permacote factory -applied or field -applied edge coating and shall be neatly butted without gaps. Shop or field cuts shall be liberally coated with Johns Manville SuperSeal Edge Treatment or approved adhesive. Metal nosings shall be securely installed over transversely -oriented liner edges facing the airstream at forward discharge and at any point where lined duct is preceded by unlined duct. When velocity exceeds 4000 fpm use metal nosing on every leading edge. Nosing may be formed on duct or be channel or zee attached by screws, rivets or welds. K. The duct liner shall be additionally secured with mechanical fasteners spaced per SMACNA recommendations. The pin length should be such as to hold the material firmly in place with minimum compression of the material. r 15320 - 3 CITY OF LUBBOCK IT RENOVATIONS 15320 AIR DISTRIBUTION 2.4 DUCT SEALER A. All supply air and exhaust air ductwork shall be sealed to provide airtight construction. Metal surfaces to be joined shall be clean, dry and free of dirt or grease. Apply a heavy coat of Kingco Seal -Rite 18-120 to the interior metal surface of the slip joint, then interlock into place metal duct sections. Apply a heavy coat of 18-120 to the exterior metal surface duct joint, making sure any voids are filled to secure a continuous air pressure sealant. B. Allow sealant to dry a minimum of48 hours before pressurizing system. C. Ductmate PROseal or Hardcast will be considered equal. 2.5 AIR CONTROL DEVICES A. Manual dampers shall be installed as required to afford complete control of the air flow in the various duct systems. In rectangular supply ducts, a volume damper shall be installed at each point where a branch is taken off to achieve the final air balance. B. Volume dampers of the "butterfly" type shall be constructed of 22 gauge galvanized steel riveted or welded to square operating rods. Dampers shall have bearings of brass, bronze or approved plastic in most instances. Volume dampers of the butterfly type shall be used only in cases where neither dimension of the damper exceed 24". The metal used shall match that of duct system containing the damper in each case. Use special metals for damper rods and bearings as required to resist corrosion. C. In cases where either dimension of the smaller branch duct exceeds 24", volume dampers shall be of the opposed blade type with blades linked together and controlled from a single point. They shall be constructed of No. 16 gauge steel either galvanized or with a baked enamel finish. Dampers shall have brass, bronze or approved plastic sleeve bearings. Blades shall be not more than 12" in width and shall be opposed acting, and those for automatic dampers shall have neoprene blade edges and stainless steel jamb seals. Blades shall be mounted in suitable band or angle iron frames strongly braced to insure rigidity. D. Each volume damper, unless specified for automatic operation, shall be fitted with an adjusting device having a locking mechanism. Wherever the ducts are rendered inaccessible behind non -removable ceilings or furrings, or other construction that is not easily removable to permit access to the ducts, the devices shall be equal to Young Regulator Co. No. 1200 right angle worm gear regulator with 301 concealed damper regulator. On exposed or easily accessible ducts the adjusting devices shall be equal to Young No. 1 or No. 900 and shall be fastened to the ducts. E. Damper rods and operators on insulated ducts shall have extended rods and stand off brackets. Turning vanes shall be Harper double wall turning vanes fabricated from the same material as the duct. Single blade turning vanes will not be accepted. Tab spacing shall be SMACNA standard. Rail systems with non-standard tab spacing will not be accepted. 15320 - 4 CITY OF LUBBOCK IT RENOVATIONS 15320 AIR DISTRIBUTION All tabs shall be used, do not skip tabs. Mounting rails shall have friction insert tabs that align the vanes automatically. Vanes shall be subjected to tensile loading and be capable of supporting 250 lbs. when fastened per the manufacturers instructions. G. Turning vanes shall be equal to Ductmate PROrail. 2.6 COMBINATION FIRE/SMOKE DAMPER A. High Pressure (Class I): In ducts between the air unit discharge and the VAV boxes, furnish and install at locations shown on plans combination fire/smoke dampers equal to Ruskin Model FSD60. Frame shall be a minunum of 16 gage galvanized steel hat channel shape with tabbed corners for reinforcement. The blades shall be airfoil shaped double skin constructed of 14 gage thickness. Blade edge seals shall be silicone rubber and mechanically locked in blade edge. Seals shall withstand 450 deg. F. Jamb seals shall be stainless steel flexible metal compression type. Bearings shall be stainless steel sleeve type pressed into fraine. Blade action shall be opposed blade. B. Combination fire/smoke dampers shall be 1-1/2 hour fire rated under U.L. standard 555 and shall be classified as Class I leakage rating for use in smoke control systems under U.L. 555S. Each damper shall bear a U.L. label. Testing and U.L. qualifying a single damper size is not acceptable. As part of the U.L. qualification, dampers shall operate at minimum 4" w.g. in the closed position and 4000 FPM air velocity in the open position. C. The combination fire/smoke dampers and their actuators shall be qualified under U.L. 555S to an elevated temperature of 250 deg. F., 350 deg. F. or 450 deg. F. depending upon the actuator. Appropriate fail closed 120v electric actuators shall be furnished and installed by the damper manufacturer. Actuator shall be Belimo Model FSNF120. A factory sleeve of 16" minimum length and constructed of 20 gage for dampers through 84" wide and 18 gage above 84" wide shall be provided. D. Each combination fire/smoke damper shall be equipped with a U.L. classified firestat equal to Ruskin Model TS 150. Firestat shall electrically and mechanically lock damper in a closed position when duct temperatures exceed 165 deg. F and still allow appropriate authority to override firestat and operate damper as may be required for smoke control functions. Firestat package shall include two damper position indicator switches linked directly to damper blade to provide capability of remotely indicating damper position. One switch shall make when damper is fully open; the other switch shall make when damper is fully closed. Firestat and position indicator switches shall be capable of interfacing electrically with building fire alarm system. Firestat shall be equipped with high limit temperature sensor that meets all requirements of NFPA92A. E. A factory enclosure shall be provided for round connections (Style CR) and oval connections (Style CO). r. i.vw rrcssurc << ass rl): rri ivoY pressure uUci and iransfcr openings, ruiTiiS r and install at locations shown on plans combination fire/sirwke dampers equal to Ruskin Model FSD36. Frame shall be a minimum of 16 gauge galvanized steel hat channel shape with tabbed corners for reinforcement. The blades shall be single skin 16 gage minimum galvanized with three longitudinal grooves for reinforcement. Jamb seals shall be 15320 - 5 CITY OF LUBBOCK IT RENOVATIONS 15320 AIR DISTRIBUTION stainless steel flexible metal compression type. Bearings shall be stainless steel sleeve type pressed into frame. Blade action shall be opposed blade. G. Combination fire/smoke dampers shall be 1-1/2 hour fire rated under U.L. standard 555 and shall be classified as Class II leakage rating for use in smoke control systems under -- U.L. 555S. Each damper shall be a U.L. label. Testing and U.L. qualifying a single damper size is not acceptable. As part of the U.L. qualification, dampers shall operate at minimum 4" w.g. in the closed position and 2000 FPM air velocity in the open position. H. The combination fire/smoke dampers and their actuators shall be qualified under U.L. 555S to an elevated temperature of 250 deg. F., 350 deg. F. or 450 deg. F. depending upon the actuator. Appropriate fail closed 120v electric actuators shall be furnished and installed by the damper manufacturer. Actuator shall be Belimo Model FSNF120. A factory sleeve of 16" minimum length and constructed of 20 gage for dampers through 84" wide and 18 gage above 84" wide shall be provided. I. Each combination fire/smoke damper shall be equipped with a U.L. classified firestat equal to Ruskin Model TS 150. Firestat shall electrically and mechanically lock damper in a closed position when duct temperatures exceed 165 deg. F and still allow appropriate authority to override firestat and operate damper as may be required for smoke control functions. Firestat package shall include two damper position indicator switches linked directly to damper blade to provide capability of remotely indicating damper position. One switch shall make when damper is fully open; the other switch shall make when damper is fully closed. Firestat and position indicator switches shall be capable of interfacing electrically with building fire alann system. Firestat shall be equipped with high limit temperature sensor that meets all requirements of NFPA92A. J. A factory enclosure shall be provided for round connections (Style CR) and oval connections (Style CO). 2.7 AIR DISTRIBUTION DEVICES A. Furnish and install all grilles, registers, and diffusers for every purpose. Refer to the tabulation on the drawings for types, sizes and accessories. B. All grilles, registers, and diffusers located in the ceiling shall be factory finished in OFF-WHITE. Door grilles shall be factory finished in baked enamel medium birch tan. All other grilles and registers shall be factory primed and spray painted 2 coats on the job. C. All grilles and registers shall be installed with tamperproof screws and shall be secured to the duct with a minimum of four screws. D. Where perforated supply grilles or diffusers are scheduled, they shall be of the type with adjustable curved blades 'an the neck of t;:e difffisers. Other types are not acceptable. E. Where ceiling mounted air distribution devices are shown and require a ceiling radiation damper, the grille or diffuser shall be constructed of steel, aluminum is not acceptable. 15320 - 6 CITY OF LUBBOCK IT RENOVATIONS 15320 AIR DISTRIBUTION I4 i F. Air distribution devices as manufactured by Titus, Metal -Aire, or Krueger will be acceptable. END OF SECTION 15320 15320-7 CITY OF LUBBOCK IT RENOVATIONS 15330 HANGERS AND SUPPORTS SECTION 15330 -HANGERS AND SUPPORTS PART 1 - GENERAL 1.1 NOTE A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. The Contractor for the work covered by each section of the specifications shall furnish and install all hangers, supports and isolation required by pipe or equipment included in this work. PART2-PRODUCTS 2.1 MATERIALS A. Materials shall be provided for the support of all piping and equipment. The following tabulation lists materials suitable for this duty. Equal materials manufactured by Fee and Mason, Carpenter -Patterson, or Modern will be considered. MATERIAL SERVICE GRINNELL FIG. Hanger Copper Tubing 4" and larger CT-65 copper plated Hanger Copper Tubing 3" and smaller CT-109 copper plated Riser Clamp Copper Tubing 4" and smaller CT-121 copper plated Hanger Steel Lines 3" and smaller 108 or 65 Hanger Steel lines 4" and larger 260 Hanger Outside Insulation -all lines 260 Hanger Cast Iron Lines 260 Hanger Plastic Pipe 260 Hanger Refrigerant Pipe 65 Wall bracket All 194, 195, or 199 Saddles Steel Lines on Rollers 160 thru 165 Cone. Inserts New Construction 282 Rollers Steel Piping 171, 181 Pipe Clamps Steel 2" and smaller 261 15330- 1 CITY OF LUBBOCK IT RENOVATIONS 15330 HANGERS AND SUPPORTS Pipe Clamps Steel 3" and larger 40 Pipe Rest All 62 Exp Shield Concrete 117 Beam Clamps All 133, 134, 225, 92, 93 Adjuster All 230 2.2 HANGER RODS A. All individually suspended horizontal pipes shall be supported by steel rods sized as follows: Rod Diameter Size of Steel Size of Size of Cast Size of PVC Pipe Copper Pipe Iron Pipe Pipe 3/8" 2" & smaller 2" & smaller 2" & smaller 2" & smaller 1/2" 2-1/2", 3" 2-1/2",3", 4" 3" 2-1/2", 3" 5/81, A" 611 A't 4tw 3/4" 6" thru 8" O" 6" thru 8" 6" thru 8" 7/8" 10" thru 12" -- 10" thru 12" 10" thru 12" 1" 14" thru 18" -- -- -- 2.3 MANGER SPACING A. All hangers shall be so located as to properly support horizontal lines without appreciable sagging of these lines. Locate a hanger within 12 inches of every elbow or tee. The following table gives minimum spacing for lines. However, hangers shall be more closely spaced where necessitated by conditions or required by code. Size of Line Steel Copper Cast Iron PVC CPVC 3/ 4" & smaller 5 5 4 3 l" 7 6 4 3 1-1/4" 7 6 4 4 1-112" 9 8 5 4 4 2" 10 8 5 4 4 2-1/2" 10 9 5 4 4 3" 10 10 5 4 4 4" 10 10 5 4 4 6" 10 10 5 4 4 8" & larger 10 to 5 4 4 15330 - 2 CITY OF LUBBOCK IT RENOVATIONS 15330 HANGERS AND SUPPORTS PART 3 - EXECUTION 3.1 INSTALLATION OF SUPPORTS - A. All pipes shall be adequately supported. All piping shall be installed with due regard to expansion and contraction, and the type of hanger, method of support, location of supports, etc. shall be governed in part by this consideration. Transmission of vibration and noise shall also be considered and any special suspension with vibration dampeners required to minimize transmissions shall be used where specified or required. B. All exposed vertical risers running near walls shall be supported from the walls. Each line shall have a minimum of 2 supports, not greater than 10'0" on centers, with the additional provision that there shall be a support near the top of the riser. All plastic pipe shall have guides located midway between supports. All supports shall be aligned. C. All vertical pipes shall be supported with riser clamps sized to fit the lines and to adequately support their weight. At the bases of lines, where required for proper supports, furnish and install anchor base fittings or other approved supports. D. Where vertical lines run down to a point near the floor and a support is needed, they may be supported by means of a pipe leg welded to the pipe, extending down to the floor and terminating in a capped end resting on the floor. E. Where pipes other than those specified hereinbefore, are running along walls, they shall be supported using hangers as described hereinbefore, but suspended from brackets bolted to the wall. Specially fabricated clips or U-braces may be used where commercially manufactured items are not available in the proper size. F. Pipe and tubing shall be supported such that dissimilar metals are not in contact. Provide hangers and supports of common material or provide isolation of dissimilar metals. G. Pipe and tubing shall be supported such that there is no contact with building components subject to movement or vibration; e.g., metal studs. H. Where pipes or equipment are suspended under existing concrete construction, drill and use Grinnell Fig. 117 expansion case or Phillips concrete fasteners in sizes not exceeding 1/2" and for loads of 200 Ibs or less. For larger rods or loads above 200 lbs drill through the beam above the bottom steel and bolt a Grinnell Fig. 202 -bracket to the side of the beam for support. Size brackets per manufacturer's recommendations. Use pipe stands where required. I. Where multiple lines are rum horizontally at the same elevations and grades, they may be supported on trapezes formed of sections of Unistrut, angle iron, or channels suspended on rods or pipes. Trapeze members, including the suspension rods, shall each be properly sized for the number, size and loaded ::night of the lines they are to support. Trapeze spacings shall be in accordance with the preceding table for the smallest line supported on or from the trapezes. 15330 - 3 CITY OF LUBBOCK IT RENOVATIONS 15330 HANGERS AND SUPPORTS J. Perforated strap iron and wire will under no circumstances be acceptable as hanger material. 3.2 COOPERATION BETWEEN TRADES A. Where pipes specified under different sections may possibly be racked on the same supporting structure, each trade shall cooperate with the others involved to properly locate the supporting members and shall furnish a proportionate share of the labor and materials involved in the installation. B. Fire sprinkler piping shall not be supported with hangers of other trades, and in no way shall be used to support the work of other trades. Hangers for fire sprinkler piping shall be independent of all other supports. C. Any other special hangers and supports shall be provided and installed as indicated on the drawings, specified elsewhere herein or required by conditions at the site. 3.3 DUCT HANGERS A. All ductwork shall be supported in accordance with standards published by Sheet Metal and Air Conditioning Contractors National Association Inc. 3.4 PRE -FABRICATED EQUIPMENT MOUNTING SUPPORTS A. Provide ThyCurb equipment mounting supports, or approved equal of 18 ga. galvanized construction with continuously welded corner seams and a 3" cant, supports to be internally reinforced with a factory installed wood nailer and 18 ga. counterflashing. Supports to be a minimum of 8" above the finished roof and of the style and design to mate the roof deck. B. Supports shall be level at the top, with pitch built into supports where roof slopes 3/8 of an inch per foot or more, and supports must have certified load bearing data. Supports must span a minimum of 2 joists and more if equipment length requires it. Supports to be used for all roof mounted equipment, HVAC units, condensing units and roof mounted piping. 3.5 FOUNDATIONS FOR MACHINERY A. Concrete subbases not less than 4" high unless indicated otherwise, shall be provided for all floor inounted mechanical and electrical equipment. Subbases shall rest on structural floor. - B. Electric motor shall be mounted on the same foundation as the driven machine. Piping connections at pumps shall be supported on the same foundation as the pumps. 15330 - 4 CITY OF LUBBOCK IT RENOVATIONS 15330 HANGERS AND SUPPORTS C. Foundation for machines shall be a minimum of 3000 psi concrete with all exposed surfaces steel troweled smooth, reinforced with 6 x 6 No. 3 mesh. Chamfer comers of all foundations. D. Machines shall be secured to bases with anchor bolts of ample size. All machine having bedplates and motors shall be grouted under the full area of the bedplates with a nonshrinking, premised grout. After grout has set, all wedges, shims, and jack bolts shall be removed and the spaces filled with grout. END OF SECTION 15330 15330-5 CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT j SECTION 15500 — EQUIPMENT PART 1 - GENERAL 1.1 NOTE A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-] Specification sections, apply to work of this section. 1.2 SUBMITTALS A. Submit manufacturer's data and shop drawings on all items specified. 1.3 SCOPE A. This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the mechanical equipment as shown on the drawings and/or as specified herein. B. This section requires the furnishing of all equipment specified and/or shown on the drawings. Equipment referred to singularly shall mean each item, and the total number of items shown or specified shall be furnished. All equipment shall be manufactured in the USA. C. All appurtenances and auxiliary equipment necessary to the function of any specified item of equipment shall be famished with the item of equipment, whether specifically mentioned or not. Each item of equipment shall perform the function for which it is intended, and all work necessary to provide a complete functional system shall be provided. D. This specification requires that all items of equipment be completely installed, finally connected, tested and placed in service. E. It shall be the responsibility of the Contractor to verify all requirements of the equipment and the contract and certify with the submittal of the shop drawings that all requirements have been met, including: 1. Space requirements 2. Electrical requirements (voltage, phase, wires - No. and size) 3. Capacities 4. Clearance for maintenance 5. Quality b. Quantity i 15500- 1 CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT PART 2 - PRODUCTS 2.1 MOTORS A. Motors shall be furnished for all motor driven equipment. Motors with special operating conditions such as multiple speed or in hazardous locations shall be as specified under the equipment served. General service motors driving through flexible couplings or belts shall conform to the following requirements: B. Less than 1/6 HP: Split phase, 40 degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.0. C. Fractional 1/6 HP and Larger: Capacitor start, 40 degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.0 or greater. D. Integral Horsepower, Single Phase: Capacitor type, 40 degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.15. E. Three Phase: Premium efficiency continuous duty squirrel cage type, 40 degree C ambient, dripproof or totally enclosed fan cooled as required by exposure with a service factor of 1.15. F. Inverter Drive Motors: Motors to be controlled through variable frequency drives shall be designed for such application. Inverter drive motors shall be wound with 200 degree C moisture resistant ISR (Inverter Spike Resistant) wire with Type H insulation to minimize the effects of high voltage spikes. They shall comply with NEMA MG 1 requirements for thermally protected motors. G. Motors shall have the minimum performance as schedulcd below. HP RPM FRAME MIN EFF MIN POWER FACTOR 1 1800 143T 82.5 84 1-1/2 1800 145T 84.0 85 2 1800 145T 84.0 85 3 1800 182T 89.5 86 5 1800 184T 90.2 87 7-1/2 1800 213T 91.0 86 10 1800 215T 91.7 85 15 1800 256T 92.4 85 20 1800 256T 91.7 86 25 1800 284T 92.4 85 30 1800 286T 93.0 88 40 1800 324T 93.6 83 50 1800 326T 93.6 85 60 1800 364T 93.6 88 75 1800 365T 94.5 88 15500 - 2 CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT 2.2 COMPUTER ROOM A/C UNIT A. Cabinet and Frame Construction The frame shall be constructed of MIG welded tubular steel. It shall be painted using the autophoretic coating process for maximum corrosion protection. The exterior panels shall be insulated with a minimum 1", 1.5 lbs density fiber insulation. The main front panel shall have captive'/ turn fasteners. The main unit color and accent color shall be Off -White. The exterior panels shall be powder coated. B. Filter Chamber The filter units chamber shall be located on the back of the cabinet, serviceable from the end of the unit. The filters shall be 4" pleated and rated not less than 30% efficiency (based on ASHRAE 52.1). C. Fan Section The fan section shall be designed for the airflow and external static pressure as scheduled. The fans shall be the centrifugal type, double width double inlet, and shall be statically and dynamically balanced as a completed assembly to a maximum vibration level of two mils in any plane. The shaft shall be heavy duty steel with self -aligning ball bearings with a minimum life span of 100,000 hours. The fan motor shall be 10 hp at 1750 RPM and mounted on an adjustable slide base. The drive package. shall be multi -belt, variable speed, sized for 200% of the fan motor horsepower. The fans shall be located to draw air over the A -Frame coil to ensure even air distribution and maximum coil performance. D. Humidifier 1. The humidifier shall be of the infrared type consisting of high intensity quartz lamps mounted above and out of the water supply. The evaporator pan shall be stainless steel and arranged to be serviceable without disconnecting high voltage electrical connections. The complete humidifier section shall be prepiped ready for final connection. The infrared humidification system shall use bypass air to prevent overhumidification of the computer room. The humidifier shall have a capacity of 22 lbs.fhr. The humidifier shall be equipped with an automatic water supply system. The system has an adjustahle water -overfeed to prevent inineral precipitation. 15500 - 3 CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT E. Reheat 1. The electric reheat coils shall be low watt density, 304/304 stainless steel fin tubular construction, protected by thermal safety switches, shall be 121,500 BTU/HR, 30 kW, controlled in three stages. F. Advanced Control Processor 1. The Advanced control processor shall be microprocessor based with a front monitor LCD display panel and control keys for user inputs. The controls shall be menu driven with on -screen prompts for easy user operation. The system shall allow user review and programming of temperature and humidity setpoints, alarm parameters, and setup selections including choice of control type. A password shall be required to make system changes. For all user selections, the range of acceptable input (temperature, humidity, or time delay) shall be displayed on the monitor screen. 