Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2016-R0255 - Contract - Tommy Klein Construction Inc - Renovate Mae Simmons Community Center - 07/28/2016
Resolution No.2016-R0255 Item No.6.17 July 28. 2016 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock Contract 12893 Mae Simmons Community Center Renovations,by and between the City of Lubbock and Tommy Klein Construction,Inc., and any related documents.Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on July 28.2016 ATTEST: jApjl Rebecca Garza,City Secretary APPROVED AS TO CONTENT: c_Mj{ Mark Yearwoocy Assistant City Manager APPROVED AS TO FORM: 4^eputy Crfy Attorney DANIEL M.POPE.MAYOR RES.Contract-Nbr 12893.Tommy Klein Construction Inc 7.6.16 CERTIFICATE OF INTERESTED PARTIES FORM 1295 l of l Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing forth, and the city, state and country of the business entity's place of business. 2016-83961 Tommy Klein Construction, Inc. Lubbock, TX United States Date Filed: 07/13/2016 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the govemmental entity or state agency to track of identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 12893 Mae Simmons Community Center 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling I Intermediary Klein, Tommy Lubbock, TX United States X Klein. Karen Lubbock, TX United States X 5 Check only if there is NO Interested Parry. ❑ 6 AFFIDAVIT I swear. or affirm, under penalty of perjury, that the above disclosure is true and correct. HARMS ECRYSTA'L8 lkYryPttb E*W0TtrM L&= - IyCawLialEt*rA0,21a1t d�,� /�f/f —�� Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE Sworn to and subscribed before me, by the said 1/ ,this the +~ �N ) 3 day of � u , 20 Imo, to certify which, witness my hand and seal of office. J 8jjQf4jqa li-cam +arrn s nature o o icer a ministering oath Printed name of officer administering oath Title of officer ministering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-83961 Tommy Klein Construction, Inc. Lubbock, TX United States Date Filed: 07/13/2016 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 07/1312016 3 Provide the identification number used by the govemmental entity or state agency to track or identify description of the services, goods, or other property to be provided under the contract. the contract, and provide a 12893 Mae Simmons Community Center 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Klein, Tommy Lubbock, TX United States X Klein, Karen Lubbock, TX United States X S Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT 1 swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: July 28, 2016 CITY OF LUBBOCK SPECIFICATIONS FOR Mae Simmons Community Center Renovations RFP 16-12893-TF Contract 12893 Project Number: 92323.8302.30000 Plans & Specifications may be obtained from www.bidsyne.com 2U 16 - R b -2-s�5-- A: ' City of ubbock TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank ADDENDA Page Intentionally Left Blank ADDENDUM I Architect's Addendum No. 1 RFP 16-12893-TF Mae Simmons Community Center Renovations DATE ISSUED: June 17, 2016 CLOSE DATE: June 21, 2016, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original L requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. 1. Architect's Addendum No. 1 is attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(c),mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, CITY OF LUBBOCK Teofilo Flores City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. ADDENDUM No. 1 DESIGN GROUP, INC. PROJECT: City of Lubbock DATE: 06/16/2016 Mae Simmons Community Center PROJECT NO.: 21403 Renovation 2004 Oak Avenue Lubbock, Texas The following items take precedence over the drawings and project manual for the above named project and in closing a contract shall become a part of the contract documents. Where any item called for in the specifications or indicated on the drawings, is supplemented here, the original requirements remain in effect. Consider all supplemental conditions as added to the specifications and drawings. Where any original item is amended, voided or superseded here, the provisions of such items not specifically amended, voided or superseded remain in effect. ITEM #1: Hollow Metal Doors and Frames — On Sheet A 1, 28/A 1, the exterior pair of hollow metal doors and frame at Vestibule 001 are to be removed. ITEM #2: Hollow Metal Doors and Frames — On Sheet A6, on the Door Schedule, the existing pair of doors 001 A and the existing hollow metal frame are to be replaced with a new pair of 3'-0" x 7'-0" x 1 114" hollow metal doors and hollow metal frame with transom panel. Refer to attached drawing SDO1 for hollow metal door elevations and hollow metal frame. ITEM #3: Lighting Fixtures — On the Drawings, Electrical Sheet E2 has been re -issued. Replace Sheet E2 with Sheet E2 attached to this addendum. End of Addendum 1402 Avenue N • Lubbock, Texas 79401 9 (806) 748-6190 N VERIFY EXISTING MASONRY OPENING 3/4 HM TRANSOM PANEL HM3 O HOLLOW METAL W/ METAL FRAME WS/ON PANEL PAINT FINISH POLISHED WIRED GLASS ASTM C1036, TYPE /1, CLASS 1 (CLEAR), FORM 1, QUAL/TY-06, COMPL nNG WITH ANSI Z97.1, CLASS C. DIAMOND PATTERN. CITY T Y OF LUBBOCK MAE SIMMONS COMMUNITY CENTER SDI: ADDED DOOR FRAME AND DOOR TYPE (ADDENDUM 1 SCALE.- 114" = 1'-0" CONDRAY DESIGN GROUP, INC. 61e4%ito PROD. NO. 21403 DA TE- 0611412016 L—Z F 771 'n ------ LIGHTING CONTROL DETAIL CONDRAY DESIGN jp ARCHITECTURE 8INTERIORS 3708 UPLAND AVE. LUBBOCK. TX 79407 806.746.6190 —cwc1my.com C=" r=, ....... ...... .............. ... — qo ............. ............ C3Z4 M=� HE Al C= r L*l CM-, C- 1 1 77.— -.7,777 [MIN - .7 ........ 77 .IT EEI z ........................ .............. 0 YF U Z Oe 0, M U tu m 00 3, ON VE2 COMMUNrl"(0EWER FLC-:C PLAN - ELECTM-AL UGHTW-i a GENERAL NOTES: NOTES INDICATED BY *Q': SHEET NO, E2 bl:;io"ck TEXAS ADDENDUM Architect's Addendum No. 2 RFP 16-12893-TF Mae Simmons Community Center Renovations DATE ISSUED: June 17, 2016 CLOSE DATE: June 21, 2016, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. 