2. The system shall provide monitoring of room conditions, operational status in % of each function, component run times, date and time, and four analog inputs from sensors provided by others. G. Control 1. The control system shall allow programming of the following room conditions: a. Temperature Setpoint.65.85°F (18.29°C) b. Temperature Sensitivity.±l° to 9.9°F (0.6 to 5.6°C) in 0.1°F (.1°C) increments C. Humidity Setpoint.20.80% RH d. Humidity Sensitivity.+1% to +30% RH 2. All setpoints shall be adjustable from the individual unit front monitor panel. Temperature and Humidity Sensors shall be capable of being calibrated using the front monitor panel controls to coordinate with other temperature and humidity sensors in the room. H. Predictive Humidity Control 1. The microprocessor shall calculate the moisture content in the room and prevent unnecessary humidification and dehumidification cycles by responding to changes in dew point temperature. In addition, the system shall provide the following internal controls: 15500 - 4 CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT I. Compressor Short -Cycle Control The control system shall include a program to prevent compressor short cycling. J. Automatic Compressor Sequencing 1. The microprocessor shall automatically change the lead/lag sequence of the compressors after each start to lengthen compressor -on cycles and even compressor wear. K. System Auto -Restart 1. For start-up after power failure, the system shall provide automatic restart with a programmable (up to 9.9 minutes in 6-second increments) time delay. Programming can be performed either at the unit or from the central site monitoring system. L. Sequential Load Activation During start-up, or after power failure, the microprocessor shall sequence operational load activation to minimize inrush current. Systems allowing multiple loads to start simultaneously are unacceptable. M. Econ-O-Coil Flush Cycles 1. Econ-O-Coils shall be automatically flushed to prevent the buildup of contaminants. Systems without this feature shall include the necessary devi4es to bypass fluid into the coil on a programmed basis. N. Front Monitor Display Panel 1. The microprocessor shall provide a front monitor LCD backlit display panel with 4 rows of 20 characters with adjustable contrast. This display (along with five front mounted control keys) shall be the only operator interface required to obtain all available system information such as room conditions, operational status, alarms, control and alarm setpoints, and all user selections including alarm delays, sensor calibration, DIP switch selections, and diagnostics. All indicators shall be in language form. No symbols or codes shah be acceptable. 15500 - 5 j CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT O. Alarms 1. The microprocessor shall activate an audible and visual alarm in event of any of the following conditions: a. High Temperature b. Low Temperature C. High Humidity d. Low Humidity e. Short Cycle f. Compressor g. Overload (#1 and #2) (opt) h. Main Fan Overload (opt) i. Humidifier Problem j. High Head Pressure (#1 and #2) k. Change Filters 1. Loss of Air Flow M. Low Suction Pressure n. Loss of Power o. Custom Alarm (#1 to #4) 2. Custom alarms are four customer accessible alarm inputs to be indicated on the front panel. Custom alarms can be identified with prepared (programmed) labels for the following frequently used inputs: a. Water Under Floor b. Smoke Detected C. Standby GC Pump On d. Loss of Water Flow e. Standby Unit On 3. User customized text can be entered for two of the four custom alarms. Each alarm (unit and custom) can be separately enabled or disabled, selected to activate the common alarm, and programmed for a time delay of 0 to 255 seconds. P. Audible Alarm 1. The audible alarm shall annunciate any alarm that is enabled by the operator. Q. Common Alarm 1. A programmable common alarm shall be provided to interface user selected alarms with a remote alarm device. 15500 - 6 CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT R. Remote Monitoring All alanns shall be communicated to the Liebert site monitoring system with the following inforniation: date and time of occurrence, unit number, and present temperature and humidity. S. Control Type 1. The user shall be able to select the type of control the advanced microprocessor will use. Selections available shall be intelligent, proportional, and tunable PID (proportional, integral, and derivative gains). The intelligent control shall incorporate control logic that uses artificial intelligence techniques including .fuzzy logic. and .expert systems. methods to maintain precise, stable control. If tunable PID is selected, the user shall be able to program each of the three gains. T. Analog Inputs 1. The system shall include four customer accessible analog inputs for sensors provided by others. The analog inputs shall accept a 4 to 20 mA signal. The user shall be able to change the input to 0 to 5 VDC or 0 to 10 VDC if desired. The gains for each analog input shall be programmable from the front panel. The analog inputs shall be able to be monitored from the front panel. U. Diagnostics 1. The control system and electronic circuitry shall be provided with self - diagnostics to aid in troubleshooting. The microcontroller board shall be diagnosed and reported as pass/not pass. Control inputs shall be indicated as on or off at the front monitor panel. Control outputs shall be able to be turned on or off from the front monitor panel without using jumpers or a service terminal. V. Data Collection 1. The control system shall maintain accumulative operating hours of compressors, reheats, humidifier, fan motor and Econ-O-Coil. The ten most recent alarms shall also be retained. 15500 - 7 CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT W. Communications 1. The microprocessor shall be compatible with all Liebert remote monitoring and control devices. X. Dual Refrigeration Systems 1. Each refrigeration circuit shall include hot gas mufflers, liquid line filter dryers, refrigerant sight glass with moisture indicator adjustable, externally equalized expansion values, and liquid line solenoid valves. Y. Semi -Hermetic Compressors 1. The compressors shall be located in a separate compartment so they may be serviced during operation of the equipment. The compressor shall be semi -hermetic with a suction gas cooled motor, vibration isolators, thermal overloads, oil sight glass, manual reset high pressure switch, pump down low pressure switch, suction line strainer, reversible oil pumps for forced feed lubrication, a maximum operating speed of 1750 RPM, and a minimum EER of 11.0. Z. A -Frame DX Coil 1. The evaporator coil shall be an A -Frame design and have 22.2 sq. ft. face area, 4 rows deep. It shall be constructed of copper tubes and aluminum fins and have a maximum face velocity of 531 ft. per minute at 12,000 CFM. Refrigerant of each system shall be distributed throughout the entire coil face area. A stainless steel condensate drain pan shall be provided. AA. Dual Cooling Source Systems 1. The dual cooling source system shall consist of an air or water cooled compressorized system with the additioa of a chilled water coil, a modulating control valve, and a comparative temperature sensor. The system shall be able to function either as a modulating chilled water system or as a compressorized system, or a combination of both. The primary mode of cooling shall be chilled water. Switchover between the two cooling modes shall be performed automatically by the microprocessor control. 15500 - 8 r_ CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT BB. Dual Cooling Source Three -Way Control Valve 1. The water circuit shall include a 3-way modulating valve. The microprocessor positions the valve in response to room conditions. Cooling capacity will be controlled by bypassing chilled water around the coil. The modulating valve travel for dehumidification shall be proportional. CC. Dual Cooling Source Coil 1. The dual -cooling source coil shall be constructed with copper tubes and aluminum frts. The dual cooling source coil shall be rated at as scheduled on the drawings. DD. Air Cooled Systems The Liebert manufactured air cooled condenser shall be the low profile, show speed, multiple direct drive, propeller fan type. The condenser shall balance the heat rejection of the compressor at 105°F ambient. The condenser shall be constructed of aluminum and contain a copper tube, aluminum fin coil arranged for vertical air discharge. EE. Fan Speed Control Condenser The winter control system for the air cooled condenser shall be Liebert Fan Speed Control. The variable speed motor shall operate from 0 to 230 volts single phase, 10 to 1050 RPM. It shall be designed with ball bearings, permanent lubrication, internal overload protection, 40°C rise at full speed, 65°C rise at 10 RPM. The control system shall be complete with transducers, thermostats and electrical control circuit, factory prepackaged in the integral condenser control box. The transducer shall automatically sense the highest head pressure of either operating compressor and control the variable speed fan on the air cooled condenser to properly maintain the head pressure. The fan speed control system shall provide positive start-up and operation in ambient temperature as low as - 20°F. The air cooled condenser shall have a 208 volt, 3 ph 60 Hz power supply. FF. Air Cooled Condenser Disconnect Switch Provide a disconnect switch factory mounted and wired to the condenser control panel, accessible from the exterior. I 15500-9 i__ CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT 2.3 OPTIONAL SPECIFICATIONS A. The precision environmental control system shall be equipped with the following optional components. B. Disconnect Switch (Non -Locking Type) 1. The manual disconnect switch shall be mounted in the high voltage section of the electrical panel. The switch shall be accessible with the door closed. C. Firestat 1. The firestat shall immediately shut down the environmental control system when activated. The firestat shall be mounted in the electrical panel with the sensing element in the return air. PART 3 - EXECUTION 3.1 GENERAL A. Install precision air conditioning units in accordance with manufacturer's installation instructions. Install units plumb and level, firmly anchored in locations indicated, and maintain manufacturer's recommended clearances. 3.2 ELECTRICAL WIRING A. Install and connect electrical devices furnished by manufacturer but not specified to be factory mounted. Furnish copy of manufacturer's electrical connection diagram submittal to electrical contractor. 3.3 PIPING CONNECTIONS A. Install and connect devices furnished by manufacturer but not specified to be factory mounted. Furnish copy of manufacturer' piping connection diagram submittal to piping contractor. 3.4 FIELD QUALITY CONTROL A. Start up mainframe coolant units in accordance with manufacturer's start up instructions. Test controls and demonstrate compliance with requirements. These specifications describe requirements for a computer room environmental control system. The system 15500 - 10 i CITY OF LUBBOCK IT RENOVATIONS 15500 EQUIPMENT shall be designed to maintain temperature and humidity conditions in the rooms containing electronic equipment. B. The manufacturer shall design and furnish all equipment to be fully compatible with heat dissipation requirements. END OF SECTION 15500 15500 - 11 ' CITY OF LUBBOCK IT RENOVATIONS 15600 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS SECTION 15600 - TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS PART 1 - GENERAL 1.1 NOTE A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division- l Specification sections, apply to work of this section. 1.2 SCOPE A. This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in perfonning all operations in connection with -' the testing, balancing and adjt.rting of various systems and portions thereof to produce proper flows of air and watet, correct setting of regulation devices, and other end results as more fully described herLiaaller. B. Upon completion of the installation and start up of the mechanical equipment, check, adjust, and balance systemic; components to obtain optimum conditions in each conditioned space to the bcdlding. C. Prepare and submit to the Architect complete reports on the balance and operation of the system. D. Make a total of three inspections within 90 days after occupancy of the building to insure that satisfactory conditims rur, being maintained throughout and to satisfy any unusual conditions. E. Make inspections in the building during the opposite season from that in which the initial adjustments were rnade and at those times make any necessary modifications to the initial adjustments required to prockix optimum operation of the systemic components, to produce the proper conditions is each conditioned space. F. During the balancing, the temperature regulation shall be adjusted for proper relationship between controlling uistrwnents and calibrated by the Contractor. The correctness of the final setting shall be proved by taking hourly readings for a period of 4 successive eight hour days in a typical room cm each separately controlled zone. The total variation shall not exceed two deg;rti; tioni the preset median temperature during the entire temperature survey period. G. In all fan systems, the air quantities shown on the plans may be varied as required to secure a maximum temperature variation of 2 degrees within each separately controlled zone, but the totiil air quantity indicated for each zone must be obtained. It shall be the obligation of the Contractcx to furnish or revise fan drives and/or motors if necessary, ° without cost to the Owner, to attain the specified air volumes. 15600- 1 CITY OF LUBBOCK IT RENOVATIONS 15600 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS H. Before final acceptance is made, furnish the following data: 1. A tabulation of the simultaneous temperature of all spaces on each separately controlled zone, together with the outside temperature at time of measurement. 2. A listing of the measured air quantities at each outlet corresponding to the temperature tabulation specified above. 3. Air quantities at each return and exhaust air handling device. 4. Flow rate and temperature at each coil and heating device. 5. Static pressure readings entering and leaving each supply, and exhaust fan, and other components of the system. These readings shall be related to fan curves in terms of CFM handled. 6. Motor current readings at each fan and pump. The voltages at the time of the reading shall be listed. I. The above data shall be neatly entered on appropriate forms together with any typed supplements required to completely document all results. Written explanations of any abnormal conditions shall be included. All this shall be assembled into a suitable brochure and a total of 4 copies shall be provided. J. When opposite season modifications are made, additional data sheets indicating new settings, readings, etc., shall be prepared and submitted in quadruplicate. 1.3 INSTRUCTIONS A. During the test periods instruct the building operating personnel in the operation and maintenance of all equipment. B. Deliver to the Owner 3 complete instruction manuals covering the maintenance and operation of the system components. In addition, provide schematic wiring diagrams of each piece of equipment framed under glass and mounted on the wall as directed. Provide complete data on all equipment, including for each item a parts list, and the name and address of the vendor where replacement parts can be purchased. END OF SECTION 15600 15600-2 l CITY OF LUBBOCK I.T. RENOVATIONS 15700 TEMPERATURE REGULATION 15700 - TEMPERATURE REGULATION 1. GENERAL A. NOTE: 1. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section. B. SUBMITTALS: 1. Submit manufacturer's data on all materials and equipment. Include system schematics indicating all devices, pneumatic piping, electrical wiring and sequence of operation. Sequence of operation shall reference each component device by designation used on schematics. C. SCOPE: 1. This Contractor shall include in his bid an amount necessary to cover a complete system of automatic temperature regulating equipment. It is intended that the system be pneumatic in its operation except for certain sensing functions, remote starting and stopping provisions, resetting arrangements, and alarm indications which can best be performed by electronic instruments. It shall include all master and submaster thennostats, valves, dampers, and operators, amplifiers, air receivers, switches, piping, air regulator, relays, multiplexers, cabinets, etc. required to make it complete in full accordance with the intent of the plans and the following description. 2. The temperature regulation equipment shall be installed and adjusted to secure the sequences described hereinafter. The materials and equipment described herein shall be sufficient to any of the remote devices of reference elsewhere herein, but shall be arranged as required to operate in conjunction with those remote devices. 3. The Contractor shall furnish and install all automatic dampers, and all automatic valves. The Contractor shall furnish, install, and adjust all damper and valve operators and all other switches, relays, etc. comprising the temperature regulation system. 4. Temperature regulation specified herein is based on Johnson Controls. PRODUCTS A. PIPING: 1. All exposed tubing and conduit shall be run parallel to or at right angles to the building structure and shall be concealed in all finished spaces. Tubing may be run exposed in mechanical rooms or areas where other piping is exposed. Tubing shall be attached to pennanent building components or pipe racks. 2. Hard drawn copper tubing shall be used where run exposed. Only tool -made bends will be acceptable. Fittings for copper tubing shall be brass or copper solder joint type, except at connections to apparatus, where brass compression -type fittings shall be used. 3. Non-metallic tubing may be used in concealed locations, inside control cabinets and for flexibility (24" maximum) to make final terminations. Tubing shall be virgin polyethylene, meeting stress -crack test ASTM D1693-60T. Tubing shall be self -extinguishing under AS` M-D635 flammability test. 4. Where non-metallic tubing is used inside control cabinets, it shall be number -coded and control cabinets and neatly tied and supported. Flexible connections bridging the cabinet and its door shall be neatly fastened along the hinge -side and protected against abrasion. 5. Single lines in equipment rooms shall be hard drawn copper. Short run final terminations shall be made in flexible polyethylene. 15700- 1 CITY OF LUBBOCK I.T. RENOVATIONS 15700 TEMPERATURE REGULATION t 6. Jacketed multitube instrument harness may be used where a number of tubes are to be run together. Single polyethylene tubing may be used in concealed areas. 7. Number -coded polyethylene shall be used inside control cabinets and within the enclosure of unit ventilators, fan -coil units, and shall be neatly tied and supported. Flexible connections bridging the cabinet and its door shall be neatly fastened along the hinge -side and protected against abrasion. B. GAUGES: 1. Provide and install two inch dial pressure gauges at each pneumatic valve and damper operator to indicate its performance. All such gauges shall be identified by a permanent tag or label indicating to which operator they apply. C. THERMOSTATS: 1. New thermostats in general shall match existing. 2. All thermostats shall be of the gradual acting two pipe type, except in cases specified herein to the contrary. All shall be adjustable as to set point. 3. Thermostats shall be guaranteed to control to plus or minus 1 degree of set point. 4. Those for exposed installation in finished areas shall have plain cases and concealed adjustments unless specifically described otherwise herein. 5. The interrelationship of reset schedule of all submaster instruments shall be job -adjustable and capable of broad ranges of specific value. 6. The locations of all room type thermostats are indicated on the drawings. The Contractor shall examine these locations and if, in his opinion, the operation of any instrument would be improved by changing its location, he shall so notify the Architect. With the Architect's approval, he shall install the thermostat in the location of his choice. D. CONTROL VALVES, WATER: 1. All three-way valves shall be provided with linear throttling plugs such that the total flow through the valve shall remain constant regardless of the valve's position. 2. Valves 3" and smaller shall be screwed type, valves 4" and larger shall be flanged. Valves shall be factory -rated to withstand the pressures encountered. Valves shall have stainless -steel stems and spring -loaded teflon packing. 3. Water valves shall be sized for a pressure drop equal to the coil they serve but not to exceed 5 psi. Valves shall have replaceable seats and discs. E. PNEUMATIC ACTUATORS: 1. Pneumatic operators shall be sized to operate their appropriate dampers or valves with sufficient reserve power to provide smooth modulating action or two -position action as specified. 2. Where sequencing of actuators is called for such sequencing shall be accomplished by spring ranges adequate for the application. 3. Where critical application controllers are used, or where actuators are controlled from pressure sensors, pilot positioners shall be used. EXECUTION A. SEQUENCE OF OPERATION: 1. This Contractor shall desigil and install the temperature regulation system using components as hereinbefore described to effect the performance functions described hereinafter. Considerable latitude is permitted in the arrangement and selection of components. However, the sequences described must be achieved automatically, within 15700 - 2 CITY OF LUBBOCK I.T. RENOVATIONS 15700 TEMPERATURE REGULATION the tolerance specified, without manual manipulation, and any modification to the submitted design required to achieve this result shall be done at no change in the contract price. B. REHEAT COILS: 1. There shall be a room thermostat corresponding to each reheat coil. On a fall in space temperature, the thermostat shall modulate the hot water valve open to the coil. END OF SECTION 15700 - 3 f AGNEW ASSOCIATES, INC. DIVISION 16 PROJECT NUMBER 1206021 ELECTRICAL CITY OF LUBBOCK IT RENOVATION TABLE OF CONTENTS SECTION TITLE PAGE 16000 GENERAL PROVISIONS FOR ELECTRICAL ...................................................... 1-8 16060 MINOR ELECTRICAL DEMOLITION FOR REMODELING .............................. . 1-3 16110 RACEWAYS AND FITTINGS ................................................................................ 1-9 16114 CABLE TRAYS........................................................................................... I ............ 1-5 16120 CONDUCTORS ........................................................................................................ 1-5 16140 WIRING DEVICES .................................................................................................. 1-5 16180 EQUIPMENT CONTROLS AND WIRING SYSTEMS ......................................... 1-3 16195 ELECTRICAL IDENTIFICATION ......................................................................... 1-3 16441 CIRCUIT AND MOTOR DISCONNECT SWITCHES ........................................... 1-3 16450 GROUNDING AND BONDING .............................................................................. 1-5 16470 PANELBOARDS ...................................................................................................... 1-5 16475 CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES ..... 1-4 16500 LIGHTING ................................................................................................................ 1-5 16721 FIRE DETECTION AND EXTINGUISHING SYSTEMS ...................................... 1-9 The seal appearing on this doCL]InCnt was authorized by Reese Wright, PE 79805, on September 5, 2007. Alteration of a sealed document without proper notification to the responsible engineer is an offense under the Texas Engineering Practice Act. CITY OF LUBBOCK IT RENOVATIONS 16000 GENERAL PROVISIONS FOR ELECTRICAL SECTION 16000 — GENERAL PROVISIONS FOR ELECTRICAL PART 1 - GENERAL 1.1 . RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to the work of this Section. 1.2 ELECTRIC:\L LINES A. General: In general, the electrical lines to be installed under these Specifications shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner. The following is a general outline concerning the running of electrical lines and is to be excepted where the drawings or conditions at the building necessitate deviating from these standards. B. General Construction: The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made -- because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they are under construction. All concealed lines shall be installed as required by the pace of the general construction to precede that general construction. C. Field Conditions: The electrical Drawings do not give exact details as to elevations of electrical lines, exact locations, etc., and do not show all the offsets, and other installation details. The Contractor shall carefully lay out his work at the site to conform to the architectural and structural conditions, to avoid all obstruction, to conform to details of installation supplied by the manufaettlrers of the equipment to be installed, and thereby to provide an integrated, satisfactorily operating installation. D. Locations of Electrical Devices: The electrical Drawings show diagrammatically the locations of the various electrical outlets and apparatus and the method of circuiting and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general Drtwings and to all detail drawings, equipment drawings, roughing -in drawings, etc., by measurements at the building, and in cooperation with other sections, and in all cases shall be subject to the approval of the Architect. The Architect reserves the right to make any reasonable change in location of any outlet or apparatus before installation (within 10 feet of location shown on drawings) or after installation if an obvious conflict exists, without additional cost to the Owner. E. Space Requiremcnt:s: The Contractor shall be responsible for the proper tatting of his mntertal and ap ar;ltils into tho .n icr- k0imild the nartirntar otminment th'it ;ally hiddor proposes to install require other space conditions than those indicated on the drawings, he shall arrange for such spike with the: Architect before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such necessary chtutgcs at his (the Contractor's) own expense. 16000- 1 CITY OF LUBBOCK IT RENOVATIONS 16000 GENERAL PROVISIONS FOR ELECTRICAL F. Working Drawings: The Contractor shall submit scale working drawings of all his [ apparatus and equipment which in any way varies from these Specifications and Drawings. The Architect shall check these variations from the Specifications and Drawings before the work is started. Before the work proceeds, the contractor shall correct any interference with the structural conditions. G. Order of Precedence: Order of precedence shall be observed in laying -out the conduit in order to tit the material into the space above the ceiling and in the chases and walls. The installation shall be coordinated with the work of all other trades. The following order shall govern: l . Items affecting the visual appearance of the inside of the building such as lighting fixtures, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site. ?, Lines re_quirinv eyrnde. to fitntion such as sewers. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function bends and offsets would not impair. If. I?quiprncnt Connections: Conduits serving outlets on items of equipment shall be run in the most appropriate manner. Where the equipment has built-in chases, the lines shall be contained therein. Where the equipment is of the open type, the lines shall be run as close as possible to the underside of the top and in a neat and inconspicuous manner. Exceptions and Inconsistencies: Exceptions and inconsistencies in Drawings and Specifications shall be brought to the Architect's attention before the contract is signed. Otherwise, the Contractor shall be responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus, material, or equipment. Intent of Drawings and Specifications: The Contractor shall distinctly understand that the work described herein and shown on the accompanying drawings shall result in a finished and working job, and any item required to accomplish this intent shall be included whether specifically mentioned or not. K. Examination of Drawings and Specifications: Each bidder shall examine the Drawings and Specifications for the General Construction. If these documents show any item requiring work under Division 16 and that work is not indicated on the respective Electrical drawings, he shall notify the Architect in sufficient time to clarify before bidding. If no notification is received, the Contractor is assumed to require no clarification, and shall install the work as indicated on the General Drawings in accordance with the Specifications. 1.3 Ub11:5[OS A. Gcn4r',d: Before orderine any material or doinu any work, the Contractor sliall terifv all dimensions, including elevations, and shall be responsible fin• the correctness of the same. No extra charge or compensation will be allowed on account of differences between actual dimensions and measurements indicated on the drawings. Any difference that may 16000 - 2 CITY OF LUBBOCK IT RENOVATIONS 16000 GENERAL PROVISIONS FOR ELECTRICAL be found shall be submitted to the Architect for consideration before proceeding with the work. 1.4 INSPECTION OF SITE A. General: The accompanying Drawings do not indicate completely the existing electrical installations. The bidders for the work under these sections of the Specifications shall inspect the existing installations and thoroughly acquaint themselves with conditions to be met and the work to be accomplished in removing and modifying the existing work, and in installing the new work in the present building and underground serving to and from that structure. Failure to comply with this shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installations andlor installing any new work. 1.5 ELECTRICAL WIRING A. Description: All electric wiring of every character, both for power supply, for pilot and control, for temperature control, for communications, etc. will be done under Division 16 of these Specifications. Every electrical current consuming device furnished as a part of this project, or furnished by the Owner and installed in this project, shall be completely wired up under Division 16. Verification of exact location, method of connection, number and size of wires required, voltage requirements, and phase requirements is the responsibility of the Contractor under Division 16. If conflicts occur between the drawings and the actual requirements, actual requirements shall govern. 1.6 PROGRESS OF WORK A. General: The Contractor shall keep himself fully informed as to the progress of the work and do his work at the proper time without waiting for notification from the Architect or Owner. 1.7 MANUFACTURER'S DIRECTIONS A. General: All manufactured articles shall be applied, installed and handled as recommended by the immufacturer. 1.8 MATERIALS AND kk'ORK'MANSII[P A. ti[atcrial.s: All materials shall he new unless otherwise specified and of the quality specified. Materials shall be five from defects and undamaged. All materials of a type for which the Undcrwriters Laboratories, inc. have established a standard shall be listed by the Underti riters [_aboratori�:s, [nc. and shall bear their label. B. San)p1c,: The Architect reserves the right to call for samples of any item of material offered in substitution, together with a sample of the specified material, when, in the Architect's opinion, the quality of the material andtor the appearance is involved and it is 160Q0 - 3 CITY OF LUBBOCK IT RENOVATIONS 16000 GENERAL PROVISIONS FOR ELECTRICAL deemed that an evaluation of the two materials may be better made by visual inspection. This shall be limited to lighting fixtures, wiring devices, and similar items and shall not be applicable to major manufacturers' items of equipment. C. Transportation: The Contractor shall be responsible for transportation of his materials to and on the job, and shall be responsible for the storage and protection of these materials and work until the final acceptance of the job. D. Appurtenances: The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract. E. Workmanship: The worlunanship shall in all respects be of the highest grade and all construction shall be done according to the best practice of the trade. 1.9 PROTECTION OF APPARATUS A. General: The Contractor shall at all titnes take such precautions as may be necessary to properly protect his new apparatus from damage. This shall include the erection of all required temporary shelters to adequately protect any apparatus stored in the open on the site, the cribbing of any apparatus above the floor of the construction, and the covering of apparatus in the uncompleted building with tarpaulins or other protective covering. Failure on the part of the Contractor to comply with the above to the entire satisfaction of the Architect will be sufficient cause for the rejection of the pieces of apparatus in question. 1.10 PERMITS, FEE, LTC. A. General: The Contractor under each section of these Specifications shall arrange for a permit from the local authority. The Contractor shall arrange for all utility services, including electric services. If any charges are made by any of the utility companies due to the work on this project, the Contractor shall pay these charges, including charges for metering, connection, street cutting, etc. The Contractor shall pay for any inspection fees or other fees and charges required by ordinance, law, codes and these Specifications. LII TESTING A. General: The Contractor under each division shall at his own expense perform the various tests as specified and required by the Architect and as required by the State and local authorities. The Contractor shall furnish all fuel and materials necessary for making tests. L12 I._AWS, CODES A.M) ORDIN"AiNCES A. (General: All work shall be executed in strict accordance with all local, state and national codes, ordinances and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these 16000 - 4 CITY OF LUBBOCK IT RENOVATIONS 16000 GENERAL PROVISIONS FOR ELECTRICAL Specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Architect, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. 1.13 TERNIINOLOGY A. "Furnish, Provide, Install": Whenever the words "furnish", "provide", "furnish and install," "provide and install', and/or similar phrases occur, it .is the intent that the materials and equipment described be furnished, installed and connected under this Division of the Specifications, complete for operation unless specifically noted to the contrary. B. Materials: Where a material is described in detail, listed by catalogue number or otherwise called for, it shall be the Contractor's responsibility to furnish and install the material. C. "Shall": The use of the word "shall" conveys a mandatory condition to the contract. D. "Section": "This section" always refers to the section in which the statement occurs. E. "Project": "The project" includes all work in progress during the construction period. F. Multiple Items: In describing the various items of equipment, in general, each item will be described singularly, even though there may be a multiplicity of identical or similar items. 1.14 COOPERATION A. General: The contractor for the work under each section of these Specifications shall coordinate his work with the work described in all other sections of the Specifications to the end that, as a whole, the job shall be a finished one of its kind, and shall carry on his work in such a manner that none of the work under any section of these Specifications shall be handicapped, hindered or delayed at any time. 1.15 COORD NXIION 01 "fRAL)ES A. General: The Contractor shall be responsible for resolving all coordination required between trades. For example, items furnished under Division 15 which require electrical connections shall be coordinated with Division 16 for. I. Voltage ?. Phase 3. Ampacity 4. No. and size of wires 16000 - 5 l CITY OF LUBBOCK IT RENOVATIONS 16000 GENERAL PROVISIONS FOR ELECTRICAL-- 5. Wiring diagrams f 6. Starter size, details and location 7. Control devices and details B. Ceiling Mounted Items: Items installed inlon finished ceilings shall be coordinated with the ceiling construction. The Contractor under each section shall conform to the reflected ceiling plan and shall secure details and/or samples of the ceiling materials as necessary to insure compatibility. Any device not conforming to this requirement shall be replaced by the Contractor at his expense. C. Flectrical Items: All items specified under Divisions 16 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. 1.16 CU fTING AND PATC1IING A. General: The Contractor for work specified under each section shall perform all structural and general construction modifications and cut all openings through either roof, walls, floors or ceilings required to install all work specified under that section or to repair any defects that appear up to the expiration of the guarantee. All of this cutting shall be done under the supervision of the Architect and the Contractor shall exercise due diligence to avoid cutting openings larger than required or in wrong locations. B. Structural Members: No cutting shall be done to any of the structural members that would tend to lessen their strength, unless specific permission is granted by the Architect to do such cutting. C. Patching: The Contractor for work Linder each section shall be responsible for the patching of all openings cut to install the work covered by that section and to repair the damage resulting from the failure of any part of the work installed hereunder. D. Coordination: Before bidding, the Contractor shall review and coordinate the cutting and patching required with all trades. E. Existing Surl' ces: In all spaces where new work under Division 16 is installed and no other alteration or refinishing work is shown or called for, existing floors, walls and ceilings shall be restored to match existing conditions. Workmen skilled in the affected trade shall do all cutting and patching. F. Masonry balls: Where openings are cut through masonry walls, the Contractor under each respective section shall provide and install lintels or other structural supports to protect the remaining masonry and adequate support shall be provided during the cutting operation to prevent any damage to the masonry occasioned by the operation. r\II structural members, supports, etc. shall be of the size, shape, and installed as directed by the Architect. 16000 - 6 E i CITY OF LUBBOCK IT RENOVATIONS 16000 GENERAL PROVISIONS FOR ELECTRICAL 1 1.17 PAINTING A. General: Painting for Division 16 shall be as follows: 1. If the factory finish on any apparatus or equipment is marred, it shall be touched up and then given one coat of half -flat -half -enamel, followed by a coat of machinery enamel of a color to match the original. Paint factory primed surfaces. 2. Paint all exposed conduit, boxes, cabinets, hangers and supports, and miscellaneous metal. 3. Generally, painting is required on all surfaces such that no exposed bare metal is visible. 1.18 LARGE APPARATUS A. General: Any large piece of apparatus which is to be installed in any space in the building, and which is too large to permit access through windows, doorways or shafts, shall be brought to the job by the Contractor involved and placed in the space before the enclosing structure is completed. 1.19 RELOCATION OF EXISTING INSTALLATIONS A. General: There are portions of the existing electrical system that shall remain in use to serve the finished building in conjunction with the indicated new installations. By actual examination at the site, each bidder shall detennine those portions of the remaining present installations, which must be relocated to avoid interference with the installations of new work of his particular trade and that of all other trades. All such existing installations that interfere with new installations shall be relocated by the Contractor under the Division in which the existing material normally belongs, and in a manner as - directed by the Architect. For example where existing conduit and electrical equipment interferes with the installation of new work; it shall be relocated under Division 16. Failure to become familiar with the extent of the relocation work involved shall not relieve the Contractor of responsibility and shall not be used as a basis for additional compensation. 1.20 INSTALLATION DRAWINGS A. General: It shall be incumbent upon the Contractor to prepare special drawings as called for elsewhere herein or as directed by the Architect to coordinate the work under each section, to illustrate changes in his work, to facilitate its concealment in finished spaces to avoid obstructions or to illustrate the adaptability of any item of equipment which he proposes to use. These drawings shall be used in the field for the actual installation of the work. Unless otherwise directed, they shall not be submitted for approval but three copies shall be provided to the Architect for his information. 16000 - 7 CITY OF LUBBOCK IT RENOVATIONS 16000 GENERAL PROVISIONS FOR ELECTRICAL 1.21 ROUGH -IN AND MAI{_E FIN TAL (ONNECTION FOR EQUIPMENT A. General: The shop drawings for all equipment are hereby made a part of these Specifications. The Contractor under each section of the Specifications shall rough -in for the exact item to be furnished on the job, whether in another section of the Specifications or by the Owner. The Contractor shall refer to all drawings and other sections of the Specifications for the scope of work involved for the new equipment, and by actual site examination determine the scope of the required equipment connections for the Owner furnished equipment. B. Discrepancies: Should any of tlx: equipment furnished require connections of a nature different from that shown on the drawings, report the matter to the Architect and finally connect as directed by the Architect. Minor differences in the equipment furnished and that indicated on the drawings will not constitute ground for additional payment to the Contractor. END OF SECTION 16000 16000-8 i__ CITY OF LUBBOCK IT RENOVATIONS 16060 MINOR ELECTRICAL DEMOLITION FOR REMODELING SECTION 16060 — MINOR ELECTRICAL DEMOLITION FOR REMODELING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Materials and equipment for patching and extending work: As specified in individual Sections. PART 3 - EXECUTION 3.1 EXA:VIINAT ION A. Field Measurements: Verify field measurements and circuiting arrangements are as shown on Drawings. B. Abandoned Circuits: Verify that abandoned wiring and equipment serve only abandoned facilities. C. Field Conditions: Demolition Drawings are based on casual field observation and existing record documents. Report discrepancies to Owner and Architect/Engineer before disturbing existing installation. D. Existing Conditions: Beginning of demolition means installer accepts existing conditions. 3.2 PREPARATION A. Demolition: Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. B. Utility Coordination: COOCdlnille utility service outages with Utility Company. C. Temporary Wiring: Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. 16060- 1 CITY OF LUBBOCK IT RENOVATIONS 16060 MINOR ELECTRICAL DEMOLITION FOR REMODELING D. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Obtain permission from Owner at least 72 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area. E. Existiria Fire Alarm System: Maintain existing system in service until new system is accepted. Disable system only to snake switchovers and connections. Notify Owner at least 72 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area. 3.3 DEMOLITION AND EXTENSION OF EXISTING EI..ECERICAL WORK A. General: Demolish and extend existing electrical work under provisions of the Drawings, General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections. B. New Construction: Remove, relocate, and extend existing installations to accommodate new construction. C. .=lbandoned Wiring: Remove abandoned wiring to source of supply. D. Exposed Conduit: Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces. E. Abandoned Devices: Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets, which are not removed. F. Abanckmcci Panelboards. Disconnect and remove abandoned panelboards and distribution equipment. G. Abandoned Equipment: Disconnect and remove electrical devices and equipment serving utilization equipment that has been removed. H. Abandoned Lighting Fixtures: Disconnect and remove abandoned lighting fixtures. Remove brackets, steins, hangers, and other accessories. 1. Adjacent Construction: Repair adjacent construction and finishes damaged during demolition and extension work. J. Existing wiring to rernain active: Maintain access to existing electrical installations, which remain active. Modify installation or provide access panel as appropriate. K. Lxtension of existing vvirinL,: Extend existing installations using materials and methods compatible with existing electrical installations, as specified. 16060 - 2 i CITY OF LUBBOCK IT RENOVATIONS 16060 MINOR ELECTRICAL DEMOLITION FOR REMODELING 3.4 CLErkNING AND REPAIR A. Existing Materials: Clean and repair existing materials and equipment that remain or are to be reused. B. Panelboards: Clean exposed surfaces and check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions. Provide typed circuit directory showing revised circuiting arrangement. 3.5 INSTALLATION A. Relocated Materials: Install relocated materials and equipment under the provisions of Division 1 of the Specifications. END OF SECTION 16060 16060-3 CITY OF LUBBOCK IT RENOVATIONS 16110 RACEWAYS AND FITTINGS SECTION 16110 — RACEWAYS AND FITTINGS PART 1 - GENERAL 1.1 RELATED DOCUINIENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. G cncral: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division I Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide manufacturer's catalog data on all conduit, conduit fittings, raceway, outlet boxes, pull boxes and junction boxes. 1.3 SCOPE A. Description: The work shall include Furnishing and installing all electrical raceways, conduit, wireways, pull and ,junction boxes and outlet boxes, together with all fittings, supporting devices, and other accessories required. 1.4 REGULATORY REQUIREMENTS A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.5 DELIVERY, STORAGE, AND HANDLING A. General: Deliver, store, protect, and handle products under provisions of the General Requirements. Accept delivery of conduit, raceway, pull and junction and outlet boxes on site and inspect For damage. Report concealed damage to carrier within their required time period. Protect conduit and raceway from corrosion and entrance of debris by storing above grade protected from the weather. Provide appropriate covering. Protect PVC conduit from sunlight. CITY OF LUBBOCK IT RENOVATIONS 16110 RACEWAYS AND FITTINGS 1.6 PROJECT CONDITIONS A. Field Measurements: Verify that field measurements are as shown on the Drawings. B. Routing of Conduit Verify routing and termination locations of conduit prior to rough -in. Conduit routing is shown on the Drawings in approximate locations unless dimensioned. - The contractor shall verify all site conditions and shall route as required to complete the wiring system. PART 2-PRODUCTS 2.1 CONDUITS A. Rigid Steel. Conduit: Rigid, threaded, thick -wall; galvanized inside and outside or galvanized outside with a protective coating inside; UL listed and labeled according to Standard UL6; conforming to ANSI Standard C80.1; Pittsburg, Republic Steel, Robroy, Allied or approved equivalent. B. Electrical Metallic Tubing (EMT): Steel tubing, galvanized outside and provided with a slick corrosion resistant interior coating; UL listed and labeled according to Standard 797; conforming to ANSI Standard C80.3; Pittsburg, Republic Steel, Robroy, Allied or approved equivalent. C. Flexible Metal Conduit: Spirally wound with hot dip galvanized steel strips (commercial Greenfield) or interlocked aluminum construction; conforming to UL Standard UL 1 and UL listed and labeled; Triangle Conduit and Cable Company, or approved equivalent. D. Liquidtight Flexible Metal Conduit: Spirally wound with hot dip galvanized steel strips or interlocked aluminum construction as for flexible metal conduit; with polyvinyl chloride cover extruded over the exterior to make conduit liquidtight; UL listed and labeled; - Electri-flex type "LA" or approved equivalent. E. PVC Conduit: Type 40 heavy wall, high impact rigid virgin polyvinyl chloride (PVC) conduit, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial use; Carlon or approved equivalent. 