1. Architect's Addendum No. 2 is attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(6),,mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, w pf' 5kna CITY OF LUBBOCK Teofilo Flores City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. ADDENDUM No. 2 06-17-901 cf, \ Ier"V DESIGN GROUP, INC. PROJECT: City of Lubbock DATE: 06/17/2016 Mae Simmons Community Center PROJECT NO.: 21403 Renovation 2004 Oak Avenue Lubbock, Texas The following items take precedence over the drawings and project manual for the above named project and in closing a contract shall become a part of the contract documents. Where any item called for in the specifications or indicated on the drawings, is supplemented here, the original requirements remain in effect. Consider all supplemental conditions as added to the specifications and drawings. Where any original item is amended, voided or superseded here, the provisions of such items not specifically amended, voided or superseded remain in effect. ITEM #1: Wall Base and Tile — FT is incorrect. The wall base in Kitchen 007 is to be RB rubber base. The wall base in Men's Restroom 009 and Women's Restroom 011 is to be WTI. Wall tile is to be stacked on top of the floor tile. ITEM #2: Tile Pattern — The back splash tile in Kitchen 007 is to be installed in a brick pattern, as per the room Finish Schedule. ITEM #3: Installation of Metal Trim — Quadec Metal Trim (MTI) specified in the Finish Schedule is to be installed along the top edge and outside corners of wall tile. Include all corner and connector pieces to provide a complete installation. ITEM #4: Parking Lot Grading — New parking lot grading will go back as it now exists. End of Addendum 3708 Upland Avenue I Lubbock, Texas 79407 1 (806) 748-6190 i E i t City Of ock ADDENDUM 3 Proposal Due Date Extension RFP 16-12893-TF Mae Simmons Community Center Renovations DATE ISSUED: June 21, 2016 NEW CLOSE DATE: June 28, 2016 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Proposal Due Date Extension 1. The due date for proposals has been modified from June 21, 2016. A. The new due date is June 28, 2016, at 3:OOPM CST. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores( mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, CITY OF LUBBOCK Teofilo Flores Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. Page Intentionally Left Blank i 4 W` City Of ubbo&k T E X A S ADDENDUM 4 Architect's Addendum 4 RFP 16-12893-TF Mae Simmons Community Center Renovations DATE ISSUED: June 23, 2016 CLOSE DATE: June 28, 2016 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Architect's Addendum No. 4 1. Please incorporate Architect's Addendum No. 4 into your response. A. Addendum includes responses to requests for clarifications, including clarifications in regards to the specifications for electrical work. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(L;mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, %a 76ma CITY OF LUBBOCK Teofilo Flores Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's resnonsibility to advise the Director of Purchasing and Contract Management if anv language, requirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. ADDENDUM No. 4 06 • �3.2o/(a PROJECT: City of Lubbock Mae Simmons Community Center Renovation 2004 Oak Avenue Lubbock, Texas c cal \ i�� I". •\ 1 DESIGN GROUP, INC. DATE: 06/23/2016 PROJECT NO.: 21403 The following items take precedence over the drawings and project manual for the above named project and in closing a contract shall become a part of the contract documents. Where any item called for in the specifications or indicated on the drawings, is supplemented here, the original requirements remain in effect. Consider all supplemental conditions as added to the specifications and drawings. Where any original item is amended, voided or superseded here, the provisions of such items not specifically amended, voided or superseded remain in effect. ITEM #1: Studs and Drywall, Chair Rail — On Sheet A2, 20/A2, add Keyed Plan Notes 11 and 18 to the east wall of Exercise Room 013. ITEM #2: Concrete Sealer — Where sealed concrete is indicated for floors in the Finish Schedule, provide sealer equal to Quickrete Water -Based High Gloss Concrete Sealer. Prep surface in accordance with sealer manufacturer's recommendations. ITEM #3: Millwork— On Sheet A2, 20/A2, revise corner cabinet shown in southeast corner of Lobby 002 to be a straight cabinet (no return) along glass wall against Computer Room 008. Refer to 15/A5 for similar elevation and section. ITEM #4: Wainscot — On Sheet A2, 20/A2, add Keyed Plan Note 7 to south wall and east wall of Activities Room 004. ITEM #5: Wainscot, Drywall — On Sheet A2, 20/A2, in Activities Room 004 on all walls, where existing wainscot is being removed and replaced, adhere new %" gypsum board for backing for new wainscot material. Tape and bed new gypsum board as required for new finish material. ITEM #6: Countertop Supports — On Sheet A5, 24/A5, supports shown for upper countertops are to be Hafele, Category No. 505.15.400, lengths cut to fit finish top dimensions indicated.. ITEM #7: Keyed Notes — Change Keyed Plan Note 6 on Sheet A2 to read `Not Used.' 3708 Upland Avenue i Lubbock, Texas 1 (806) 748-6190 DESIGN GROUP, INC. ITEM #8: Removal of Wall Items — Miscellaneous wall items such as clocks, artwork, monitors, and security contacts will be removed and re -installed by Owner. ITEM #9: Electrical — Refer to attached Electrical Addendum. End of Addendum 3708 Upland Avenue I Lubbock, Texas 1 (806) 748-6190 17 Chambers Engineering, LLC Mechanical & Electrical Consulting Engineers TX Firm #F-005124 5501 Spur 327 Lubbock, Texas 79424 ADDENDUM NUMBER FOUR June 23, 2016 OF T3tiZ :f�1.b BOBBY D. LI-TLE .,.... 