2.2 CONDUIT FITTINGS A. Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded couplings conforming to ANSLNEMA FBI; bushing at all boxes and cabinets, with locknuts inside and outside box or cabinet. B. Couplings and Terminations for Electrical Metallic 'Tubing (Compression and Set Screw Couplings): Join lengths of EMT with steel compression type couplings and connectors where exposed to the weather or in wet locations. Otherwise use steel, set -screw couplings and connectors. Couplings shall conform to ANSUNEMA FBI. The connectors shall have insulated throats so not to damage the insulation during wire pulling operations. 16110 - 2 r CITY OF LUBBOCK IT RENOVATIONS 16110 RACEWAYS AND FITTINGS C. Couplings and Terminations for Flexible N-ietal Conduit: Conforming to ANSI/NEMA FBI; T & B 440 Series or approved equivalent couplings at connections between flexible and rigid conduit; T & B 3112 or 3132 Series or approved equivalent nylon insulated throat, steel connectors at box or cabinet terminations. D. Couplings and Teminations for Liquidtight Flexible Metal Conduit: Conforming to ANSI/NEMA FBI; T & B 5271 Series or approved equivalent adapters at connections between flexible and rigid conduit; T & B 5331 Series or approved equivalent nylon insulated throat, steel connectors at box or cabinet terminations. E. Couplings and Tenn inations for PVC Conduit: Type 40 heavy wall, high impact rigid virgin polyvinyl chloride (PVC) fittings, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial use; Carlon or approved equivalent. PVC couplings and solvent cement by the same manufacturer as the PVC conduit. 23 EXPANSION JOINTS IN CONDUIT A. Description: Provide conduit expansion joints with internal ground and external bonding jumper, 0-Z Type AX or approved equivalent. 2.4 W'IREWAYS A. Interior Use: UL listed; enamel finished; sizes shown or required; screw covers; complete with all fittings, couplings, hangers and accessories; Square D, General Electric, or approved equivalent. B. Exterior Use: UL listed; enamel finished; sizes shown or required; removable front cover which is gasketed; weatherproof rainhood. 2.5 OUTLET BOXES A. General: Outlet boxes shall be UL listed of sizes and types specified. B. Sheet Steel Boxes: NEMA OS 1, sheet steel not lighter than No. 14 gauge, galvanized after fabrication; Raco, Steel City, Appleton or approved equivalent. C. Cast Metal Bores: NEMA FBI, cast iron or cast alloy with threaded hubs. Crouse -Hinds, Appleton, Pyle National or approved equivalent. 2.6 PULL BOXES AND JUNCTION BOXES A. Description: Sheet steel, galvanized inside and outside, with galvanized covers. B. Small Boxes: For boxes where the volume required is not over 100 cubic inches, use standard outlet boxes. 161 10 - 3 CITY OF LUBBOCK IT RENOVATIONS 16110 RACEWAYS AND FITTINGS C. Larger Boxes: For boxes where the volume required is over 100 cubic inches, use cabinets as specified for panelboards cabinets with covers of the same gauge as cabinets, secured with corrosion resistant bolts or screws. 2.7 SURFACE RACEWAY A. Surface Raceway: Galvanized Steel with snap on covers, UL listed and sized as shown on the Drawings. Finish surface raceway with all fittings, couplings, hangers, boxes and accessories as required for a complete installation. The surface raceway shall be finished in the manufacturer's standard buff finish. As manufactured by Wiremold, Walker/Parkersburg or approved equivalent. PART 3 - EXECUTION 3.1 EXAMINATION A. General: Examine surfaces to receive raceways, boxes and enclosures for compliance with installation tolerances and other conditions affecting performance of the raceway system. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRING METHODS A. Description: All wiring of every description shall be run in conduit or electrical metallic tubing unless noted or specified otherwise. Conduits may be run exposed in machinery and electrical rooms and unfinished areas. All other conduits shall be run concealed unless otherwise noted. 3.3 CONDUIT REQUIREINIENTS A. Underground Installations: 1. Type: Schedule 40 PVC conduit. 2. In or under slab on grade: Schedule 40 PVC conduit. 3. Minimum size: 3/4 inch. B. Outdoor Locations ikbove Grade: 1. Type: Rigid steel conduit. 2. Minimum size: 1/2 inch. C. kVet and Damp Locations: 1. Type: Rigid Steel Conduit. 2. Minimum size: 1/2 inch. D. Day Locations: 1. Concealed: Electrical metallic tubing. 3 16110 - 4 t_ CITY OF LUBBOCK IT RENOVATIONS 16110 RACEWAYS AND FITTINGS G 2. Exposed within 6 feet of finished floor: Rigid steel conduit or intermediate metal conduit. 3. Exposed above 6 feet of finished floor where not subject to mechanical damage: Rigid steel conduit, intermediate metal conduit or electrical metallic tubing. 4. Minimum size: 1/2 inch. 3.4 INSTALLATION OF BUILDING RACEWAYS A. Installation: Install conduit in accordance with NECA "Standard Of Installation." Install raceways, boxes and enclosures according to the manufacturer's written instructions. B. Conduits: All exposed runs shall be installed level and square and at proper elevations, parallel to the surface of the building in a neat and orderly manner. Provide adequate headroom. C. Bends: Install no more than the equivalent of four 90-degree bends between boxes. Make field bends with approved bending devices. Use hydraulic one-shot bender to fabricate bends in metal conduit larger than 2-inch size. Make bends and offsets so the inside diameter is not reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not install bends or offsets in which conduit is crushed, deformed or otherwise injured. D. Conduit Bodies: Use conduit bodies to make sharp changes in direction. E. Expansion Joints: Provide suitable fittings to accommodate expansions and deflection where conduit crosses control and expansion joints. F. Completion: Complete raceway installation before starting conductor installation. G. Sizes: Size and install raceways so that conductors may be drawn in without injury or excessive strain. Sizes of conduits shown on the drawings are minimum sizes to be installed. H. Connections: Use lengths of flexible metal conduit, not less than 12 inches long and not more than 24 inches long at final connections to all motors, generators, controls and other devices subject to movement because of vibration or mechanical adjustment. In damp or wet locations, and where installed outdoors, use liquidtight flexible metal conduit. I. Connections to Recessed Lighting Fixtures: Use maximum of 6 feet flexible metal conduit at connections to recessed lighting fixtures, and elsewhere as required. Flexible conduit shall be ;4" minimum. J. Around heat Producing Ecluipnicnt: Do not install raceways within twelve inches of steam and hot water pipes, breeching and flues, except where crossings are unavoidable, and then keep raceways at least six inches from insulation on the pipe, breeching or flue crossed. Wherever possible, avoid installing raceways directly above or in close proximity to boilers and other like objects operating at high temperatures. 161W-5 I t__ CITY OF LUBBOCK IT RENOVATIONS 16110 RACEWAYS AND FITTINGS K. Damp or Wet Locations: In damp or wet locations make every effort to avoid installing raceways in a manner which will create moisture traps. Where they must be so installed, seal both ends of raceways with an approved sealing compound to prevent "breathing" and moisture condensation within the raceways. L. Protection of Raceways: Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closers during construction to prevent foreign matter from entering raceway. Do not pull any conductors into raceways until all plastering in the vicinity is completed. Swab out all raceways before pulling in conductors. M. Penetrations: Wherever raceways pass through floors, walls partitions, etc., carefully fill any space between the outside of the raceway and the building material to prevent passage of air, water, smoke and fumes. Filling material shall be fire resistive and, in general, similar to the basic building materials through which the raceway passes. N. Roof Penetrations: Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. Coordinate location with roofing installation. O. Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring. Lines shall be free from splices and shall have not less than 12 inches of slack at each end of the pull wire. Identify each end of each line with a linen tag bearing complete information as to the purpose of the raceway and the location of its other end. All lines shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds. 3.5 JOINING AND TERMINATING CONDUITS A. Joining Rigid Conduits: Join with threaded couplings. Ream out all conduit ends after threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes, switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside. Unthreaded set screw type couplings or connectors are not acceptable in rigid conduit systems. No running threads shall be used anywhere in conduit systems. B. Joining Electrical Metallic Tubing: Cut conduit square using saw or pipe cutter and de - burr cut ends. Bring conduit to shoulder of fittings and fasten securely. C. Joining PVC Conduit: Join PVC conduit using cement as recormnended by the manufacturer. Wipe PVC conduit dry and clean before joining. Apply full coat of cement to entire area inserted in fitting. Allow joint to cure for twenty minutes, minimum. D. rerminalions: Where raceways are terminated with locknuts and bushings, align the raceway to enter squarely, and install the locknuts with dished part against the box. Where terminations cannot be made secure with one to knut, Ilse- two locknuts, one inside and one outside the box. Where tenninating in threaded hubs, screw the raceway or fitting tight into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align the raceway so the coupling is square to the box, and tighten the chase nipples so no threads are exposed. j 16110 - 6 CITY OF LUBBOCK IT RENOVATIONS 16110 RACEWAYS AND FITTINGS 3.6 TELEPHONE AND DATA CABLE RACEWAYS A. 2-inch Trade Size and Smaller: In addition to the above requirements, install in maximum lengths of 150 feet and with a maximum of two 90-degree bends or equivalent. Install pull or junction boxes where necessary to comply with these requirements. 3.7 CONDUIT SUPPORTS A. Support Spacing: Use minimum spacing as directed by National Electrical Code, but space hangers more closely where required by conditions. B. Vertical Conduit Risers: Support vertical conduits at each floor by means of riser clamps or U-bolts, clamping them to a steel channel bridging the opening in the floor. C. Individual Conduits: Support conduits running vertically or horizontally with galvanized malleable iron one hole clamps. Carry individually supported horizontal conduits 1-1/4 inch and larger on galvanized steel hangers. Use no perforated strap iron as hanger material. Arrange supports to prevent misalignment of conduit during wire installation. D. ,Above Non -removable Ceilings: Where conduits smaller than 1-1/4 inch are installed above metal lath and plaster ceilings or mechanically suspended dry ceilings of the non - removable type, they may be supported on ceiling runner channels. E. Above Removable Ceilings: Where conduits. smaller than 1-1/4 inch are installed above removable ceilings, attach them to the structure or bar joists (where present) or support them on threaded hanger rods with clips. Do not use any wire to support conduits or to attach conduits to supporting members. Do not attach conduit to ceiling support wires. Locate conduits a sufficient distance above the ceiling to permit removal of the ceiling panels. Locate them so as not to hinder access to mechanical and electrical equipment through the ceiling panels. F. Multiple Conduits: Where multiple raceways are run horizontally at the same elevations, they may be supported on trapezes formed of sections of Unistrut or approved equal angle iron or channels suspended on rods or pipes. Size trapeze members including the suspension rods for the number size and loaded weight of the conduits they are to support. Space them as required for the smallest conduit supported. Group related conduits together. Provide space on each rack for 25 percent additional conduit. 3.8 INSTALLATION OF OUTLET BOXES A. Usage: Provide at each outlet or device of whatever character a metal outlet box in which conduits shall tenuinate. Install boxes in accordance with NECA "Standard of Installation." Install in locations as shown on the Drawings and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. B. Empty or Future Boxes: Provide blank coverplates for all unused boxes and boxes indicated on the drawings to be used for future use. Covet -plates shall match specified plates in section 16140. 16110 - 7 i_ CITY OF LUBBOCK IT RENOVATIONS 16110 RACEWAYS AND FITTINGS C. Boxes Recessed in Construction: Sheet steel boxes for stud wall construction. Rated cast metal boxes for block wall construction. D. For Lighting Fixture Outlets: 4" octagonal by 1-1/2 inch minimum depth with 3/8 inch fixture stud for incandescent lights which are surface mounted, wall mounted or suspended. E. For Wall Switches, Receptacles, Communications and Fire Alann Use: Use 4 inch x 4 inch size with proper square cornered tile wall cover, plaster cover, or finishing plate, except where construction will not permit or the device requires a larger box. F. Wall Mounted Telephone Outlet Boxes: 4-11116 inch square by 2-1/8 inch deep, unless otherwise noted or unless wall construction requires a smaller box. G. Boxes for Exposed Work: Cast metal boxes. Use cast fully adjustable floor boxes for installations in slab on grade. H. Boxes for Outdoors: Cast metal boxes with gasketed covers. Use cast outlet box in exterior locations exposed to weather and wet locations. I. Location of Boxes: Set wall mounted boxes at elevations to accommodate mounting heights indicated or specified in section for outlet device. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. J. Orientation of Boxes: Orient boxes to accommodate wiring devices oriented as specified in Section 16140 - WIRING DEVICES. K. .Above Inaccessible Ceilings: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed lighting fixture. Locate outlet boxes to allow lighting fixtures positioned as shown on reflected ceiling plan. L. Fire Resistance: Install boxes to preserve fire resistance rating of partitions and other elements, using materials and methods specified. M. Coordination: Coordinate mounting heights and locations of outlets mounted above counters, benches, and backsplashes. N. Adjacent Devices: Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. O. Masonry Boxes: Locate flush mounting box in masonry wall to require cutting of masonry unit only. Coordinate masonry cutting to achieve neat opening. P. Wall Boxes: Use flush mounting outlet box in finished areas. Do not install flush mounting box back-to-back in walls; provide minimum 6 inches separation. Provide minimum 24 inches separation in acoustic or tare rated walls. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. Use stamped steel bridges to fasten flush mounting outlet box between studs. Install flush mounting box without damaging wall insulation or reducing its effectiveness. 16110 - 8 i CITY OF LUBBOCK IT RENOVATIONS 16110 RACEWAYS AND FITTINGS Q. Ceiling Boxes and Above Ceiling Boxes: Use adjustable steel channel fasteners for hung � ceiling outlet box. Do not fasten to ceiling support wires or ceiling panels. Support all boxes independently of conduit. R. Gang Boxes: Use gang box where more than one device is mounted together. Do not use sectional box. Use gang box with plaster ring for single device outlets. 3.9 INSTALLATION OF PULL AND JUNCTION BOXES A. Sizing: Size all pull and junction boxes in accordance with NEC, using larger sizes than required by code where job conditions so indicate. B. Mounting: Fasten all boxes securely to the building construction, independent of conduit systems. On concealed conduit systems where boxes are not otherwise accessible, set box covers flush with finished surfaces for access. 3.10 IDENTIFICATION OF PULL AND JUNCTION BOXES A. Branch Circuits: Each pull and junction box shall be labeled with indelible ink to indicate the wiring contained inside the box. The label shall indicate the panel and circuit number of the wiring contained. B. Emergency Systems: Each pull and junction box serving emergency circuits shall be painted red and shall be labeled with indelible ink to indicate the wiring contained inside the box. The label shall indicate the panel and circuit number of the wiring contained. C. Other System: Boxes serving other systems shall be labeled with indelible ink to indicate the wiring contained inside the box. Identify the wiring system by name (Fire Alarm, P.A., Telephone, Data Cable, Nurse Call, Security, Closed-circuit TV, Etc.). 3.11 INST.,'kLLATION OF SURFACE RACEWAYS A. General: Surface raceway shall be installed parallel to the wall line in a neat and orderly manner. The surface raceway shall be mounted using only such fasteners that are reconunended by the manufacturer for the type of surface material encountered. Paint raceway to match surface installation. B. Usage: Surface raceways and boxes shall be installed on existing inaccessible walls where concealed conduit is not possible. Verify the installation of all surface raceway with the Architect and/or Engineer prior to installation. All raceways and boxes shall be painted to match existing wall conditions. END OF SECTION 16110 16110 - 9 CITY OF LUBBOCK IT RENOVATIONS 16114 CABLE TRAYS SECTION 16114 —CABLE TRAYS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Indicate tray type, dimensions, support points and finishes. C. Shop Drawings: Submit for review complete shop drawings detailing fabrication and installation of cable tray, including plans, elevations, sections, details of components, and attachments to other construction elements. Designate components and accessories, including clamps, brackets, hanger rods, splice plates, connectors, expansion joint assemblies, straight lengths, and fittings. D. Coordination Drawings: Submit for review complete coordination drawings including floor plans and sections drawn to accurate scale. Show accurately scaled cable tray layout and relationships between components and adjacent structural and mechanical elements. E. ivIanufacturer's Instructions: Submit for review complete manufacturer's instructions. Indicate application conditions and limitations of use stipulated by Product testing agency — specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 1.3 SCOPE A. General: The work shall include furnishing and installing all cable trays together with all supporting devices and other accessories required. 1.4 REGULATt:)RY REQUIREMENTS A. U1, Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. CITY OF LUBBOCK IT RENOVATIONS 16114 CABLE TRAYS 1.5 DELIVERY, STORAGE, AND HANDLING A. General: Deliver, store, protect, and handle Products to site under provisions of the General Requirements. Accept delivery of cable tray on site and inspect for damage. Report concealed damage to carrier within their required time period. Protect cable tray from corrosion by storing above grade protected from the weather. Provide appropriate covering. 1.6 PROJECT CONDITIONS A. Field Measurements: Verify that field measurements are as shown on the Drawings. B. Routing of Cable Tray: Verify routing and termination locations of cable tray prior to rough -in. Cable tray routing is shown on the Drawings in approximate locations unless dimensioned. The contractor shall verity all site conditions and shall route as required to complete the wiring system. 1.7 PROJECT RECORD DOCUMENTS A. General: Submit according to the Conditions of the Contract and Division 1 Specification Sections. B. As -built Drawings: Record actual routing of cable tray and locations of supports. PART 2-PRODUCTS 2.1 CABLE TRAYS A. Description: Cable Trays shall be a wire mesh cable management system. B. Dimensions: Cable trays shall have an inside width of 24 inches and a cable loading depth of 6 inches minimum. Provide cable trays of the following type. C. Cable Tray: Cable trays shall be produced from high mechanical strength steel wire, which is first welded into a net, then formed into channels to carry the cables. Covers and inserts shall be made from pre -galvanized steel and available to protect cables. They shall be easily installed and lifted for maintenance activities. Splicing options in five styles made of electro galvanized steel effectively connects trays end to end. Material Carbon steel wire, ASTM A5I0, Grade 1008. D. 'Wire Diameter: A minimum of 0.197" on all mesh sections. E. finishes: Epoxy Powder Coat Paint. F. Accessories: Provide the cable tray system complete with all accessories required including vertical and horizontal bends, hold down clips, splice plates, drop outs, blind ends, box connectors, grounding straps, etc. 16114 - 2 CITY OF LUBBOCK IT RENOVATIONS 16114 CABLE TRAYS G. Manufacturers: Cable trays shall be manufactured by Flextray; no substitutions. 2.2 WARNING SIGNS A. Engraved Nameplates: 1/2 inch high black letters on yellow laminated plastic nameplate, engraved with the following wording: 1. WARNING! DO NOT USE CABLE TRAY AS WALKWAY, LADDER, OR SUPPORT. USE ONLY AS MECHANICAL SUPPORT FOR CABLES AND TUBING! PART 3 - EXECUTION 3.1 INSTALL.ITION OF CABLE "PRAY SYSTEMS A. General: Install cable trays level and plumb in accordance with the manufacturer's written instructions and NEMA VE1. Install the tray system in a workmanlike manner. B. Examination: Examine surfaces to receive cable tray for compliance with installation tolerances and other required conditions. Do not proceed with installation until unsatisfactory conditions have been corrected. C. Support Locations: Supports shall be located so that connectors between horizontal straight sections of cable tray runs fall between the support point and the quarter point of the span. Supports for horizontal elbow fittings shall be placed within two feet of each fitting extremity and as follows: 1. 90 degree supports at the 45-degree point of arc. 2. 60 degree supports at the 30-degree point of arc. 3. 45 degree supports at the 22-1/2 degree point of arc. 4. 