88$96 I,/iO IV AIL 3k NOTICE TO BIDDERS: The following shall be incorporated in and become a part of the original Drawings and Specifications of the above identified project. Please acknowledge receipt of this Addendum by noting it on your Proposal. Electrical Items: Item 1. On the drawings, Sheet E3, for ciarification the devices shown on the east wall of exercise room 013 in the furred out wall shall be flush mounted. Item 2. The wire mold that is feeding the chandelier shall be used to feed the 2X4 lay in lights. The chandelier and the wire mold on the bottom of the beam shall be demoed. The Contractor shall reuse the wire mold running up the wall the feed the new 2'x4' lights. Item 3. On the drawings, Sheet E3, for clarification this wall will be furred out. The Contractor shall replace these devices with new devices in the furred out wall. Item 4. All new electrical and data devices and faceplates shall be ivory in color. Item 5. Chambers agrees. The Contractor shall replace the 100A fused disconnect feeding the existing panel B in panel MDA with a new 200A fusible disconnect to feed panel B. Provide 150A fuses for the disconnect. The Contractor shall replace panel B with a 150A, 42 circuit panel with the same short circuit and voltage ratings as the existing panel B. The wire feeding panel B shall be replaced with the following: 1/0 phase wire, 1/0 neutral wire and a 46 ground wire in 2" conduit. The part number for the new 200A disconnect shall be QMB 324. A plug on extension is also required: QMB 320EX. All parts are manufactured by Square D. The Contractor shall reconnect all loads on the existing panel B to the new MPE Addendum - Page 1 of 2 i- panel B. All new loads shown in the drawings shall be circuited to the new panel B. Panel LPA does not need to be purchased or installed. Item 6. The lighting in the Activities Room shall be controlled as existing. No dimmer switches or switch leg changes shall be made. The Contractor shall provide a blank faceplate for any fixtures that are removed and not shown to be replaced. Item 7. There is a switch shown for the new vent hood on drawing E3. The Contractor shall fumish a 120V, 20A circuit from panel B for the new vent hood. Item 8. On the drawings, Sheet E3, the receptacles and data shown on the glass wall (east of the receptionist desk) shall be moved to the south wall (south of the receptionist desk). Item 9. On the drawings, Sheet E3, for clarification the new data outlets indicated by bubble note 6 are box and conduit only. The existing data outlets indicated by notes 1 and 10 shall be replaced one for one with a new data outlet. All data outlets, existing and new shall have conduit stubbed up above the ceiling. End of Chambers Engineering, LLC Addendum MPE Addendum - Page 2 of 2 Page Intentionally Left Blank ' City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP I6-12893-TF Before submittingour bid, lease ensure you have completed and included the following documents in the Y P Y P g order they a e listed. The contractor is only to submit (1) one original copy of every item listed. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MIDST be completed in blue or black ink or by P typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for perforating and completing the said work within the time 1 stated and for the prices stated. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as our bid surety. Failure to Y tY provide a bid surety WILL result in automatic rejection of your bid. 3. 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. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. d Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. al Complete and sign the SAFETY RECORD QUESTIONNAIRE. All YES„ responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. 9. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. 10. PIease acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. t-= FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. n� (Type or Mint Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. LUMP SUM PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. DISCLOSURE OF INTERESTED PARTIES FORM §2252.908 12. GENERAL CONDITIONS OF THE AGREEMENT 13. DAVIS-BACON WAGE DETERMINATIONS 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS Pale Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP 16-12893-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 ym on June 21, 2016, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: Mae Simmons Community Center Renovations After the expiration of the time and date above first written, said sealed proposals will be opened in the Purchasing Conference Room 204 of City Hall and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, Room 204, 1625 131h Street, Lubbock, TX, 79401, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 pm on June 21, 2016, and the City of Lubbock City Council will consider the proposals on July 28, 2016, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal meeting on Tuesday, June 7, 2016 at 10:00 am, at City Hall, 1625 13th Street, Purchasing Conference Room 204, Lubbock, Texas, 79401. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the office of the Director of Purchasing and Contract Management of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. , The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal closings are available to all persons regardless of disability. If you require special assistance, please contact the Director of Purchasing and Contract Management Office at (806) 775- - 2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, '74arta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT if GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to provide the Mae Simmons Community Center Renovations per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 pm on June 21, 2016, 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 16-12893-TF, Mae Simmons Community Center Renovations" and the proposal closing date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing & Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerors will be considered responsive and evaluated for award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for closing proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) -. documents, a non -mandatory pre -proposal meeting will be held on Tuesday, June 7, ` 2016, at 10:00 am, at City Hall, 1625 13th Street, Purchasing Conference Room 204, Lubbock, Texas, 79401. All persons attending the meeting are required 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 www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use y computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Director. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Director. Such addenda issued by the Director of Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Director of Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Director of Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for 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 closing of proposals. 1 } 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. \ s 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) ' 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance _ with the Texas Open Records Act. _ 7 LICENSES PERMITS TAXES t 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. L... 3 f, i' 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing; and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Director of Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: City of Lubbock Teof to Flores, Senior Buyer 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores(d?mvlubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be completed within 180 CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 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 I_ ' construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third 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-Aaw and under this Contract including, but not limited to, it's 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 famished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and i specifications for use during construction will only be furnished directly to the Contractor. The i, 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. r-- 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. ' () Equipment ui ment schedule. p 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid [ on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or t._. 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 ..t r' permission from the Owner's Representative to do such work. The final decision on ° whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. A bid that has been opened may not be bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. f 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to --., Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name: 29.3.2 Proposal for RFP 16-12893-TF Mae Simmons Community Center Renovations 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for closing 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 CLOSING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: `_ 9 (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest rice and dividing it b the rice of the proposal being evaluated. That fraction proposal p� g� Y p� p p g is then multiplied by the maximum point value multiplied by the weight of the price t factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of 5 points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" and any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 10 �l 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $750,000. Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR _r 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. � ll 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with - the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 34 ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 12 35.3 The State of Texas has wage adopted the Federal Davis -Bacon a rates for use in Texas P g pursuant to and in accordance with the Texas Government Code, Section 2258.022. �^ f' Proposers shall use the Davis Bacon wages rates attached herein for Lubbock County: http:Hwww.wdol.govidba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 13 Pap-e Intentionally Left Blank TEXAS GOVERNMENT CODE & 2269 € SELECTING CONTRACTOR FOR CONSTRUCTION I SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank I Z , W t i PROJECT NUMBER: RFP 16-12893-TF — Mae Simmons Community Center Renovations Proposal of n m MLI 6in t t®Yt ,%nr_ (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 Mae Simmons Community Center 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. ITEM NO. DESCRIPTION UNIT TOTAL LUMP SUM Mae Simmons Community Center Renovations. �p 1 Base bid consists of the materials and labor for the LS $ necessary improvements for the above referenced 1 facility, asspecified herein. 1. Contractors proposed CONTRUCTION TIME for completion: The proposed number of consecutive calendar days to completion: 6 Days ITE M DESCRIPTION UNIT TOTAL LUMP SUM NO. 0-� Provide and install LED light fixtures as per Section I 012300 and sheet E2. LS $ )qS cX ,LL Offeror's Initials Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to complete the project within 180 CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $150 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. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. �/� Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of 5 To Dollars (S ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required board (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error In the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) A ST: Se tart' eror acknowledges receipt of the following addenda: Addenda No. 1 Dated, i G, -ZQ� Addenda No. ;L Date t�, -i 7- z� to Addenda No. = Date - -Zqu, Addenda No. __ r Date (r ?