30 degree supports at the 15-degree point of arc. D. Horizontal Tee Supports: Horizontal tee supports shall be within 2 feet of each of the three openings connected to other cable tray items with at least one support placed under each side rail of the horizontal tee. E. Sloping Tray Supports: Sloping trays shall be supported at intervals not exceeding those for horizontal trays of the same design for the same installation. A fitting shall be installed within two feet of the end of the run. Where a dropout fitting is used at the end of the run, it shall have a support attached to it, firmly reinforcing the fitting. F. Types of Supports: Cable trays shall be supported by using a trapeze system supported from the structure above, a cantilever wall bracket system or individual suspension rods as applicable for the application. G. Trapeze Supports: Where the trapeze system is used, it shall consist of a structural galvanized steel channel installed under the cable tray and supported froth the structure with 1/2 inch threaded steel rods (one on each side of the tray). Attach the lower ends of the rods to channel under the cable tray with spring nuts and secure the hay to the 16114 - 3 CITY OF LUBBOCK IT RENOVATIONS 16114 CABLE TRAYS channel with two hold-down clamps at each support. Install rods in proper lengths so that they do not extend more than 1" below the channel with the tray in its final position. r H. Connection to Structure: The upper part of the rods shall be attached to the structure with devices suitable for the type of construction. For concrete construction, install concrete inserts at the appropriate locations prior to pouring the concrete and attach the rods to these inserts. For steel beam and joist construction, attach the upper ends of the rods with suitable beam clamps and/or install galvanized structural steel channels spanning adjacent joists and attach the rods to these channels using spring nuts. I. Individual Suspension Rods: Where the cable tray is supported with individual suspension rods, provide a pair of hanger clamps at each support point and attach with threaded rods from the structure as described above. The hanger clamp shall grip the tray side rail and provide a rigid support for the tray. Installation: install the cable tray system to conform to requirements of NEC Article 318 Use standard rigid fitting at all changes in direction or size of the cable tray system. K. Field Cuts: Field -cut trays as required to fit the field requirements. Remove all burrs and sharp edges from cut pieces. Where trays must be cut, exercise care so that the resultant rung spacing between adjacent sections does not exceed those specified. L. Conduit Clamps: Where cables exit the tray into the conduit, the conduit shall be attached to the tray side rail with suitable conduit clamps or brackets. Holes shall not be made in the tray side rail for conduit attachment. M. Cable Bends: Minimum bending radius of cable at exit from tray shall be maintained with dropout plates, vertical riser elbow fittings, or other accessories designed to control bending. N. Terniinatiow: Cable trays shall be terminated with blind -end plates. O. Coordination: Coordinate the location of the tray and supports with other equipment in the area and install all bends, offsets, risers, etc. required to avoid conflicts with other equipment. P. Clearance: Maintain sufficient clearance above the tray to permit the installation of cables. Q. Connections to Equipment: Make connections to equipment with flanged fittings fastened to the tray and to the equipment. Support the tray independently of fittings. Do not carry weight of the tray on the equipment enclosure. R. Grounding: The electrical continuity of the cable tray system shall be assured. Ground the tray per NEC Articles 250 and 318-7. The tray shall not be used as an equipment grounding conductor. Coimect cable trays to ground as instructed by the manufacturer. Ti hte!j c'.orniectors and terminals, it, ludim, sc_nc ws and bolts, according to equipment manufacturer's published torque values for equipment connectors or as specified in UL Standard 486A. Provide a 02 AGW bare copper equipment grounding conductor through the entire length of cable tray; bond to each component using mechanical connections. r 16114 - 4 t_ CITY OF LUBBOCK IT RENOVATIONS 16114 CABLE TRAYS Connect ground conductors to the nearest 120/208V electrical panel grounding bar. Route conductor in %" c. S. Warning Signs: Install warning signs at 50 feet centers along cable tray, located to be visible from below. 3.2 CLEANING A. General: Upon completion of installation of system, including fittings, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finishes, including chips, scratches, and abrasions. 3.3 PROTFCTION A. General: Provide final protection and maintain conditions in a manner acceptable to manufacturer and Installer to ensure that the cable tray is without damage or deterioration at Substantial Completion. Repair damages to galvanized finishes with zinc -rich paint recommended by tray manufacturer. END OF SECTION 16114 16114-5 CITY OF LUBBOCK IT RENOVATIONS 16120 CONDUCTORS , SECTION 16120 — CONDUCTORS PARTI-GENERAL 1.1 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide manufacturer's catalog data on conductor and insulation materials. C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions. Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. 1.3 SCOPE A. Description: The work shall include the furnishing of all conductors, together with all splices, connections, tenninations and identification for wiring systems rated 600 volts and less. 1.4 REGULATORY REQUIREMENTS A. Code Requirements: Conform to requirements of ANSL'NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.5 PROJECT CONDITIONS A. Field Measurcinents: Verify that field measurements are as shown on the Drawings. B. Routing of Wire and Cable: Wire and cable routing shown on the Drawings is approximate unless dimensioned. Route wire and cable as required to meet Project Conditions. Where wire and cable routing is not shown, and destination only is indicated, detennine exact routing and lengths required. 16120- 1 CITY OF LUBBOCK IT RENOVATIONS 16120 CONDUCTORS PART 2-PRODUCTS 2.1 CONDUCTORS (600 VOLTS AND UNDER) A. Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid. B. Insulation: Branch circuits shall have type THHN or THWN-2 insulation, temperature rated 90 degrees C, unless the type is specifically designated or specified. Service feeders shall be type THWN-2. Feeder circuits shall be type THWN-2. C. Circuits Subjected to High Temperatures: Type THHN or THWN-2 conductors, temperature rated 90 degrees C, for wiring in proximity to boilers, and for motors and devices subject to high temperature because of high ambient temperature or convection or radiant heat. D. Manufacturers: Okonite, Triangle, Anaconda, Simplex or approved equivalent. 2.2 JOINTS AND SPLICES A. Stranded Copper Conductors: UL approved solderless bolted pressure connectors or compression connectors. All connectors shall be of proper sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. B. Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL approved electrical spring connectors make. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are not acceptable. 2.3 COL,OR CODING A. General: Use standardized color -coding of conductors throughout. All color -coding shall be continuous for the entire length of the conductors, and shall be permanent and readily distinguished after installation. In cases where the specified colors of insulated wire and cable are unavailable, such conductors shall be color -coded, as specified above, by means of slip-on colored plastic sleeves or plastic tape at all pull boxes, support boxes, outlet boxes, panelboards, and other terminal and splicing points. B. Neutral and Grounding Conductors: Neutral conductors shall be white or natural gray. Grounding conductors shall be green, or green with one or more yellow stripes. C. 208 Volt System: Phase conductors shall be black, red and blue for phases, A, B, and C respectively in the 208 volt system. 16120 - 2 CITY OF LUBBOCK 1T RENOVATIONS 16120 CONDUCTORS PART 3 - EXECUTION 3.1 EXAMINATION A. General: Examine raceways and building finishes to receive wires and cables for compliance with installation tolerances and other conditions. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRE PULLING A. Preparation: Completely and thoroughly swab raceway before installing wire. Pull no conductors into conduits until all work of a nature that may cause injury to conductors is completed. B. Pulling Lines: Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. C. R4111tiple Wires in a Raceway: All conductors to be installed in a single conduit shall be pulled in simultaneously. D. Cable Lubricant: Use an Underwriters' listed cable pulling compound for building wire No. 4 and larger. All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. E. Existing Conduit: Remove existing wire from raceway before pulling in new conductors. 3.3 INSTALLATION OF BUILDING WIRE (600 VOLTS AND UNDER) A. General: Install conductors as indicated, according to manufacturer's written instructions and the NECA "Standard of Installation." B. Feeders: Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable. Make joints in branch circuits only where circuits divide as shown on drawings. Such joints shall consist of one through circuit to which shall be spliced the tap circuit. C. Branch Circuits: Not more than one power or lighting circuit shall be installed in a single conduit, except that one 3-wire circuit or one 4-wire circuit consisting of 2 different phase wires and a common neutral or 3 different phase wires and a common neutral may be installed in a single conduit. This provision shall not prohibit the installation in a single conduit of all conductors of a circuit with three- and four-way switching. D. Dedicated Neutrals: Where indicated on the drawings, branch circuits shall be installed with dedicated neutrals in a single conduit. 16120 - 3 CITY OF LUBBOCK IT RENOVATIONS 16120 CONDUCTORS E. Wiring at Outlets and Switches: Install with at least 12 inches of slack conductor at each outlet and wall switch. F. Terminations: Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer's published torque -tightening values or as specified in UL Standard 486A. G. Sizes: No wire shall be smaller than No. 12 except for signal or control circuits. H. Receptacle and Motor Branch Circuits: No. 12 conductors unless noted or scheduled otherwise. I. Home runs on 120 volt, 20 ampere Lighting Branch Circuits: Where length of run from panelboard to first lighting outlet exceeds 75 feet use No. 10 conductors; otherwise use No. 12 conductors. J. Different voltages in same raceway: Power and Lighting circuits of different system voltages (e.g. 208Y/120 and 480Y/277 volts) shall not occupy the same conduit. K. Emergency Lighting and Power Conductors: Run in conduits separate from all other wiring. L. Joints and Splices: Make joints and splices only where necessary and only at outlet boxes and pull boxes. All joints shall be mechanically and electrically secure. After a joint or splice is complete, insulate it with rubber tape, and friction tape to make the insulation of the joint or splice equal to that of the conductor. In lieu of this, vinyl plastic tape may be used if applied in at least four layers (half lapped in two directions), with all larger splices, terminals, sharp corners and voids being first protected by application of insulating putty. M. Wet Locations: Conductor splices in wet locations shall be made in accordance with the conductor manufacturer's recormnendations. N. Identifying Labels: Adhesive vinyl cloth or vinyl self -laminating adhesive labels; stamped to clearly identify each circuit. Handwritten labels are not acceptable. Securely fasten labels to all cables, feeders and power circuits in pull boxes, outlet boxes, wireways, lighting, power and distribution panelboards, etc. Provide wire markers under the provisions of Section 16195 - ELECTRICAL IDENTIFICATION O. Bundling Conductors: Bundle all conductors in panelboards, cabinets and the like, using marlin twine lacing or nylon straps made for the purpose. Bundle conductors larger than No. 10 in individual circuits. Bundle smaller conductors in larger groups. P. Cable Supports and Boxes: Install cable supports and boxes for all vertical conductors in accordance with National Electrical Code requirements. Boxes shall be of heavy galvanized steel plate construction, not less than No. 10 USS gauge, riveted to an angle iron frame. Removable box covers shall be secured with corrosion -resistant screws. For cables without a metallic sheath, cable supports shall be of the split wedge type that clamps each conductor firmly and tightens due to the weight of cable. For cables with ? 16120 - 4 CITY OF LUBBOCK IT RENOVATIONS 16120 CONDUCTORS metallic sheath, a basket weave or equal type of support shall be provided as approved by the cable manufacturer. 3.4 CONDUCTOR TESTS (600 VOLTS AND UNDER) A. General: Measure the insulating resistance of service entrance conductors and between conductors and ground. Resistance shall be 1,000,000 ohms or more when tested at 500 volts by . megger without branch circuit loads. Tests and procedures shall meet the approval of the Architect, and shall be in accordance with the applicable IPCEA standards for the wires and cables to be installed. Furnish all instruments, equipment and personnel required for testing, and conduct tests in the presence of the Architect. Submit written reports of the tests and results when requested by the Architect. END OF SECTION 16120 16120-5 CITY OF LUBBOCK IT RENOVATIONS 16140 WIRING DEVICES SECTION 16140 — WIRING DEVICES PART 1 - GENERAL LI RELATED DOCUi,-IENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide manufacturer's catalog infonmation showing dimensions, colors, and configurations. C. Manufacturer's histructions: Submit for review complete manufacturer's instructions. Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of Product. 1.3 SCOPE A. Description: Furnish and install in suitable outlet boxes, the wiring devices indicated, complete with lamps, coveiplates, etc. All shall be properly connected to conductors so as to be operable. 1.4 REGULATORY REQUIREMENTS A. Code Requirements: Conform to requirements of ANSUNFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART2-PRODUCTS 2.1 MATERIALS A. Acceptable Manufacturers: The catalog numbers listed herein are generally of Pass and Seymour manufacture. Equivalent devices of Leviton and Eagle are also acceptable. All 16140-1 CITY OF LUBBOCK IT RENOVATIONS 16140 WIRING DEVICES other manufacturer's shall submit catalog data for engineer's approval ten days prior to the bid date. B. Specification Grade: All wiring devices shall be "Industrial Specification Grade", and shall be UL listed. 2.2 COLORS A. Light almond: All devices shall have an light almond finish where mounted in walls finished in light colors and a brown finish where mounted in walls finished in dark colors. B. Emergency Systems: All wiring devices which are connected to the emergency power system shall have a red color. Otherwise, devices shall have a color as specified above. 2.3 WALL SWITCHES (20 Ampere) A. 20 Ampere Wall Switches: For all loads: 1. Single pole wall switch: Pass and Seymour No. 20AC1. 2. Three-way wall switch: Pass and Seymour No. 20AC3. 3. Four-way wall switch: Pass and Seymour No. 20AC4. 2.4 RECEPTACLES A. 20 Arnpere Receptacles: 1. Simplex Twistlock: 20 ampere, 125 volt, 2 pole, 3 wire grounding simplex: Pass and Seymour No. L520R (NEMA L5-20R). 2. Simplex Twistlock: 30 ampere, 250 volt, 2 pole, 3 wire grounding simplex: Pass and Seymour No. L630R (NEMA L6-30R). 3. Duplex: 20 ampere, 125 volt, 2 pole, 3 wire grounding duplex: Pass and Seymour No. 5362A (NEMA 5-20R). 4. Ground Fault Current Interrupter: 20 ampere, 125 volt, 2 pole, 3 wire grounding duplex with self-contained ground fault circuit interrupter: Pass and Seymour No. 2091 (NEMA 5-20R). B. Connection Cords: Provide a 6' connection cord as indicated on the drawings at each rack receptacle location. Provide male twistlock plug on one end and a female receptacle on the other end. Verify NEMA configurations for each rack receptacle with the Owner. C. Special Receptacles: 1. Verify exact receptacle configurations with the Owner. Provide all necessary receptacle configurations necessary to terminate rack mounted equipment. 16140 - 2 I l L CITY OF LUBBOCK IT RENOVATIONS 16140 WIRING DEVICES 2.5 WEATHERPROOF DEVICES A. Duplex Receptacles: Provide the specified device in FS box with a gasketed cast aluminum coverplate having a self closing gasketed lift cover. Pass and Seymour No. 4510. B. GFCI Receptacles: Provide the specified device in FS box with a gasketed cast aluminum coverplate having a self closing gasketed lift cover. Pass and Seymour No. WPFS26. 2.6 COMMUNICATION DEVICES A. Wall Mounted Telephone Outlet: Shall consist of an outlet box as specified under Section 16110 - RACEWAYS AND FITTINGS with adaptor. Coverplates will be furnished by the Telephone Company. Where an outlet is shown, and it does not receive a data instrument, install a blank coverplate. B. Data Cable Outlet: Shall consist of an outlet box as specified under Section 16110 - RACEWAYS AND FITTINGS with adaptor. Coverplates will be furnished by the owner. Where an outlet is shown, and it does not receive a data instrument, install a blank coverplate. C. Multiple Outlet Assemblies (Aluminum): Brushed aluminum with 15A, 125V, 3-wire grounding receptacles 18 inches on centers; complete with all fittings, adaptors and accessories. Airy -Thompson AT-1 100 or approved equivalent. 2.7 COVERPLATES A. General: Provide coverplates for all wiring devices, telephone, signal outlets and other kindred devices. B. Stainless Steel For Flush Mounted Devices: Coverplates in finished spaces shall be 0.040" stamped satin stainless steel. Sierra Electric Corporation "S-Line" or approved equivalent. C. Surface Mounted Devices: Zinc -coated sheet metal with rounded or beveled edges, of same size as boxes, for indoor use; cast alloy plates with gaskets for outdoor use. D. Weatherproof Devices: Die cast aluminum with spring loaded gasketed covers to close automatically when plugs are removed. Stainless steel springs. UL listed for use in damp locations and wet locations, cover closed. Orient device to maintain watertightness. Sierra 4500 series or approved equivalent. 16140 - 3 M CITY OF LUBBOCK IT RENOVATIONS 16140 WIRING DEVICES l PART 3 - EXECUTION 3.1 EXAMINATION A. Outlet Boxes: Verify that outlet boxes are installed at proper height. Coordinate mounting heights with the Architectural elevations. Coordinate mounting heights with the Architectural baseboard height. Verify that wall openings are neatly cut and will be completely covered by wall plates. B. Circuit Wiring: Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.2 PREPARATION A. Outlet Boxes: Provide extension rings to bring outlet boxes flush with finished surface. Clean debris from outlet boxes. 3.3 INSTALLATION A. General: Install products in accordance with manufacturer's instructions. Install in accordance with NECA "Standard of Installation." Install devices plumb and level. B. Switchcs: Install switches with OFF position down. C. Receptacles: Install receptacles with grounding pole on top. Connect wiring device L grounding terminal to branch circuit equipment grounding conductor. Connect wiring devices by wrapping conductor around screw terminal. D. Coverplates: Install wall plates when painting is complete. Use jumbo size plates for outlets installed in masonry walls. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. E. Adjacent Devices: Group adjacent devices under single, multigang wall plates. 3.4 FIELD QUALITY CONTROL A. Wiring Devices: Inspect each wiring device for defects. Operate each wall switch with circuit energized and verify proper operation. Verify that each receptacle device is energized. Test each receptacle device for proper polarity. Test each GFCI receptacle device for proper operation. 3.5 GFCIIZECEPTACLES A. General: At each GFCI receptacle location shown on the drawings install an actual GFCI receptacle as indicated. No "feed -through" protection of GFCI receptacles shall be permitted. 16140 - 4 t__ CITY OF LUBBOCK IT RENOVATIONS 16140 WIRING DEVICES 3.6 ADJUSTING A. General: Adjust devices and wall plates to be flush and level. 3.7 CIRCUIT IDENTIFICATION A. Outside Coveiplate: At each wiring device, install a label on the outside of the coverplate which shall identify the panel and circuit number to which the device is finally connected. The labels shall be made on the job with indent type Dynamo adhesive tape. Attach the label to the plate with contact cement or other suitable adhesive material. 3.8 MOUNTING HEIGHTS A. General: Where mounting heights are indicated on the drawings, the device shall be installed with the centerline of the device at the indicated height. In general, devices which are shown to be installed at counters or other millwork shall be installed above the counter or millwork, unless noted. Wall switches shall be installed on the strike side of the door as finally hung. Unless otherwise noted on the drawings, or directed by the Architect, install devices at the following heights. 1. Wall Switch: 48 inches. 2. Receptacle: 18 inches. J. Telephone and Data Outlet: 18 inches. .4. Fire Alarm Visual Devices: lowest point of 80 inches or 6 inches below ceiling. END OF SECTION 16140 16140-5 CITY OF LUBBOCK IT RENOVATIONS 16180 EQUIPMENT CONTROLS AND WIRING SYSTEMS { SECTION 16180 — EQUIPMENT CONTROLS AND WIRING SYSTEMS PART 1 - GENERAL 1.1 REL:ITED DOCUti9ENCS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. General: Submit manufacturer's data and drawings on all equipment items according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions. Indicate application conditions and limitations ofuse stipulated by Product testing agency specified under Regulator} Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 1.3 SCOPE., A. Description: The work shall include all labor, material, equipment and service necessary for and incidental to equipment wiring and control as shown on the drawings and/or as specified herein. 1.4 REGULATORY REQUIREMENTS A. Code Requirements: Conform to requirements of ANSUNFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. L5 111ZOJECT IX)NDTfIONs A. Field Measurements: Verity that field measurements are as shown on the Drawings B. Location of Irluiprnerit: Verity locations of equipment and location of electrical connections prior to installation. Equipment locations are shown on Drawings in approximate locations unless dimensions are indicated. Locate is required to complete wiring system. 16180- 1 [ CITY OF LUBBOCK 1T RENOVATIONS 16180 EQUIPMENT CONTROLS AND WIRING SYSTEMS 1.6 PROJECT RECORD DOCUNMENTS A. General: Submit according to the Conditions of the Contract and Division I Specification Sections. B. As -built Drawings: Accurately record actual locations of equipment and electrical connections. 1.7 COORDINATION A. General: Coordinate work under provisions of the General Requirements. Obtain and review shop drawings, product data, and manufacturer's instructions for equipment _..i furnished under other sections, Determine connection locations and requirements. B. Sequence of Constiuction: Sequence rough -in of electrical connections to coordinate with jinstallation schedule for equipment. Sequence electrical connections to coordinate with start-up schedule for equipment. PART 2 - PRODUCTS 2.1 ELECTRICAL MATERIALS A. Gencral: Provide electrical equipment and materials as specified under other sections of this Specification. PART 3 - EXECUTION 3.1 EXA141INATION A. General: Verily conditions according to the Conditions of the Contract and Division 1 Specification Sections. B. Connections: Verify that equipment is ready for electrical connection, wiring, and energization. C. Thermostats: Verify the location of all thermostats in the field. 3.2 EQUIPMENT WIRING A. General: Connect complete for operation all items of heating, air conditioning, plumbing, kitchen, laundry and laboratory equipment, and all other electrical devices furnished by the Owner or under other Divisions of the specifications. B. Locations: Outlets of various types have been indicated at equipment locations, but no indications of exact location or scope of the work are shown on the drawings. Refer to the Owner and to the various Contractors for the work under the other Divisions, for the 16180 - 2 CITY OF LUBBOCK IT RENOVATIONS 16180 EQUIPMENT CONTROLS AND WIRING SYSTEMS { t_ scope of connections, to equipment furnished by their, and for the exact locations of all items. Request of the Owner and the aforementioned suppliL s and contractors all rough - in drawings required for proper unstallation of the electrical work, in ample time to pennit preparation of the drawings and thus avoid delays on the job. C. Disconnect Switches: Where disconnect switches or circuit breakers are not provided integral with control equipment for motors and other electrical appurtenances, provide and install all disconnect switches required by the National Electrical Code and/or indicated. 3.3 TEMPERATURE CONTROLS A. General: Completely connect for operation all items for temperature controls which require electrical connections, fiutiishing all wiring, conduit and labor. Verify the exact location of all thermostats and other control devices with the mechanical drawings. 3.4 PACKAGED AIR CONDITIONING EQUIPMENT A. General: Connect each packaged air conditioning unit. All units will be provided with a factory installed disconnecting means. 3.5 ELECTRICAL CONNECTIONS A. Manufacturer's Instructions: Make electrical connections in accordance with equipment manufacturer's instructions. B. Connections: Make conduit connections to equipment using flexible conduit. Use liquidtight flexible conduit with watertight connectors in damp or wet locations. C. Wiring: Make wiring connections using wire and cable with insulation suitable, for temperatures encountered in heat producuig equipment. D. Receptacles: Provide receptacle outlet where connection with attachment plug is required by the manufacturer. Provide cord and cap where field -supplied attachment plug is indicated. E. Strain Relief. Provide suitable strain -relief clamps and fittings for cord connections at outlet boxes and equipment connection boxes. F. Devices: Install disconnect switches, controllers, control stations, and control devices as indicated or as required. G. Interconnections: Provide intercounLaing conduit and �.virinb t-mN ecn devices and equipment where indicated or required. END OF SECTION 16180 16180-3 CITY OF LUBBOCK IT RENOVATIONS 16195 ELECTRICAL IDENTIFICATION SECTION 16195 — ELECTRICAL IDENTIFICATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification sections, apply to the work of this section. 1.2 SUB?VII` rALS A. General: Submit manufacturers data on all materials according to the Conditions of the Contract and Division I Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide manufacturer's catalog data for nameplates, labels, and markers. 1.3 SCOPE A. Description: The work shall include fumishing and installing identification of electrical materials, equipment and installations. 1.4 REGULATORY REQUIREMENTS A. Code RequiremCIIN: Confocrn to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates (Normal Systems): Electrical equipment shall be identified by the attactunent of engraved nameplates constructed from laminated phenolic plastic, at least 1/16 inch thick, 3-ply, with black surfaces and white core. Engraving shall be condensed gothic, at least l" high, appropriately spaced. Nomenclature on the label shall include the name of the item or equipment served utilizing the equipment names shown on the drawings. B. '.-Mameplats (Efliergzrcy Sy.4_nis): Electrical equipment shall be identified by the attachment of engraved nameplates constructed from laminated phenolic plastic, at least 1/16 inch thick, 3-ply, with red surfaces and white core. Engraving shall be condensed 16195- 1 CITY OF LUBBOCK IT RENOVATIONS 16195 ELECTRICAL IDENTIFICATION gothic, at least l" high, appropriately spaced. Nomenclature on the label shall include the name of the item or equipment served utilizing the equipment names shown on the drawings. C. Labels: Embossed adhesive tape, with 3/16-inch black letters on white background. Use only for identification of individual wall switches and receptacles. 2.2 WIRE MARKERS A. Description: Adhesive vinyl cloth or self -laminating vinyl adhesive labels. Thomas & Betts type WBC or WEC or approved equivalent. Pre-printed, typewritten or field printed. Handwritten labels are not acceptable. B. Locations: Each conductor at panelboard gutters, switchboard gutters, wireways, pull boxes, outlet boxes, junction boxes, and each load connection. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number as actually installed. 2. Control Circuits: Control wire number indicated on shop drawings. PART 3 - EXECUTION 3.1 PREPARATION A. Cleaning: Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION A. Equipment: Install nameplate and label parallel to equipment lines. Secure nameplate to equipment front using adhesive. Secure nameplate to inside surface of door on panelboard that is recessed in finished locations. 3.3 EQUIPMENT A. General: All electrical equipment shall be identified by name utilizing engraved nameplates. Equipment to be labeled shall include but not be limited to the following: 1. Switchboards. 2. Panelboards. ?. i=lain Switches. 4. Main Circuit Breakers. 5. Automatic Transfer Switches. 16195 - 2 CITY OF LUBBOCK IT RENOVATIONS 16195 ELECTRICAL IDENTIFICATION 3.4 CONTROL DEVICES A. General: All electrical control devices shall be labeled to indicate the device served. All electrical control devices shall be labeled regardless of proximity to the equipment served. Electrical control devices to be labeled shall include but not limited to the following: 1. Motor Starters. 2. Relays. 3. Disconnect Switches. END OF SECTION 16195 16195-3 CITY OF LUBBOCK IT RENOVATIONS 16441 CIRCUIT AND MOTOR DISCONNECT SWITCHES SECTION 16441 —CIRCUIT AND MOTOR DISCONNECT SWITCHES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division l Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division l Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide switch ratings, enclosure type and dimensions. C. Manuals: Submit for review all operation and maintenance manuals for items specified herein. 1.3 SCOPE A. Description: Provide all labor, material, equipment, and service necessary for and incidental to the complete etee t ical distribution system. 1.4 REGULATORY REQUIREINNIENTS A. Code Requirements: Contonn to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. 1.5 DELIVERY, STORAGE, AND HANDLING A. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. B. General: Deliver, store, protect, and handle Products to site according to the Conditions of the Contract and Division 1 Specification Sections. Accept delivery of disconnect switches on site and inspect for damage. Rcport concealed damage to carrier within their required time period. Protect rrorn corrosion and entrance of debris by storing above grade protected from the weather. Provide appropriate covering. 16441- 1 i CITY OF LUBBOCK IT RENOVATIONS 16441 CIRCUIT AND MOTOR DISCONNECT SWITCHES 1.6 PROJECT CONDITIONS A. Field Measurements: Verify that field measurements are as shown on the Drawings. B. Location of Disconnect Switches: Verify locations of disconnect switches prior to installation. Disconnect switches are shown on Drawings in approximate locations unless dimensions are indicated. Locate as required to complete wiring system. PART 2 - PRODUCTS 2.1 DISCONN ECT SWITCIES A. Description: NEMA KS1, Type HD heavy duty, enclosed load interrupter knife switch. Handle lockable in OFF position. Switches shall be unfused unless noted otherwise; quick make, quick break. All motor circuit switches shall be horsepower rated. B. Size: Provide disconnect switches as indicated on the drawings. Provide minimum rating to meet or exceed the rating of the circuit protection device for the branch circuit. C. Enclosures: Provide disconnect switches in NEMA 3R enclosures if exposed to the weather; elsewhere in NEMA 1 general-purpose enclosures unless special enclosures are required. D. Fuse clips: Designed to accommodate NEMA FU1, Class RK1 fuses. E. Auxiliary Poles: Where disconnect switches are used to disconnect starters, provide auxiliary poles in switches as required to disconnect all auxiliary control circuits in starters. F. Manufacturers: Switches shall be of General Electric, Westinghouse or Square D manufacture, equivalent to Square D Class 3110 Heavy Duty Safety Switches. 2.2 TUMBLERSWITCHES A. Description: Where space does not permit use of the above specified switches, such as within weatherproof fan housings, etc., use suitable horsepower rated tumbler switches as unfused disconnects; Square D Class 2510 or approved equivalent. PART 3 - EXECUTION 3.1 INSTALLATION A. Installation: Install disconnect switches level and plumb. B. General: Install in accordance with manufacturer's written instructions and NECA "Standard of Installation." 16441 - 2 CITY OF LUBBOCK IT RENOVATIONS 16441 CIRCUIT AND MOTOR DISCONNECT SWITCHES i C. Connections: Connect disconnect switches to wiring system and to ground as indicated and as instructed by the manufacturer. Tighten connectors and terminals, including c - screws and bolts according to equipment manufacturer's published torque tightening values or as specified in UL Standard 486A. 3.2 IDENTIFICATION A. Nameplates: Provide engaved plastic nameplates on each disconnect switch to identify the load being served, voltage and upstream power source. Provide engraved plastic nameplates under the provisions of Section 16195 - ELECTRICAL IDENTIFICATION. B. Main Devices: Provide engraved plastic nameplate to identify main devices. Provide engraved plastic nameplates under the provisions of Section 16195 - ELECTRICAL IDENTIFICATION. END OF SECTION 16441 16441 - 3 i t i t t CITY OF LUBBOCK IT RENOVATIONS 16450 GROUNDING AND BONDING SECTION 16450 — GROUNDING AND BONDING PART 1 - GENERAL Li RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. General: Submit manufaceurees data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide data for grounding electrodes and connections. C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions. Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation and installation of exothermic connectors. D. Field Test Reports: Submit for review Contractor's Field Tests of installation. Indicate overall resistance to ground and resistance of each electrode. 1.3 SCOPE A. Description: Furnish and install the various grounding systems outlined herein in accordance with the National Electrical Code. 1.4 REGULATORY REQUIREMENTS A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UI, Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.5 PROJECT RECORD DOCUMLNTS A. General: Submit under provisions of the General Requirements. B. As -built Drawings: Accurately record actual locations of grounding electrodes. 16450- 1 CITY OF LUBBOCK IT RENOVATIONS 16450 GROUNDING AND BONDING PART 2-PRODUCTS 2.1 ROD ELECTRODE A. Ground Rods: 3/4-inch diameter by 10 feet long copper clad steel ground rod. B. Manufacturers: Ground rods shall be as manufactured by Blackburn or approved equivalent. 2.2 MECHANICAL CONNECTORS A. Pipe Clamps: Cast Bronze, heavy-duty, sized to match water pipe, as manufactured by Blackburn Series J or approved equivalent. B. Structural Steel Connectors: Copper clad steel, 3/4" diameter by 5" minimum grounding lug, as manufactured by Burndy Type GSTUD-HY or approved equivalent. Weld lug to structural member. C. Rod Clamps: Cast of high strength corrosion resistant copper alloy, UL listed for direct burial, as manufactured by Blackburn Number JAB 34H or approved equivalent. 2.3 EXOTHERMIC CONNECTIONS A. Exothermic Connections: Molds, welding metal, tools, and all accessories shall be from the same manufacturer. All connections shall be made as directed by the manufacturer's instructions. Molds shall not be altered in the field. Exothermic connections shall be made by the CADWELD or approved equivalent process. 2.4 CONDUCTORS A. Material: Stranded copper as specified in Section 16120 - CONDUCTORS. B. Grounding Electrode Conductor: Size to meet NFPA 70 (NEC) requirements. PART 3 - EXECUTION 3.1 SERVICE AND EQUIPMENT GROUNDING A. General: Provide adequate and permanent service neutral and equipment grounding in accordance with the National Electrical Code, and subject to the following additional requirements. Size grounding conductors in accordance with National Electrical Code Tables 250-94 and 250-95. B. Grounding Electrode Conductor: 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 16450 - 2 1. CITY OF LUBBOCK IT RENOVATIONS 16450 GROUNDING AND BONDING ground, run in conduit a combined service and equipment grounding electrode conductor without joint or splice to the grounding electrode system as described below. C. Grounding Electrode System: The following items shall be bonded together by the grounding electrode conductor to form the grounding electrode system. - 1. Metal Underground Water Pipe: Connect to the main water service pipe with an approved bolted pressure clamp. Clean all contact surfaces thoroughly before connection, to assure good metal to metal contact. Where a dielectric fitting occurs on water main, connect the grounding conductor to the street side of the fitting. Bond the metallic conduit to the i grounding conductor at each end. Provide and install with ground clamps a No. 3/0 copper jumper conductor around the water meter. 2. Metal Frame of Building: Connect to the effectively grounded structural -� steel frame of the building with a copperclad steel grounding lug as specified welded to the steel member. Connect to the grounding electrode conductor with an approved compression connection. 3. Concrete -encased Electrode: Connect to a 1/2" minimum steel reinforcing bar located in the concrete foundation or footing in contact with earth for a minimum of twenty feet with a #4 copper conductor by means of an exothermic weld connection. Extend the conductor and connect to the grounding electrode conductor with an approved compression connection. D. Supplemental Grounding Electrode: Supplement the grounding electrode system with an additional electrode that shall be 10' long by 3/4-inch diameter copperclad steel ground rod. Bond the supplemental grounding electrode to the service equipment ground with #6 copper conductor. 3.2 GROUND RODS A. General: Locate ground rods a minimum of one rod length from each other and at least _ one rod length away from any other grounding electrode. Interconnect ground rods with bare #6 copper conductors buried at least 24 inches below grade. Connect bare cable ground conductors to ground rods by means of exothermic welds except as otherwise indicated. Make these connections without damaging the copper coating or exposing the steel. Drive rods until tops are 6 inches below finished floor or final grade. 3.3 GROUNDING BUILDING STEEL A. General: The building structural steel frame shall be grounded to the building service grounding electrode, using the conductor size specified in National Electrical Code Section 250-94(a). The grounding conductor shall be connected to building steel using a grounding lug as specified above welded to the building steel. 16450 - 3 CITY OF LUBBOCK IT RENOVATIONS 16450 GROUNDING AND BONDING 3.4 GROUNDING RACEWAYS A. General: Assure the electrical continuity of all metallic raceway systems, pulling up all conduits and/or locknuts wrench tight. Where expansion joints or telescoping joints occur, provide bonding jumpers. Where flexible metallic conduit is employed, provide a green -insulated grounding jumper installed in the flexible conduit. Install a separate green -insulated conductor in each non-metallic conduit. Provide grounding bushings on all service and feeder raceways terminating within switchboards, motor control centers, panelboards, cabinets, and all other enclosures. Provide grounding conductors from such bushings to the frame of the enclosure and to the ground bus or equipment grounding strap. Size grounding conductors in accordance with NEC Table 250-66. 3.5 EQUIPMENT GROUNDING CONDUCTORS A. General: Provide a separate, green -insulated copper grounding conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated. Install the grounding conductor in the same raceway with the related phase and neutral conductors, and connect the grounding conductor to pull boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways occur; provide a grounding conductor in each raceway. Connect all grounding conductors to bare grounding bars in panelboards, and to ground buses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of a ground fault back to the point of connection of the equipment ground and system neutral. Size all of these grounding conductors per NEC Table 250-66. 3.6 CONNECTIONS A. General: Make connections in such a manner as to minimize possibility of galvanic action or electrolysis. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot tin coated materials to assure high conductivity and make contact points closer in order of galvanic series. 2. Make connections with clean bare metal at points of contact. 3. Coat and seal connections involving dissimilar metals with inert material such as red lead paint to prevent future penetration of moisture to contact surfaces. B. Exothermic Weld Connections: Use for connections to structural steel and for underground connections. Install at connections to ground rods. Comply with manufacturer's written recommendations. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. C. "Terminations: Tighten grounding and bonding connectors and terminals, including screws and bolts, in accordance with manufacturer's published torque tightening values or to values specified in UL 486A and 486B. D. Compression Type Connections: Use hydraulic compression tools to provide the correct circumferential pressure for compression connectors. Use tools and dies recommended by I6450 - 4 j CITY OF LUBBOCK IT RENOVATIONS 16450 GROUNDING AND BONDING the manufacturer of the connectors. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on the ground conductor. 3.7 GROUND RESISTANCE TESTING A. General: Upon completion of the grounding electrode system and before connection to the permanent facility power, the electrical contractor shall provide a certified measurement of the earth grounding electrode resistance. The testing shall utilize an earth resistance meter and shall be conducted in accordance with the IEEE Standard 3-point fall of potential method. The minimum length of the test conductors shall be 300 feet. Grounding electrode resistance shall not exceed 5 ohms. The contractor shall immediately notify the Owner's representative if the measurement exceeds 5 ohms. END OF SECTION 16450 16450-5 CITY OF LUBBOCK IT RENOVATIONS 16470 PANELBOARDS"" SECTION 16470 — PANELBOARDS PARTI- GENERAL 1.1 RELATED DOCUN-IENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide complete catalog data and drawings on all items of equipment. C. Shop Drawings: Submit complete Manufacturer's Shop Drawings for review. Submit shop drawings of each panelboard for review before commencing fabrication. Drawings shall indicate number, size, interrupting rating and type of circuit protective devices; dimensions, gauges and type of construction of cabinets, size and material of main bus and lugs, and any other pertinent information necessary to determine compliance with the drawings and specifications. D. Operation and Maintenance Manuals: Submit for review all operation and maintenance manuals for items specified herein. Submit manufacturer's installation instructions. Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of Product. 1.3 PRE -APPROVAL OF SUBSTaUTIONS A. General: All requests for substitute panelboards/switchboards shall be submitted to the engineer no fewer than ten calendar days prior to the bid opening. The substitution proposal shall be bound, manufacturer's catalog data in alphabetical order by equipment Type, and a cross index clearly indicating all proposed substitutions. Engineer's review is only to establish the suitability of the manufacturer and the equipment series. If approved by the Engineer, the substitution shall be listed in an addendum. The substituted equipment are still subject to Engineer's review as described elsewhere in this section. B. Listed 11a11uEIcturci;8: Pre -approval of manufacturers listed in the products section of this specification is not required. f 16470- 1 CITY OF LUBBOCK IT RENOVATIONS 16470 PANELBOARDS 1.4 SCOPE A. Description: Provide all labor, material, equipment, and service necessary for and incidental to the complete electrical distribution system. 1.5 REGULATORY REQUIREMENTS A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. C. Main Panelboard: The building main panelboard shall be listed by Underwriters Laboratories as suitable for "Service Entrance Equipment." 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A. General: Deliver, store, protect, and handle Products to site according to the Conditions of the Contract and Division I Specification Sections. Accept delivery of panelboards on site and inspect for damage. Report concealed damage to carrier within their required time period. Deliver panelboards in factory fabricated water resistant wrapping. Protect panelboards from corrosion and entrance of debris by storing above grade protected from the weather. Provide appropriate covering. Store and protect in accordance with manufacturer's instructions. Handle panelboards carefully to avoid damage to material components, enclosure and finish. 1.7 PROJECT CONDITIONS A. Field Measurements: Verify that field measurements are as shown on the Drawings. B. Location of Panelboards: Verify locations of panelboards prior to installation. Panelboards are shown on Drawings in approximate locations unless dimensions are indicated. Locate as required to complete electrical distribution system. 1.8 PROJECT RECORD DOCUMENTS A. General: Submit according to the Conditions of the Contract and Division 1 Specification Sections. B. INs-built Drawings: Accurately record actual locations of panelboards. 16470 - 2 CITY OF LUBBOCK IT RENOVATIONS 16470 PANELBOARDS E_ PART 2 - PRODUCTS 2.1 PANELBOARDS A. Panclboard Cabinets: Furnish and install cabinets to serve the various panelboards, of sizes as required to house the panelboards. Cabinets shall be rigidly constructed of sheet steel of gauges conforming to Underwriters' Laboratories Inc. requirements; corners overlapped or welded; edges turned over to receive trim. Cabinet fronts shall be cut from single sheet of not less than No. 12 gauge cold rolled sheet steel; fastened in place by adjustable trim clamps which will allow plumbing; same size as the cabinet box if surface mounted; size to overlap the box a minimum of 3i4" on all sides if flush mounted. B. Enclosures: Enclosures shall be NEMA Type 1, 3R, 4X or 12 as indicated on the Drawings or as required. C. Cabinet Doors: Provide each door with a substantial flush, cylinder tumbler lock and catch. On doors more than 48" high provide a combination three point catch and lock with T-handle. Provide each lock with two keys, with all locks keyed alike. Provide with metal directory frame mounted inside each panel door. D. Cabinet Finish: All back boxes shall be galvanized; all exposed metal, including fronts, primed and finished in gray lacquer. E. Multiple Sections: Where a lighting and appliance panelboard contains more than 42 branch overcurrent devices, the assembly shall consist of two or more separate boxes bolted together and covered by a common multiple door front; each box containing not more than 42 branch overcurrent devices. F. Branch Circuits: Where a circuit protective device is scheduled as a "spare", provide the device complete for operation. Where such a device is scheduled as a "space" or "space only", provide proper space and all necessary connectors for future installation of the size of device scheduled. Where a breaker or switch is scheduled to serve a "future" load, provide the device complete for operation. Branch circuit breakers shall be fully interchangeable without disturbing adjacent units. Connect all circuit interrupting devices with sequence phasing. G. Copper Panelboard Bus: Provide each panelboard with copper busbars. Provide each panelboard with a separate equipment copper grounding bus bar bonded to the panelboard cabinet. Where indicated on the drawings provide panelboards with an isolated copper grounding bus bar insulated from the panelboard cabinet. 2.2 LIGHTING AND APPLIANCE PANELBOARDS A. General: Panelboards shall have the number and size of bolted -in circuit breakers as scheduled, with main circuit breakers pr 1U08 only on the ,mains as scheduled. B. Molded CZISe Circuit Breakers: Bolted in circuit breakers as described in Section 16475 - CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES. 16470 - 3 i- I CITY OF LUBBOCK IT RENOVATIONS 16470 PANELBOARDS C. Manufacturers: Panels shall be Square D, General Electric, Cutler Hammer manufacture or pre -approved equal, equal to the Square D panels listed below. l . Panelboards for 208 or 240 volt Service: Square D type NQOD with QOB, - QOBH or QOBVH circuit breakers as required. 