��(o M[WBE Firm: Date: e 2-1 Authorized Signature Kplen (Annted or Typed Name) Company 312- �W)CknO rz Address City,County State Zip Code Telephone: S'0' ? - 4 3 2-- 9 7 7-7 Fax: _-kjje_ - s --- Email: 4- P 1 P.tn Q FEDERAL TAX Ili or SOCIAL SECURITY No. fi5 gq 2 t7Z I I Hispanic American I I Asian Pacific American I I Other (Snecifv) I Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS, That we, Tommy Klein Construction, Inc. as Principal hereinafter called the Principal, and Texas Bonding_ Company a corporation created and existing under the laws of the State of CA whose principal office is in Piano TX as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars ($5% GAB) for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents Whereas, the Principal has submitted a bid for Mae Simmons Community Center Renovations �I NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount �I specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 21st day of June, 2016 Tommy Klein Construction, Inc. (Principal) Texas Bonding Company (Surety) BY _.� ����.......(SEAL) Mistie Beck Attorney -in -fact POWER OF ATTORNEY AMERiCAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Johnny Moss, Jay Jordan, Tony Fierro, Jeremy Barnett, Jade Porter, Mistic Beck or Robert G. Kanuth of Rockwall, Texas its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recogntzances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty «....««..«««.«...«. «««..««««.«..««««««« Dollars (S ««10,000,000.00«« ), cnsl does not exceed *Ten Million This Power of Attorney shall expire without further action on December20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Revolved, that the President, any Vice -President, any Assistant Vicc-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one ormore suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: i$@ Attornev-ln-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secn:tary. He it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shelf be valid and binding upon the Company with respect to any bond or undertaking to which i► is attached: pIN WiTNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY XNsioge 4ayaul:Fr 10Np w Imo; ;% �/` '';., s Daniel P. Aguilar, Vice Present pH' Fo notary public or other officer compleung.this certificate verities only the identity of the individual who signed the cunient to which this certificate is attached, and not the truthrulness, accuracy, or validity of that document. State of Califomia County of Los Angeles SS: On this 1st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the insirumeai the person, or the entity upon behalf of which the person acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MARiA ti.1100110M•WON9 Cammds:ion ar Signature (Seal) Notuy Pumc - CaliforniaM9771 '+ i Los Antlain Cttmtty MvCWmEWmD8C20.20lTt I, Kio Lo, Assistant Secretary ofAmerica n Contractors indemnity Company, Texas Bonding; Company, United States Surety Company and U.S. Specialty insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney arc in fit force and effect. Me In Wi ness W f, I have unt set my hand and affixed the seals of said Companies at Los Angeles, California this f day of *.�� Corporate ealS �iaaTd �eaF, . oN'• "fie ,�Sr "+^c,b + /$'r4` E ., Bond No, ns ,a 11 3r� Kio Lo, Assistant Secretary Agency No.f . 17042{cao"",°°oFtE*r'a Pate Intentionally Left Blank Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 4 Tommy Klein Construction, Inc. 7312 Upland Avenue Lubbock,TX 79424 (806) 438-8777 (806) 797-2959 Contractor's Statement of Qualifications Proposal Evaluation Information Financial Capability: Tommy Klein Construction is financially capable to undertake this project as determined by our ability to secure bonding on this project. Experience: Our company has been in the business of general construction for twenty-nine years. We have completed our projects successfully to the satisfaction of owners. This is due to the vast knowledge and experience we bring to our projects. Employees are experienced with similar projects as evidenced by past performance. We have extensive experience at workspace renovations. Safety: Safety is one of the most important aspects of any project we are involved in. We follow all OSHA safety standards. Quality ofWork: We are committed to the processes involved in managing the best use of time, in scheduling subcontractors. This is one of the keys to our success. Timely completion, along with our commitment to quality work from our subcontractors account for our accomplishments in the construction industry. Our philosophy: Our success is defined by the way we conduct business. Expect the best from our subcontractors and only utilize experienced, well -qualified subcontractors. Don't accept anything less than the best outcome for our customers. Our reputation is based on honesty, integrity, fairness and excellence. Great strength is found in effective communication. Resolve any problems before they can become "bigger" problems. All individuals are treated with respect and every situation is responded to with integrity Each project merits our full attention We are partners with all involved on a project to achieve the highest quality project possible. These principles under which we operate, exemplify our company's commitment to quality. Conformance to Contract Documents: Successful projects require that we conform to the contract documents. Numerous previous projects display our commitment to working with architects, engineers, owners and subcontractors in following the expectations of design construction, as well as the administration of the contract documents. IContractor's General Information Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Principle Office 7312 Upland Avenue -Lubbock, Texas 79424 Telephone Numbers Main Number 806438-8777 Fax Number 806-797-2959 Web Site Address www.tkielneonst.com Form of Business (Check C I I A Corporation Partnership An Individual 0- 10 Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. Business Address of Regional Office 7312 Upland Avenue Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806-43"777 Fax Number 806-797-2959 Web Site Address www.tkleinconst.com List of names that this organization currently, has or anticipates operating under over the history of the organization, i I ncluding the names of related compnies presently doing business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Inc. 11-16-1998 To present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership x , ,. y 57 Years experience in projects similar to the proposed project: As a General Contractor 130 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See a=hment No. Has this or a predecessor organization been released from a bid or proposal in the past ten oars? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As Tommy Klein Construction, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No.1 Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers. Superintendents are Eddie Klein and Craig Wallace. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. I r Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this descri tion. See attachment No.2 Tommy Klein is General Project Manager. Jonathan Klein will serve as Project Manager and alternately, Tommy Klein will serve as project manager. Eddie Klein will be our Job Superintendent on this project. Alternately, Craig Wallace will serve as Project Superintendent. imam Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Jonathan Klein Tommy Klein Project Superintendent Eddie Klein Craig Wallace Project Safety Officer Jonathan Klein Tommy Klein Quality Control Manager Eddie Klein Craig Wallace If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 12 Tommy Klein Construction, Inc General Project Manager Quality Control Safety Tommy Klein Project Manager Quality Control Safety Jonathan Klein Project Superintendent Quality Control Safety Eddie Klein Project Superintendent (as needed) Estimator/Project Manager/Safety Officer/Quality Control Shad Hartman ;eneral Office Manager Chief Financial Officer Project Superintendent Quality Control Safety Craig Wallace Project Superintendent (as needed) Karen Klein Master Carpenter Quality Control Safety Jerry Lafuente Attachment No. 1 Carpentry Laborers (as needed) General Laborers (as needed) Tommy Klein Construction, Inc. RFP 16-12893-TF Mae Simmons Community Center Renovation General Project Manager General Office Manager Quality Control Chief Financial Officer Safety Tommy Klein Karen Klein (Proposed) Project Manager Safety Jonathan Klein (Proposed) Project Superintendent Quality Control Eddie Klein (Alternate) Project Manager Safety Tommy Klein (Alternate) Project Superintendent Quality Control Craig Wallace Attachment No. 2 10701 Justice Avenue, Lubbock, I exas 79424.806438-3384.jkleiwf tkleinconsLcorn KleinJonathan Skilled at communicating ideas clearly and effectively, exceptional ability to manage others, excellent working relationships with owners, subcontractors, and architects. Professional Experience Project Manager • Estimating job order projects ® Managing superintendents on multiple projects • Working with owners, subcontractors, and architects to bring projects to a smooth completion • Managed in 2015 - $ 3,782,000.00 • Managed in 2014 - $ 2,786,000.00 Project Superintendent • Partnering with owners in communicating project progress • Scheduling and managing subcontractors • Ensuring all projects are completed with quality control and safety • Supervised in 2013 $ 2,681,000.00 • Supervised in 2012 - $ 944,291.00 • Supervised in 2011 - $ 302,275.00 • Supervised in 2010 - $ 525,567.00 Marketing Manager a Meet with potential member clients to educate them on the job order contracting method • Continually stay in contact with current clients, at the ready to help them with upcoming projects • Maintain the company's website, updating as needed • Order company shirts, approved all advertising Employment o ,. June 2008-present Project Manager Tommy Klein Construction, Inc., Lubbock, Texas June 2004-May 2008 Business Manager Gene Messer Toyota Sales Consultant Lubbock, Texas June 1998-June 2004 Project Superintendent Tommy Klein Construction, Inc., Lubbock, Texas Education May 1997 High School Diploma Monterey High School Lubbock, Texas References Darren Densford, ,architect - Texas Tech University — 806-8344791, darren.densford,1'uu.cdu Project Executive Manager (Alternate) As Project Manager assigned to this project, Tommy is highly qualified. Tommy -has managed plumbing, concrete, electrical, painting, HVAC and mechanical in multi- discipline projects, in diverse locations. He is an experienced estimator, taking bids from subcontractors, as well as having line -item experience in doing insurance claims for clients. Tommy, as the leader of our team, has been effective in communicating expectations for quality workmanship on projects, which is one of the many reasons the company has found success. Tommy has earned respect among our clients, as well as engineers, architects and subcontractors, specifically because he works collaboratively in delivering the best quality project at a fair price. Tommy Klein, vice president, has worked in the construction industry for the last forty-four years. He began at the age of eighteen, digging ditches and tying rebar. He went on from there to framing houses. In 1977, he began working as a project superintendent for a large contractor in Lubbock, Texas. As project superintendent he was responsible for projects ranging in size and scope from seven hundred thousand up to four million dollars. These years ( gave him the experience needed to begin his own company in 1986 as a sole proprietorship. In 1998, the company incorporated in the State of Texas. The company performs all types of Cs construction, including minor construction, rehabilitation, alterations and repairs. Tommy's knowledge of the principles of construction is vast. His ideas are ingenious when it comes to problem solving and clients feel comfortable