2. Panelboards for 480 volts Service: Square D type NF with EDB, EGB, or EJB circuit breakers as required to 125 amps. Type KA or KH subfeed circuit breakers up to 225 amps. D. Hinged Trim Construction: Both trims must employ a hinged inner and outer door giving easy access to circuit breaker handles and gutter space. 2.3 CIRCUIT BREAKER DISTRIBUTION PANELBOARDS A. General: Panelboards shall have the number and sizes of bolted -in circuit breakers scheduled on the drawings, with main circuit breakers or lugs only on the mains as scheduled. Circuit breakers shall have minimum RMS symmetrical ampere interrupting ratings as scheduled on drawings; no subfeed breakers shall be permitted. Provide circuit breakers as scheduled on the drawings. B. klanufacturers: Panelboards shall be Square D, General Electric, Cutler Hammer or pre - approved equal, equivalent to the Square D I -Line, NF or NQOD Panelboards determined by the system voltage and by the sizes and types of circuit breakers scheduled on the drawings. C. Main Circuit Breaker: Provide main circuit breaker as indicated below. 1. Molded Case Thermal Magnetic Trip: Main circuit breakers shall be molded case with thermal magnetic trip as described in Section 16475 - CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES. D. Branch Circuit Breakers: Provide branch circuit breakers as indicated below. 1. Molded Case Thermal Magnetic Trip: Branch circuit breakers shall be molded case with thermal magnetic trip as described in Section 16475 - CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES. PART 3 - EXECUTION 3.1 INSTALL,,\TION A. General: Install panelboards in accordance with NEMA PB 1.1, NECA "Standard of Installation', and the manufacturer's written instructions. Install panelboards plumb. Install recessed panelboards flush with wall finishes. 16470-4 i CITY OF LUBBOCK IT RENOVATIONS 16470 PANELBOARDS B. Height: 6 feet to top of panelboard; install panelboards taller than 6 feet with bottom no more than 4 inches above floor. C. Filler Plates: Provide filler plates for unused spaces in panelboards. D. Circuit Directory: Provide a neatly typewritten circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. Identify branch circuits with room numbers to match those finally posted on doors. Cover directory with transparent sheet plastic. Provide an electronic copy of the final circuit directories to the Owner with submission of Owner's Operations Manuals. E. Nameplates: Provide engraved plastic nameplates on each panelboard to identify the panelboard name, voltage and upstream power source. Provide engraved plastic nameplates under the provisions of Section 16195 - ELECTRICAL IDENTIFICATION F. Main Devices: Provide engraved plastic nameplate to identify the main devices on each distribution panelboard and lighting panelboard. Provide engraved plastic nameplates under the provisions of Section 16195 - ELECTRICAL IDENTIFICATION. G. Circuit Labels: Provide engraved plastic nameplate to identify the circuits on each distribution panelboard. Provide engraved plastic nameplates under the provisions of Section 16195 - ELECTRICAL IDENTIFICATION. H. Emergency Systems: Provide an engraved plastic nameplate on each panelboard to identify the electrical system serving the panelboard (Normal or Emergency). Provide engraved plastic nameplates under the provisions of Section 16195 - ELECTRICAL IDENTIFICATION I. Grounding: Ground and bond panelboard enclosure according to Section 16450. J. Connections: Tighten electrical connectors and tenninals, including grounding connections, in accordance with manufacturer's published torque tightening values or as specified in UL 486A and UL 486B. r 3.2 ADJUSTING A. Load Balancing: Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 10 percent of each other. Maintain proper phasing for multi -wire branch circuits. END OF SECTION 16470 16470 - 5 CITY OF LUBBOCK IT RENOVATIONS 16475 CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES SECTION 16475 — CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division I Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide data sheets showing electrical characteristics including time -current curves. C. Operation and Maintenance Manuals: Submit for review all operation and maintenance manuals for items specified herein. Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include all operation and maintenance manuals. 1.3 SCOPE A. Description: The work shall include all labor, material, equipment, and service necessary for and incidental to the complete electrical distribution system. 1.4 REGUL.,X"GORY REQUIREMENTS A. Code Requirements: Conform to requirements of ANSUNFPA 70 (National Electrical a Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.5 MAINTENANCE MATERIALS A. General: Provide maintenance materials according to the Conditions of the Contract and Division 1 Specification Sections. 1.6 EXTRA MATERIALS A. General: Furnish under provisions of the General Requirements. 16475- 1 CITY OF LUBBOCK IT RENOVATIONS 16475 CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES i PART 2 - PRODUCTS 2.1 MOL,DED CASE THERMAL, MAGNETIC TRIP CIRCUIT BREAKERS A. Description: NEMA AB 1, molded case, one, two and three pole, with integral thermal and instantaneous magnetic trip in each pole, UL listed. Two and three pole circuit breakers with common trip and single operating handle. Handle ties between breakers are unacceptable. Circuit breakers shall have the voltage and trip rating scheduled or indicated on the Drawings. B. Operation: Operating mechanism shall be over center, trip free, toggle mechanism with quick -make, quick -break action with positive handle indication. C. Trip Elements: Thennal magnetic trip element calibrated for 40-deg. C. ambient temperature. D. Terminations: Tenninations for 10-30 ampere breakers shall be UL listed for use with 60 degree C. or 75 degree C. conductors. Terminations for breakers 35 ampere and greater shall be UL listed for use with 75 degree C conductors. E. Interrupting Rating: Circuit breakers shall have minimum RMS symmetrical ampere interrupting ratings as scheduled on drawings. F. Breakers 250 Amp Frame and Greater: Circuit breakers with frame sizes greater than 250 amperes shall have adjustable magnetic trip elements which are set by a single adjustment, push to trip button and reverse connection capability. G. Switclhiug Duty: UL listed SWD for switching duty, 15 and 20 ampere single pole, suitable for 120 volts ac fluorescent loads. H. LIACR Listing: UL listed as HACR type, 120/240 volt, 15-60 ampere, one, two and three pole, to serve heating air conditioning and refrigeration equipment. Provide circuit breakers UL listed as Type HACR for air conditioning equipment branch circuits. I. Accessories: Provide circuit breakers with switching neutral, shunt trip, ground fault current interrupters, or remote controlled operators as scheduled on the drawings. J. Motor Circuit Protectors: Where indicate on the Drawings or Specified elsewhere provide molded case circuit breaker with integral instantaneous magnetic trip element in each pole. 2.2 MOLDED CASE PROGRAMMABLE SOLID STATE TRIP CIRCUIT BREAKER A. Description: NEMA AB 1, molded case, with integral solid state current sensing and trip system, UL listed. Circuit breakers shall have the voltage and trip_ rating scheduled or indicated on the Drawings. 16475 - 2 CITY OF LUBBOCK IT RENOVATIONS 16475 CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES B. Operation: Operating mechanists shall be over center, trip free, toggle mechanism with quick -make, quick -break common trip, action with positive handle indication and reverse connection capability. C. Solid State Trip: Circuit breakers shall be equipped with a digital solid state, ambient insensitive current sensing and trip system. The circuit breaker ampere rating shall be established by a UL listed rating plug. The digital trip system shall accurately sense the RMS value of sinusoidal and non -sinusoidal current waveforms by continuously sampling each phase throughout every cycle. A push to trip button shall be provided on the cover. D. Terminations: Terminations shall be UL listed for use with 75 Deg. C. conductors. E. 100% Continuous Current Rating: Provide circuit breakers with UL listing for 100% continuous current rating. F. Accessories: Provide UL listed accessories as scheduled on the drawings. G. Interrupting Rating: Circuit breakers shall have tninimum RMS symmetrical ampere interrupting ratings as scheduled on drawings. H. Field Programmable Features: Circuit breakers shall be equipped with cover mounted field programmable features as described below: 1. Standard Features: Provide each molded cased digital trip circuit breaker with the following standard features. a. Adjustable long-time current setting. b. Adjustable long-time delay. C. Long-time current pickup light. d. Adjustable instantaneous current pickup. 2. Additional Features: Provide each molded case digital trip circuit breaker with the following additional features. a. Adjustable short -time current pickup. b. Adjustable short -time delay with I-squared-t in and out switch. C. Overload trip indication light. d. Short circuit trip indication light. 3. Ground fault features: Provide each molded case digital trip circuit breaker indicated on the drawings with integral equipment ground fault protection with memory. Provide the following features. a. Adjustable ground fault current pickup. b. Adjustable ground fault delay with I-squared-t in and out switch. C. Ground fault trip indication light. d. Ground fault push -to -test button. 16475 - 3 CITY OF LUBBOCK IT RENOVATIONS 16475 CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES PART 3 - EXECUTION 3.1 INSTALLATION A. Circuit Breakers: Install circuit breakers in accordance with manufacturer's instructions. END OF SECTION 16475 I 16475-4 CITY OF LUBBOCK IT RENOVATIONS 16500 LIGHTING SECTION 16500 — LIGHTING PART I - GENERAL 1.1 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Include manufacturer's catalog data and drawings on all interior and exterior lighting fixtures with separate sheet for each fixture, assembled by Luminaire "Type" in alphabetical order, with the proposed fixture and accessories clearly labeled. Ballast and lamp data shall accompany fixture submittals. Submit dimensioned drawings and performance data including coefficients of utilization, candela distribution, spacing to mounting height ratio, efficiency and visual comfort probability. Furnish scale drawings, catalog data, samples of finish, distribution curves, and any other data required by the Architect/Engineer for every type fixture. C. Manufacturer's Installation Instructions: Submit for review complete manufacturer's installation instructions. Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of Product. D. Operation and 'V4aintenance Manuals: Submit manufacturer's operation and maintenance instructions for each product. 1.3 SUBSTITUTIONS A. General: Where a lighting fixture has been scheduled on the drawings by manufacturer's name and catalog number, it has been done in order to establish a standard. Any substitution to the scheduled lighting fixture shall be of equal or better quality. No substitution shall be made without the review of the engineer, who will be the sole judge of equality. It is the contractor's responsibility to submit sufficient data for review by the Engineer. If requested by the engineer, the contractor shall provide samples of each proposed substitution for review. Should a substitution be unacceptable to the Engineer, the Contractor shall provide the originally specified lighting fixture. 16500- 1 CITY OF LUBBOCK IT RENOVATIONS 16500 LIGHTING 1.4 %PPROVAI., OF SUBSTITUTIONS A. General: The contract will be on the basis of materials scheduled on the drawings without consideration of possible substitute of "or -equal" items. Application for the acceptance of substitute lighting fixtures will not be considered until after the effective date of the agreement. Submit requests for substitute materials under provisions of the General Conditions and the General Requirements. Approval for lighting fixture substitution shall not be given prior to the bid opening. 1.5 C,kTALOG NUMBERS A. General: All features specified or scheduled for fixtures shall be provided, even if the catalog number given in the specifications or schedule lacks the required numerals, prefixes or suffixes corresponding to the features called for. 1.6 SCOPE A. Description: The work shall include all labor, material, equipment and services necessary for and incidental to the complete lighting system as shown on the drawings and specified herein. 1.7 REGULATORY REQUIREMENTS A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical Code) and all applicable State and Local Electrical Ordinances. B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.8 DELIVERY, STORAGE, AND HANDLING A. General: Deliver, store, protect, and handle products according to the Conditions of the Contract and Division 1 Specification Sections. Accept delivery of lighting fixtures on site and inspect for damage. Report concealed damage to carrier within their required time period. Protect lighting fixtures from degradation by storing above grade protected from the weather. Provide appropriate covering. Lighting fixtures shall remain in factory protective shipping cartons until installation. 1.9 PROJECT CONDITIONS A. Locations: The drawings are schematic and only indicate the approximate location of lighting fixtures. The precise location of lighting fixtures shall be coordinated with the architectural reflected ceiling plan and other architectural features. 16500 - 2 j CITY OF LUBBOCK IT RENOVATIONS 16500 LIGHTING B. Recessed Lighting Fixtures: Verify that there will be sufficient headroom for the installation of recessed lighting fixtures prior to ordering lighting fixtures. Verify ceiling system type and provide suita ble plaster ring or frame if required. PART 2 - PRODUCTS 2.1 INTERIOR LIGHTING FIXTU R E5 A. General: Provide and uistall a lighting fixture on each and every lighting outlet shown. Furnish fixtures in accordarx;u with the designations on the drawings and as specified herein. Should any designations be cmtitted on the drawings, furnish fixtures of the same type as used in rooms of similar usage. 2.2 ELECTRONIC FLUORESCENT BALLAST A. General: Electronic instant start ballasts shall be constructed of discrete or integrated electronic components and shall have a minimum frequency of operation of 20 kHz and shall operate without visible flicker. Ballast shall be UL listed Class P, CSA certified and sound rated "A". Ballast shall have a miniinum power factor of 95% and a maximum lamp current crest factor of 1.6. Input current total harmonic distortion shall be 10% maximum. Ballasts shall maintain constant light output with input voltage variations of plus or minus 25%. Ballast shall have a sequenced start progression which first heats cathode filaments and then ignites the lamp. Ballasts shall withstand line transients as defined in ANSI/IEEE C62.41, Category A and shall comply with FCC Rules and Regulations Part 18, for non -consumer equipment. B. Ballasts for 'I'8 Rapid Start Lainps: Ballasts shall have the following maximum ANSI input watts when used with F32T8 "Octron" lamps. Ballasts shall be Advance Mark V IC, Magnetek Triad or approved equivalent. 1. One Lamp: 31 watts. 2. Two Lamp: 61 watts. 3. Three Lamp: 95 watts. 4. Four Lamp: 121 watts. 2.3 ACRYLIC LENSES A. 0.125 Inch Lenses: Wherever aL ylic 1Liises are specified or noted, the material used shall be virgin acrylic with a minirnuin nomnial thickness of 0.125 inches. Only KSH brand lenses shall be acceptable. nrn%,-ENT r e�x�i"o 2.4 CLU VfIC�JL L'-1V 1 Lci_vbl J A. General: Fully equip each Ixture with a full set of new lamps at the completion and acceptance of the work; launlis shall be of the best grade, and of the ratings and types 16500 - 3 CITY OF LUBBOCK IT RENOVATIONS 16500 LIGHTING scheduled on the drawings or as required by the lighting fixture manufacture; General Electric, Phillips or Osram/Sylvania. t. B. T-8 350OK: Rapid start, T-8, 3500K, 32 watt, 2950 initial lumens, 85 CRI, 20000 hour minimum with 3 hours per start equal to Philips F32T8/TL835. PART 3 - EXECUTION 3.1 INSTALLATION A. Installation of Interior Fixtures: Outlet box locations shown for fluorescent fixtures are diagrammatic. Locate boxes to coincide with stem hangers where such occur. Fixtures shall be level, square with the general construction and securely attached according to manufacturers written instructions. B. Lay -in Type Fixtures: Locate recessed ceiling luminaries as indicated on reflected ceiling plan. Center the fixtures in ceiling grids. Wire the fixtures using concealed outlet boxes accessible through ceiling panels. Install conductors in flexible metallic conduit from box to fixture. Fixtures shall be securely fastened to the ceiling framing member by the use of four UL listed clips. Support luminaries larger than 2 x 4 foot size independent of ceiling grid. Install recessed luminaries to permit removal from below. C. Fixtures in Plaster or Gypboard Ceilings: Provide a suitable plaster ring or frame for each fixture recessed in a plaster or gypboard ceiling. D. Surface Mounted Fixtures: Fixtures shall be installed flush with the ceilings. Install surface mounted luminaries plumb and adjust to align with building lines and with each other. Secure to prevent movement. For lay -in ceilings install a structural member to span two tees and attach the fixture to the structural members. Do not suspend fixtures from lay -in ceiling panels. E. Continuous Rows: Where fixtures are installed in a continuous row, the row shall be straight and plumb. Lens shall be aligned in all planes and no part of the lamp shall be visible. F. Pendant i lounted Fixtures: Install suspended luminaires using pendants supported from swivel hangers. Provide pendant length required to suspend luminaire at indicated height. G. Wall NI-lounted Fixtures: Install wall mounted luminaries, emergency lighting units and exit signs at height as indicated on Drawings or as scheduled. Coordinate the locations with architectural wall elevations and with architectural features. H. Fxit Signs Install surface mounted exit signs plumb and adjust to align with building lines and with each other. Secure to prevent movement. Accessories: Install accessories furnished with each luminaire. Connections: Connect luminaries to branch circuit outlets provided under Section 16110 - RACEWAYS AND FITTINGS. Make wiring connections to branch circuit using 16500 - 4 CITY OF LUBBOCK IT RENOVATIONS 16500 LIGHTING building wire with insulation suitable for temperature conditions within lurninaire. Bond products and metal accessories to branch circuit equipment grounding conductor. K. Lamps: Install specified lamps in each luminaire. L. Firestopping: Install recessed luminaries using accessories and firestopping materials to meet regulatory requirements for fire rating. 3.2 FIELD QUALITY CONTROL, A. General: Operate each luminaire after installation and connection. Inspect for proper connection and operation. 3.3 ADJUSTING A. General: Aim and adjust luminaries as indicated or as directed. B. Exit Signs: Position exit sign directional arrows as indicated. 3.4 CLEANING A. General: Clean electrical parts to remove conductive and deleterious materials. Remove dirt and debris from enclosures. Clean photometric control surfaces as recommended by manufacturer. Clean finishes and touch up damage. 3.5 PROTECTION OF FINISHED WORK A. General: Relamp luminaries that have failed lamps at Substantial Completion. END OF SECTION 16500 16500-5 CITY OF LUBBOCK IT RENOVATIONS 16721 FIRE DETECTION AND EXTINGUISHING SYSTEMS SECTION 16721 — FIRE DETECTION AND EXTINGUISHING SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 SUBMITTALS A. General: Submit manufacturer's data on all materials according to the Conditions of the Contract and Division l Specification Sections. B. Product Data: Submit for review complete manufacturer's catalog information on all items specified herein, including materials, construction and UL listing. Provide electrical characteristics and connection requirements. The contractor shall submit complete documentation for the Fire Alarm/Life Safety System showing the Model Number, type; rating, size, style, Manufacturer's Names, and Manufacturer's Catalog Data Sheets for all items to ensure compliance with these specifications. C. Shop Drawings: Submit for review a complete riser diagram and layout of the entire Fire Alarm / Life Safety System, showing all interconnect wiring and equipment. Provide annunciator layout and system wiring diagram showing each device and wiring connection required. D. Test Reports: Submit for review Manufacturer's test data. Indicate satisfactory completion of required tests and inspections. E. Manufacturer's Installation Instructions: Submit for review complete manufacturer's instructions. Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of products. F. Operation Data: Submit for review all operation and maintenance manuals for items specified herein. Include the following in the operation and maintenance manuals: 1. Complete typewritten operating instructions. 2. Wiring diagrams for the control panel with all terminals identified. 3. A parts list for the system identifying the components with ordering numbers. 4. A plan showing conduit size and routing, number and size of conductors and locations of all devices. 5. Maintenance and repair procedures. r 16721- 1 CITY OF LUBBOCK IT RENOVATIONS 16721 FIRE DETECTION AND EXTINGUISHING SYSTEMS 1.3 SCOPE A. General: Provide and install a complete and operating 24 VDC, closed circuit, electrically supervised, zone annunciated fire alarm, detection and suppression (FM-200TM) system with emergency battery backup as shown on the drawings and described herein. It is the intent to obtain a complete system which will operate as described herein, and all equipment necessary for such operation shall be provided whether or not each item is enumerated herein or described on the drawings. The system shall include but not be limited to all control panels, power supplies, signal initiating devices, audible and visual alarm devices, piping, suppression tanks and media, conduit, wire, fittings, and all accessories required to provide a complete operating system. B. Extend and connect to existing building fire alarm panel. Provide input relay for existing Simplex 4100 (verify) system. Provide all terminations and programming as required to interface with existing panel. 1.4 REGULATORY REQUIREMENTS A. Code Requirements: The equipment and installation shall comply with the current applicable provisions of the following standards: 1. NFPA 70 National Electric Code, Article 760. 2. NFPA 72 National Fire Alarm Code. 3. Local and State building codes. 4. All requirements of the Local Authority Having Jurisdiction. 5. Underwriters Laboratories, Inc. 6. Americans With Disabilities Act (ADA) 7. Texas Accessibility Standards (TAS). B. UL Listing: The system and all components shall be listed by Underwriters Laboratories, Inc. for use in Fire Protective Signaling Systems under the following standards as applicable. 1.5 PROJECT RECORD DOCUMENTS A. General: Submit according to the Conditions of the Contract and Division 1 Specification Sections. B. As -built Drawings: Record actual locations of initiating devices, signaling appliances, and end -of -line devices. Record actual wiring diagram. 1.6 QUALIFICATIONS A. Installer: Company specializing in installing the products specified in this section with minimum three years documented experience. The fire alarm installing firm shall be the authorized dealer of the manufacturer and shall be duly licensed in the State of Texas under Senate Bill 425. That firm shall maintain a staff of qualified technicians capable of 16721 - 2 a CITY OF LUBBOCK IT RENOVATIONS 16721 FIRE DETECTION AND EXTINGUISHING SYSTEMS installing and servicing the system. They shall also maintain a stock of parts and components used in the system. - 1.7 GENERAL EQUIPMENT AND MATERIAL REQUIREMENTS A. General: All equipment and material shall be new and unused, and listed by Underwriter's Laboratories for the specific intended purpose. All control panel components and field peripherals shall be designed for continuous duty without degradation of function or performance. All equipment covered by this specification or noted on Installation Drawings shall be the best equipment suited for the application and shall be provided by a single manufacturer or be recognized and UL listed as compatible by both manufacturers. 1.0 MAINTENANCE SERVICE A. General: Furnish service and maintenance of fire alarm and suppression system for one year from Date of Substantial Completion. 1.9 EXTRA MATERIALS A. General: Furnish according to the Conditions of the Contract and Division 1 Specification Sections. 1.10 SYSTEM DESCRIPTION A. General Requirements: There shall be furnished a Cerberus Pyrotronics Engineered Type Extinguishing System or pre -approved equal, for total flooding protection of the hazard. The protection shall be provided by one or by an interconnected group of single cylinder systems as necessary to achieve the specified concentration. The system design shall be suitable for the purpose intended and shall be in accordance with the Factory Mutual approval, the Underwriters Laboratories, Inc. listing, as identified by UL File No. EX4724 and with NFPA Standard No. 2001 Clean Agent Fire Extinguishing Agent Systems. B. The system shall be installed in full compliance with the manufacturers installation manual referenced in the UL listing, the FM approval and with NFPA Standard No. 2001. C. Cylinders: The cylinders shall be manufactured, tested and marked in accordance with D.O.T. Specification 4BW500 or 4BA500. Six (6) different sizes of cylinders are available, they are 35 lb., 70 lb., 150 lb., 250 lb., 375 lb. and 560 lb. capacities. D. The cylinders shall be charged with FM-200Tm and shall be superpressurized with dry nitrogen to a total pressure of 360 prig at 70°F to assure rapid discharge and reliable operation at temperatures as low as 32°F. Cylinders larger than 250 pounds capacity shall be fitted with lifting lugs for ease of handling. Cylinders shall be furnished with bracketing suitable for secure mounting. 16721 - 3 1 CITY OF LUBBOCK IT RENOVATIONS 16721 FIRE DETECTION AND EXTINGUISHING SYSTEMS E. Each cylinder shall be furnished with a cylinder pressure supervisory switch to cause a supervisory signal at the control panel if the pressure in the cylinder drops to approximately 320 psig. Cylinders with a capacity of 150 pounds or more shall be fitted with a liquid level indicating device for detennining the weight of the FM-200TM charge in the cylinders. The device shall consist of a brass diptube with a stainless steel float riding on the outside of the diptube and a magnetic tape within the diptube. Both the tape and the float shall be fitted with magnets capable of coupling so as to suspend the tape with its calibrations easily read at the entry to the diptube, indicating the actual liquid level in the cylinder. F. A graph shall be provided to translate the tape reading to pound of FM-200TM at the cylinder temperature. G. Cylinder Valves: The cylinder valves shall have a brass body and shall be of a pressure seated, high flow rate design incorporating a brass piston with seal, pressure releasing for valve operation, safety disc assembly, pressure actuation outlet port and pressure gauge. Cylinder valves on electrically actuated master control cylinders shall have a Marked E electric solenoid. The solenoid coil shall be easily removable from the cylinder valve to facilitate cylinder removal and servicing. H. The cylinder valves shall be provided with an anti -recoil plug fitted to the valve discharge outlet to prevent rocketing or spinning of the cylinder in the event of discharge while the cylinder is not bracketed or not otherwise held securely in place. I. Nozzles: The nozzles shall be aluminum and shall be of a type specified in the UL listing and FM approval and suitable for the purpose intended, They shall be marked with the manufacturer's identifying part number. J. The nozzles shall have a standard female pipe thread for attachment to the discharge piping. Nozzles shall be spaced in accordance with the instructions in the installation manual and as required by the UL listing and FM approval. K. Pipe and Fittings: Ferrous piping either black or galvanized, conforming to ASTM A-53 or A-106, or other materials confirming to these strength requirements shall be used. The thickness of the pipe wall shall be calculated in accordance with ANSI B-31.1, Power Piping Code. All fittings used shall be 300 pound or 600 pound class in accordance with NFPA Standard 2001. L. All pipe ends shall be thoroughly reamed after cutting, and all oil and chips shall be removed. Dry air or nitrogen shall be blown through the piping to remove chips or other debris prior to installation of the nozzles. M. All piping shall be securely fastened with particular attention being given to fastening near nozzles to prevent pipe movement due to the reaction force during discharge. N. Control Equipment: The system shall be designed for automatic electric operation and f I do Ul the li I , located readily =ce sslble at the iiir itiaiiuui operation. ++ ben aue r'.iiiu: r iS not OC., ed as to be time of fire, a remote manual control of the electrical type shall be used. O. Automatic release shall be by a Cerberus Pyrotronics CP-2ER Agent Release Panel with cross -zoned detector circuits, per NFPA 72, 12A, 13 and 2001, utilizing detectors of the 16721 - 4 i CITY OF LUBBOCK IT RENOVATIONS 16721 FIRE DETECTION AND EXTINGUISHING SYSTEMS 1 best type suited for the hazard. The signal from the control panel shall open the solenoid valves on the control cylinders, thus causing the cylinder valves to open. P. In multiple cylinder installations, the first cylinder shall be electric solenoid, and or local mechanical control. The remaining cylinders shall be pressure actuated by means of pressure actuators fitted to their cylinder valves. Each master cylinder shall have its pressure provided from port marked M for interconnection with the pressure actuators on the pressure actuated cylinders. Q. For the 1" and 1-1/2" valve up to a max of 7 piston Actuators -Slaves (model number CPY-PAS) may be used. For the 2-1/2" valve up to 6 piston Actuators -Slaves (model number CPY-PAS) may be used. R. Pressure operated switches, operating upon release of the FM-200TM into the discharge piping, shall be provided to shut down the electric power for the ventilation system and all electrically powered equipment with in the hazard and to sound an alarm, if these functions are not performed by the detection system. S. Smoke detectors shall be ionization type detectors. Detectors shall be plug-in, two wire detectors, UL, ULC, FM and CSFM approved. Detectors shall be equal to Cerberus Pyrotronics DI-3 series detectors. T. Manual pull station shall be double action with positive motion, red molded polycarbonate equal to Cerberus Pyrotronics MH-517C. U. Manual abort puslibutton station shall be equal to Cerberus Pyrotronics AW-1. V. Audio/Visual signaling devices shall be equal to Cerberus Pyrotronics. Vibrating bells shall be red, 6" shell size, 86 dba at 10 feet Horn/Strobcs shall be MTS4-15 series. W. System Checkout: Upon completion of system installation, a final checkout inspection shall be made by a qualified inspector trained by the manufacturer. X. Warranty: All materials furnished by the manufacturer are to be warranted against �. defects in material or workmanship for a period of one year from the date of manufacture. 1.1 l SYSTEM COMPONENTS A. General: Only FACP equipment and peripheral field devices have been shown on the Drawings. Specific and complete wiring between control equipment and peripheral equipment has been deleted for clarity. 16721 - 5 CITY OF LUBBOCK IT RENOVATIONS 16721 FIRE DETECTION AND EXTINGUISHING SYSTEMS 1.12 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, manufacturers offering products which may be incorporated in the Work include, but are not limited to, the following: 1. Cerberus (Pyrotronics) 2. Notifier. 3. Fire-Lite Inc. B. General: Being listed as an acceptable Manufacturer in no way relieves the contractor's obligation to meet the requirements of the specification. Listing of the manufacturer does not guarantee that their. system conforms to the specification requirements. PART 2 - EXECUTION 2.1 INSTALLATION A. General: Installation of the fire alann/life safety system shall be in strict compliance with manufacturers' written recommendations and NFPA Standards. Consult the manufacturers control panel and peripheral equipment installation manuals for all wiring diagrams, schematics, physical equipment sizes, etc. before beginning system installation. Refer to the riser/connection diagram for all specific system installation/termination/wiring data. B. Mounting: All equipment shall be attached to a iron load -bearing wall, and shall be held firmly in place. Fastening and supports shall be adequate to support the required load, and provide a safety factor of five. All fire alarm devices shall be flush mounted in the walls that they are located on with the exception of existing block wall construction. In this case, devices shall be mounted in surface mounted boxes and shall be fed with surface mounted raceway via the shortest exposed path. All surface boxes and raceways shall be in accordance with Section 16110 - RACEWAYS AND FITTINGS of these specifications. C. FACP: FACP will be mounted with the top of panel not more than 6 feet above floor level. The FACP shall be flush mounted in the wall with the exception of the panel being installed on an existing block wall or when located in a non-public space such as an equipment room or janitor's closet. It shall be the Contractor's responsibility to final coordinate the proper wall thickness of new walls containing FACPs. D. Manual and Abort Stations: Install manual and abort station in recessed backboxes with operating handle 48 inches above finished floor. Label stations to indicate they are associated with FM200 system only. E. Audible/Visible Signal: Install audible and visual signal devices the lower of 80 inches above finished floor or 6 inches below ceiling. 16721 -6 CITY OF LUBBOCK IT RENOVATIONS 16721 FIRE DETECTION AND EXTINGUISHING SYSTEMS l F. Conduit and Boxes: Provide complete wiring and conduit between all equipment in separate conduit, maximum 40% full. Conduits of proper size shall be installed from the -- control panel equipment to field devices. All field devices shall be mounted upon UL listed electrical junction boxes. Conduit shall not enter the FRCP, or any other remotely mounted control panel equipment or backboxes, except where conduit entry knockouts have been provided by the factory. G. Junction Boxes: All splices in field wiring shall be made in UL listed electrical junction boxes. All electrical junction boxes shall be labeled as "Fire Alarm System" with decal or other approved markings. H. Power Circuit: The FACP shall be connected to a separate dedicated branch circuit, maximum 20 amperes. This circuit shall be labeled at the main power distribution panel as FIRE ALARM. FACP primary power wiring shall be 12 AWG. The control panel cabinet shall be grounded securely to an equipment grounding conductor. Conduit shall enter into the FACP backbox only at those areas of the backbox which have factory conduit knockouts. 1. Connections: Make conduit and wiring connections to door release devices, sprinkler flow switches, sprinkler valve tamper switches, fire suppression system control panels, duct smoke detectors and any other devices as required. Automatic Detector Installation: Conform to NFPA 72E and NFPA 2001. Install ceiling mounted detectors not less than 4 inches from a side wall to the near edge. Install detectors located on the wall at least 4 inches but not more than 12 inches below the ceiling. For exposed solid joist construction, mount detectors on the bottom of joists. On smooth ceilings, install detectors not over 30 feet apart in any direction. Install detectors no closer than 5 feet from air registers. 2.2 WIRING INSTALLATION A. Wiring Method: Install wiring in metal raceway according to Section 16110 - "RACEWAYS AND FITTINGS." Conceal raceway except in unfinished spaces and as indicated. B. Wiring Within Enclosures: Install conductors parallel with or at right angles to the sides and back of the enclosure. Bundle, lace, and train the conductors to the terminal points with no excess. Connect conductors that are terminated, spliced or interrupted in any enclosure associated with the fire alarm system to terminal blocks. Mark each terminal according to the wiring diagrams of the system. Make all connections with approved crimp on terminal spade lugs, pressure type terminal blocks, or plug connectors. C. Cable Taps: Use numbered terminal strips in junction, pull or outlet boxes, cabinets, or equipment enclosures where any circuit tap is made. D. Condlictors: i_1nleo, othetwig-e spi-.rifiod within the install atiQn ill lnilal of the specific equipment being used, all field wiring shall be minimum #16 (solid) or #14 type, and shall be approved for use as fire alarm cable. Cable shall be the type listed for Fire Alarm/Life Safety use and shall be installed per NEC Article 760. 16721 - 7 i _. CITY OF LUBBOCK IT RENOVATIONS 16721 FIRE DETECTION AND EXTINGUISHING SYSTEMS E. Color Coding: Provide fire alarm circuit conductors with insulation color coded as follows, or using colored tape at each conductor termination and in each junction box. 1. Power Branch Circuit Conductors: Black, red, white. 2. Initiating Device Circuit: Black, red. 3. Detector Power Supply: Violet, brown. 4. Signal Device Circuit: Blue (positive), white (negative). 5. Door Release: Gray, gray. 6. Municipal Trip Circuit: Orange, orange. 7. Municipal Fire Alarm Loop: Black, white. 2.3 FIELD QUALITY CONTROL A. General: Field inspection and testing will be perfonned according to the Conditions of the Contract and Division I Specification Sections. B. Tests: Test in accordance with NFPA 72 and local fire department requirements. 2.4 FINAL SYSTEM ACCEPTANCE A. Final Test:_ The system will be accepted only after a satisfactory test of the entire system has been accomplished by a factory trained distributor in the presence of a representative of the authority having jurisdiction and the Owner's representative. B. As -built Drawings: The distributor will present a complete set of "as -built" Fire Alarm/Life Safety system drawings, and the factory supplied Operator's Manual to the Building Owner's representative and the local AHJ. C. Service: The distributor shall make available contracted periodic system testing, maintenance, and/or calibration services. 2.5 MANUFACTURER'S FIELD SERVICES A. General: Prepare and start systems according to the Conditions of the Contract and Division 1 Specification Sections. B. Factory Technician: The distributor shall provide the on -site services of an authorized, factory trained technical representative to supervise all connections and fully test all devices and components of the system during installation phase. C. Training: The distributor shall provide comprehensive training on the operation, proper use, and testing of the installed fire alarm system to the Building Owner's Representative, and the local Al-IJ. 16721 - 8 CITY OF LUBBOCK IT RENOVATIONS 16721 FIRE DETECTION AND EXTINGUISHING SYSTEMS 2.6 DEMONSTRATION A. General: Provide systems demonstration under provisions of the General Requirements. Demonstrate nonnal and abnormal anodes of operation, and required responses to each. END OF SECTION 16721 16721 - 9 i CITY OF LUBBOCK MUNICII'AL SQUARE I.T. COMPUTER ROOM RENOVATION LUBBOCK TEXAS Mop m S= no LUBBOM MW 7%M I M JOB NUMBER U06M SEVfUaFR 4, 2007 MIX OF DRAWINGS mu balMoscAl Damoumm NBCHMOM NW mu WCB 'Wa SCSOMM &*M MAM Eu HU&"FRr_49. E040[n= Eu lialum eu Eticnw.AL f(mm MWM& FM Al M AM =MY Im RBCnW-M, EEU= M2 ELiCnW.M. PAID. 8CE18M Im ARCETIBMM& IOW AM DMXZnW M." lu MCHIMM& SCMUIN MAULS AM MM 19 AFA3HjB.1W,4V, EED" 'AmA- et Fig" 1•r� r�Tsl _.._ _e T. r/T�L J � �J ♦� i �` L�ST T � J�� / FJ � 1.. i I 1-0 Y_, I I , I FLOOR PLAN - MECHANICAL & PLUMBING DEMOLITION � ` I'IORT11 DEMOLITION GENERAL NOTES :e� ,wu.•..urm..w-sne.r<vawur m•ew ocw:.�ma met. Mitx60 NMnO:LMTNLLV,Y PINE WRM !}{lnlG WTEawL Wnc n c a¢w.exatoucmewlarr�eo'�cs].ecaw-ewimm rnuc la.rl,w u.omr�en+eo�. NOTES INNCATE BY-,..J /". exm]or Mew.r,s.> -... nn.iw m ccewee v nw.ry oe ai ese naa ra. s auaowMwr+e. ! rw.,«;,.,c.um.ti.uo,roaunorocew]�rec rcxrou.w ul.cwaeu.r c,urlc. m k e eTwi,. ! vc a x o e ,ee aN ehrs�r�e,ew w„a.e,wwu...em,+.®ow.ann.....Q.,s �a w.z�ro 1] EMi"W"SKi'n� .JIO' .,wKA 0! L EJ ,n exwsemvusen�usm sir<xe,nunn ce+ex�aven w•:., MF . aNl .y .FN R�lJwNOTEC� A �l4c oau[�i�sL[ 'wGu� w K wf3 r �. k Kallo F ML w K.,wt eppq we M w-a•m aanm • .0 ov+�s w � .w..+ ra. a,n.a+� ...n moues Qc. wu rs nv.m .m ..ov,m ..mcc a... m ar a .rnaw .w . wYr Ib AI.L ooK' vi `.rt r"a a:er va u: m .0 a�'c+ ua a Luc ao....n onumu •[csv+ n.n'�"'iwLOr"'° v-n�"a� a.yo �ms�'�".wa wawa dcr .mnumr K Kn~�m .caa :� m� rowas� vn�"..wr'01.wp1rOwr w 10r a atr.•a n...wx.:r . '0°r `v"w'mim rf°�o� Aor rim ��+o'imr'`ia M=rE.sC4t.o�f wY 4 -- m 1 InOKt .CQ]i mOR NN dK+��I�oP'�ILµ IRrO4.PL 9.l¢ MmY116 [0; r0 09K• Ini. lLC.1fp w .C+Rwt w0/o• elfCip. ` n�.s� n�;•.wc ore°ee�r �aaiie. ova, :.'a a� mi..n ooaaar w.rn v.a uw� rt aam.m �r w umr. nscw"cK or.v. mt uwmmwrorana vrn. NOTES INOICATEO BY 10% uc ra.ccr ro K..m.+uw� v s°1+.a imrai a wv� xn u.r or r iam®wa r.a �� �� ,•n v m ,.ac mno v mwoo. wo um r a mcw nu rc o.uv rw•r K. u.r n +mum Q3.+4 aGGux ww .. ano. t ow ut w+., m+wa n maim ux ro waera w ,a wr. r. u.t w.r..nw m nac,sx o•.� n. iCLG� . ca KR .�ri0. QiQO OG YO � 4!O W OQYp MIG .f P➢ .marts rues a w+. un .r me FLOOR PLAN - MECHANICAL & PLUMSING 1M • Td• "Mm . WWI + SECTION K • rd Z�t rn ! q F U p� Z cw G ^Q (L W Z U �O o m 50 dz tea~ �° m O w �62 U IX 5Yo 3 vows •o� Oil �B Q t G� IrP21 •8 COMPUTER ROOM UNIT SCHEDULE MECHANICAL LEGEND ' ay i[f1; io':Exs• Eu sLvn�: - �- �Luw�nriu --....--..._. A.Ml�.....�_ as ` «..,..ans a.ac ar Ana atwmr i m`ax as aann aaa. 3: a.::w a ss a i.�iPwr SG't N1Li4 2 sC�� uS +`a� P 6-.T ar a <a. aaaw.A aA. aurar,.[.t +. n aa;a .ran w..,v anrE..wE a .sr. _ _ _ _ .i'•'.x�.,w°�.16•e ,�_- Y _�2i31--.. AJR COOLED CONDENSER SCHEDULE _ ���;,.� �.uC]Ia1"r BA;EJ 04 AY1`iii E�EVAMn .i t.F —NI AIR DISTRIBUTION SCHEDULE ' ...-....._.......� _dar.a.. .� ..._, _. ._. ._.. ..._._. _-�. ._. ...� ..� '�: aau: yr n.1p M. M.: nunlE aMt Mt r1. aua wrAtPs JxVr —i— -- - na aVnrti .+�.w�PSJ— 1A. taFO'A�.IIf ��JQyQQ,�e��� r u""ca.m :n maaK PS�I.A IIYG .cern+'xuir.an:-ara a1A","rerw �{—"—" O•Jf;'f IN 'R�FAwa N'R 4PAl:M �DETAI Lam` ..wi rr n" ni .;a DDIIRLE ELBOW TAKE-0FF DETAIL NCGAT c �HEa;�Rt .P CONDENSATE DRAIN DETAIL xc srnt e .aF'✓se'n'.y". m� e.� —�.we ANGLE TAP DETAIL TYPICAL CEILING DIFFUSER r....._w.......,.. �-----m, r�-`�.....v..�.., �..,.,...._...,r .,...y p�,.,m•-^s .T-..� p�..�.".-„, rs. .��,-.«. �-.�,..—..,� r. ...., F.�.�..,.�,� r„�3..,•Y.�, _...: j'�„�wow,m�rres.n�.m.-a,.�mam,i I 1 II I I 11 11 II I 1 11 mi y l ! o tee_\•---- ---- L ; II i I I II i --------------- ---------------------------- VY -_Ii li•t_--_ 14 _JI e �t II I /1 —C— FLOOR PLAN - ELECTRICAL DEMOLITION u•=ta NrAni U z 7 s y f GENERI NOTES ' [P�fi Eupi pe1eL111a1 rfn M.w. t(p1uxN, cUC.I}apt KM. 5 x MD(li[Ct YO [Vt�4 U1P Y[FIMV ix p({p AMM ( 6r6 �IPIII!r3 "JhRe�iLr}[MM[S � .[rK �iif L?�NG(�� p. P[rowe�[u� emus wv,ees ,x vPEas ro Pt P[La+(p wIK �„•, L. eErwL u4 WTI— KV -1 Z vwEiPUCei}I. .. : f, mi�tICCPTI. W gVlp FP pOi(MKti V WWI— Vlex C NOTES INDICATED 6Y'0' r. E.�r.�w n+s(•a•ror ttrnin, (:.Km a�tx Kr W, aa viurcK xK +(c w'ci .0 . •acp,rs ro Itw 6 •.• k IK:utm m M rai r..n -F' 9CKYIL(. W ^, •N' }p a i'iar' Mw.x[F.9 Vi LN 1p "`e-: Laiw .K e[v«c r u.n,xc (w[ owns Q Z Y "o .aw n.Ke •.• u ,K,n:ep w ra K..wi •r twa.[. T o.p eextu Y• is a P[xotm. (r(L� A Ilttoaca w O U m I,tNILS PI{: x:iY�xi(p -IT L1J xK VIPL ip LU P m f. . Pacvm r s nPu Q JQ xp rSa t E MW. a > r Lx,. K Ktlpwl He In IT }p ([ I— x� - o' v xu i[w(io'muulu."cc � inoc':i"Ln�.(cliati,s(p. Z y0 x o oEP x wxt- ex.x. Q Hwy pmlxL .np dMG ro Porl+. - � U LL Um J s. s�:z'art v to m v„K auwxm KP my[ Eaar.a i a[ c[rcn n r P 1 Lti(tRC[YT 'LYE3 Mm UVYI Cm}�pO 'i (( gVN.L T. K ppy(p, xpp VIP�K M4 'p ipFi Q El ' Lp�1e�PpOAy LOt 10 tC.iO �eA �Y/i to ciat �Aj �3 cm i- n�n�er- oP" Eli 6 NOTES INDICATED BY <',*, 71— ELECTRICAL FLOOR PLAN - LIGHTING 0"11 mom --� t...... r ELECTRICAL FLOOR PLAN - POWER iN• • 1'd MOFM GENERai NOTES: a r fur cnm.r rnw ra uu +w mawwt omcr m r aw R .OIY M CUCr �'V.nvl NO WYIIJIOINm [. C.wl wd• RI M NOTES INDICATED BY'O'. r m a n« i :.at w.r w.voom rwor ¢uo ro .w.oa �-a- ur, radr r..cr w om rn tvrwnu: wurmM�tw a r�'..cr�••u wirra �t a �w6� ♦C.mt r/O .[fAa6l lnIx41F0 MrIW +[wd��5 afN M a K'r Iu[� l' vifb w 4cw'Cr Nv9vn ryp Y t®p U rn >N16 T. UTO /N IR4a6r NL pfri•: WW1A1 tawti9 tl vW F[ a Sr�• S�i4�1 STA HT[ M OUSrxrG tR•.6 rnOo 'acur lK.nl1L 1q/• OUR F.NLi1I w W M ai0. (inc.aJ. 6 Y. t+roO r0 .f vw[tt N� liY}c MwW CMIM1 .i VP r1t �N6 »>HVnL o 0 �' �:rc� �:a•c.� �II>_it�[4i�>•��c'-cam yg�! C � F 3 < s F— Z W LmL F�—/ LL Q a w Y W j m 0-U-m~ � Z Oo O w �m J' Gg4 5 9e Li GT! . HMR 0a! L'A 8 R O O O I1 ELECTRICAL FLOOR PLAN - FIRE ALARM, SECURITY & EQUIPMENT JOIltk 1f6'm I•.p• ]ATM CFN.:RAL NOTE, ar[ aWcr/ nno.., ] -fqr ar r xr [ Wr. w"`Fre�n -T. Ta .l . rL N:w srlm u :° NCTES INDICATFD BV'n'. sti ]� eaves u.wF � Wm rLL r. .a m Fw[ sn wnti.v.+nns n ,`], CONm 0 YeR rrA [O.7A M649[ D]i W! W WPlti[C ey m[ area .ea u�uer R]r+of e[ rinlom .., e. /]" W' nx ,0�m mY6 Nur 6YnC rJ4pl �ln ours u•,mv�sr'Iw i r a w I rnr s rlm]wo r la [w p..... mV iO TAYV�1 ]e.J eMKt rt WMB'W¢V a1rn.G n Om�P. LumC CdIP ,Cim 6 � if, wfWA W 'K I WM aGi�i Ip Oa0s�4➢ small Fn�l Y � SK1G>r .KTv�~]G� s`ssmr nue.e zw noa ma�.IF.�w L mll �W - i Ua 6 fl Z w a w Z �O o Qm mU rnd am � <g Q0�u mz }}Pm O W U xH E � ! f k'cJ+Y..s i 99G S tiA , Q� fr wre.ewes euesr� or• E23 6 COMPUTER RACK DFTAI!- exaxC xn iv [a¢Wx N (�`i� �ssr..ct . uis oa. C"�weq} I a ti1u¢.W� '` O O u xvu7l. 4 1xY lNWiPxx;JR iM ^Mp1 W9 iAWAi ff OfMfE TYPICAL RACK ELFCTRICAL _RVICE DETAIL PARTIAL ELECTRICAL RISER DIAGRAM �� cx r. •.xccauc ar I +o+ caw . T n.._. ]'.. L) aac rr 9ASENEni PANF_LAOAFID BONGING DETAIL �� qut i rwx xaa Z, M m \ r w P_ Ay�•IDENTIFICA770N DETAIL niP" i? a w a.. I. wn xxx.c xeR ,»sr m.ww.r Aum� er nm�u.a�xr LAY.IN LIGHT FIXTURE DETAIL ra scu[ wr. Tm.mr ann im..vr.0 �aom wrn xoe,¢r WIRING DEVICE MOUNTING HEIGHTS - TYPICAL — NOTFS INDICATED BY >. o.nw rma n mx.. c-xwrt v xn xxxn r mrcxro. a, a P . PO W. Y I• mYixi. E%C_TA1% SYMBf. SCHEDU.E �x n�o >w<-.xti.amr nm M�TW�m .q,xxsiv .�pp.p avu..m+u 0 QQ ms e.r� mx uar.uwa m u.a Z B v U L m e• -r Z LuLCLI �C 4� Q a Lu OZv woo W r m tey j a' O Qyy U o LU ~tea a I U �mj _ae�sr, �( c9 ^qLy ycc y 3E C� 1 . owrz•oso�aT PLBL • w EM 8 LYIM FIXIYV{ sCKDWii twr xnx, rrFr'row M'fF0 ,n W Hmii uune K YY O' W IN'R4 0, MMY a.isaiavc M'�tdYnlfM\A�pxa K4ous 11mtWlw lWt•9C Fes•W i45AHnT inwW ,N1ti,61 ,,,� F toF rit. YlH !�'WF. arnc y- F - .. w �Fr _ v7 + `T - Y•Y� a T - H a _: .a _. u u. Y M��. ; �I `� Il1FF tM wn � ,uis rrF now ®CMS 0...E •ows �i �uHur 7� FMY IYM�Hi rtr pro Y :Y Yra w F Ai t H MF :.w FouIF a t - _ xiYl1: AA We ,f MFYC, .,Y MlF4 n AHwYwt Vwrml= W YtlYIF :mH W a Fuuc..w YcwwFttmxna:aorF.nH ouu:axFowwurowwc vFFm u:,,:m .uen wm: wF raxFF. cH�nnwc,FCF F FLOOR PL'kN Q:7---TrZ= (B -r I -L LL M rC13 ID7 r. Ml a r! J, M-I L) ION PLAN LL 08 0 1 T L) Z Lu FV FINISH SCHEDULE 7- WALLS(, -.I WKS t COUNG CE'UNG KUGN u K.72s Al FLOOR PLAN LEGEND -j- F— I L —F —F -ORC WOpq 47A_ T. 4V. A 3.0. _314� -�L- 0AEA= VAN sa,� c p �Q SA Xv OL �LO A3 19A .13`4' AD CCRE'�'T _ __,_I . IIA3 It 3 IT ol 4 W4. 11314- 'S�AC �*066 �SrA' N 20 . —c_ W mu P, FAW !.Al m- .20UW,TE I HM '.IA3 SOLO :MEVom �dj,K —Aii0q 'JW W43 Ifq A F—E TYPE 1 DOOR TYPE FRAME TYPE t J.: ERECTED CEILING PLAN ED CEILING DEMO. PLAN (D— L —7 PARTITION TYPES (NOT TO SCALE) Pq ; .1v IL <�i- FARTIMN TYPE I PARY70N TYPE 4 'rl I 'Z 4, PAkrm. M —I C` I.TIT.. TI. 3 PARTITION TYPES L.......... L ....... .... . J L . . .. .... J L--i L ..... .. .... 7 -7 ,7711 U--, X, X WLAL�tECT*N-3 SECTION - RATED PARTITION 2 II IL COLUMN FUR FUR DOWN —j— —j— t�%I�DOOR HEAD —j— L V SECTION -RATEDWALL ,"..r7 t�v R?2R JAMB -7