asking him to come up with a revised plan or design, in order to overcome a problem or enhance the project. Because of the integrity with which we do business, when warranted, Tommy has worked with clients and architects to find less expensive alternatives to give the client better value. His personality lends itself to healthy working relationships with colleagues, as they become partners in bringing a project to a successful completion. Tommy is OSHA certified, which qualifies him to be our project safety officer. Attention to safety is ongoing on all projects. Tommy will be on the jobsite daily as construction progresses and will be available at all times. The total listing of projects Tommy has managed over many years are too many to list, but the following are a few recent projects he has been directly involved in a supervisory capacity: 2008 City of Lubbock — Interior office remodel $ 157,831 2008 City of Lubbock — Fire Station #13 Remodel $ 47,661 2008 Texas Tech University — Library $ 96,240 2009 Texas Tech Health Sciences Center CRC Basement $ 104,731 2009 Texas Tech University — Carpenter/Wells $ 201,900 2009 Texas A & M Research Center $ 69,124 2009 Health Sciences Center— Enclosure over areaway $ 76,637 2009 University Medical Center Concrete Pad & Fence $ 90,218 2010 Texas Tech University Averitt Building $ 255,628 2010 Texas Tech Health Sciences Center — 3`a floor $ 59,972 2011 Texas A & M Equipment Shed $ 218,794 2011 Honeybee Facility $ 258,973 2012 Angelo State University Mall sidewalk and lighting $ 97,144 2012 Texas Tech University — Coleman Hall abatement $ 47,572 And lobby elevator 2012 Texas Tech University — Weymouth — flooring $ 22,231 611 floor study lounge 2013 Crockett County Additions $ 165,084 2015 Texas Agrilife Halfway $ 49,678 2015 Texas Tech University CHACP2 Switchgear $ 163,368 Replacement 2015-2016 — City of Lubbock Restroom Renovations $ 211,484 Project Manager 2013 Hulen Hall Shower/Toilet Renovations $ 1,129,920 2013 TTU Wiggins Hall Offices $ 1,354,551 2014 TTU — Murdough Shower/Toilet Renovations $ 1,527,413 2014—KCBD $ 239,869 2014-2015 Second Baptist Church $ 169,247 2015 — Whiteface Independent School District $ 354,170 Reference: Gary Moore, Sr Superintendent, Ops Div Dept of Utilities 806-834-1532 Ggpary.Moore@ttu.edu Proposed Project Managers Organization Doing Business As Tommy Klein Construction, Inc. Name of Individual Jonathan Klein Years of Experience as Project Manager 3 Years of Experience with this organization 15 Number of similar projects as Project Manager 35+ Number of similar projects in other positions 50+ Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Project Manager — Texas Tech University 100% August 8, 2016 Reference Contact Information(listing names indicates a naval to contactin the names individuals as a reference Name Darren Densford Name Stephanie Loughlin Title/ Position Title/ Position Sr. Interior Designer Organization Texas Tech University Organization Texas Tech University E-mail Darren.densrord ttu.edu E-mail Stephanie.Layghlin@ttu.edu Project Hulen/Shower/Toilet Renovations Project Wiggins Hall Ogees, Wall/Gates Shower/Toilet Renovations Candidate role Project Manager Candidates role Project Manager/Superintendent on Project on Project Name of Individual Tommy Klein Years of Experience as Project Manager 30 Years of Experience with this organization 30 Number of similar projects as Project Manager 750+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Com letion Date General Proiect Manager — all aroiects 50% On -going I Name Organization Texas Tech University Organization Texas Tech University Telephone 80640"791 Telephone 806-834-1532 E-mail Darren.Densford@ttu.edu E-mail Gary.moottu.edu Project Hulen Shower/TolietRenovations Project TTU — CHACP Z Switehgear Replacement Candidate role on Project Project Manager Candidate role on Project Project Manager/Superintendent 13 Proposed Project Superintendent Organization Doing Business As Name of Individual Tommy Klein Construction, Inc. Moffm Eddie Klein Years of Experience as Project Superintendent 36 years in construction indusry Years of Experience with this organization I-1/2 Number of similar projects as Superintendent 750+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date Superintendent — TTU — Chitwood Learning Center 1000/0 August 10, 2016 Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name George Lisenbe Name Rodney Unrein Title/ Position Project Manager Title/ Position Project Manager Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2632 Telephone 806-775-2207 E-mail Glisenbe mail.ci.lubbock.tx.us E-mail runrein lubbock.us Project Mae Simmons Project City of Lubbock Water & Streets Dept. Renovation Candidate role on Proiect Project Superintendent Candidate role on Project Project Superintendent Name of Individual Craig Wallace Years of Experience as Project Superintendent 5 Years of Experience with this organization l Number of similar projects as Superintendent 8 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Texas Tech University —Knapp Hall Shower Toilet 100% August 8, 2016 Name Darren Densford Name Jeff Vitale Title/ Position Engineer Title/ Position Sr. Project Manager QrSanization Texas Tech University Organization Universi Medical Center Telephone 806-8344791 Tele hone 806-775-9307 E-mail Darren.densford edu E-mail Jeffvitale umcheal stem.com Project Weeks Hall CVPA Costume Shop Relocation Project University Medical Center Sterile Processing Candidate role on Project project Superintendent Candidate role on Project project Superintendent 14 Proposed Project Sarety Meer Business As Name of Individual Jonathan Klein (See Project Manager) Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Proiect I Comoletion Date I Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name I I Name I Name Name Candidate role on Candidate role Pro,�ect on Project 15 Proposed Project Quality Control Manager Organization Doing Business As Tommy Klein Construction, Inc. Name of Individual Eddie Klein (see Project Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Proiect I Completion Date Reference Contact Information(listing names indicates a rovaI to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Name of individual Candidate role on Project Craig Wallace(see Project Superintendent alternate) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Proiect Estimated Project I Completion Date Name Name Candidate role on Candidate role Aro'ect on Project 16 Contractor's Project Experience and Resources Doing Business As Construction, Tommy Klein Inc Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last Five ears which specifically illustrate the organizations ca bill to rovide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed ke rsonnet. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: l . Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meetin HUB / MWBE Partici ation Goal Provide a list of major equipment ro for use on this project. Attach Additional Information if neces ill Equipment Item Primary Use on Project Own ti - I Lease will the ine its Project Management, Project Supervision, installation of doors and toilet partitions and millwork. What work does the organization propose to subcontract on thisproject? Demolition, Concrete, Paving, Thermal & Moisture Protection, Finishes, Furnishings, Plumbing, Mechanical, and Electrical. 17 Contractor's Subcontractors and Vendors Organization Doing Business As Tommy Klein Construction, Inc. Provide a list of subcontractors that will provide more than 10 rcent of the work(based on contract amounts Name Work to be Provided Est• Percent HUB/MWBE of Contract I Firm 18 1. Contract Administration Upon being awarded a contract, we meet with subcontractors to go over their portion of the work, sign subcontracts and verify their required paperwork is on file, such as w-9's, certificates of insurances, etc. Once the notice to proceed is issued, we begin ordering materials and compiling any submittals, safety and material data required. A list of all subcontractors' contact numbers are distributed to all parties involved in the project. Based on subcontractor's bids, a schedule of values is compiled and given to the owner. The office manager generates pay requests on ALA Documents, according to specifications. All required Davis -Bacon reports are kept on file at our office. Attention is given to respond quickly to any requests from owners. We strive to have no punch list items, even on large projects. Once the owner and contractor have inspected and accepted the project, all dose -out documents are completed in a timely manner. 2. Management of Subcontractors and Suppliers We expect and demand high quality workmanship from our subcontractors. In fact, we are driven to excel because of our high expectations. Quality is achieved by working with subcontractors who share our high standards of excellence. Our project manager meets with subcontractors to go over the construction schedule. Work begins upon our notice to proceed. Required paperwork, shop drawings and submittals are checked and delivered. Materials are ordered, subcontractors are scheduled and supervised. We believe that our experience and ability to communicate our expectations, along with using the best subcontractors in the area, accounts for the successful completion of all our projects. Subcontractors continue to work with us because our projects run smoothly. We all work well together and share the same high expectations. Subcontractors are paid promptly within 5 days of receipt of payment from the owner. Another characteristic important to the smooth flow of any project is the quality of supervision. Quality supervision equals quality workmanship. Our supervision is done by individuals that know construction and know it well. Superintendents insure that subcontractors are scheduled properly, materials are ordered in the right quantity, work is done according to plans and specifications and the finished product is of the highest quality. Please see the following page for subcontractor prequalification. Subcontractor Prequalification: • Supply proof of insurance that meets or exceeds our limits of insurance coverage for Workers Compensation Insurance and Liability Insurance. • Supply W-9 Request for Taxpayer Identification Number and Certification • Fill out and submit a Felony Conviction Notice in accordance with Senate Bill 1 passed by the State of Texas Legislators, Section 44.034, Notification of Criminal History. • All subcontracts will include the following clauses: o Subcontractors will comply with all OSHA Standards for the Construction Industry (29 CFR 1926). / o No subcontractor, or employee of subcontractor may use, consume, carry, transport, or exchange tobacco, cigarettes, alcohol, or illegal drugs while in or on any of our job sites. o "CONVICTED CHILD AND SEX OFFENDERS may not work on school grounds." Removal of Unsatisfactory Performers: • A remedy which is included in our Subcontracts: "Should Subcontractor at any time refuse or neglect to supply a sufficient number of properly qualified workmen or a sufficient quantity of materials of proper quality or abandon the work or fail in any respect to prosecute the work covered by the subcontract with promptness and diligence, Contractor may, at its option, after forty-eight hour notice to subcontractor, provide any such labor and materials and deduct the cost thereof from any money then due or thereafter to become due to subcontractor under the subcontract; or the Contractor may, at its option, terminate the contract." 3. Time Management Scheduling is one of the most important aspects in delivering a project in a timely manner. It is one of our greatest strengths. Having been in business here in Lubbock for 29 years, we have worked with and know many subcontractors of all trades in the area. In order to maintain our schedule, we have weekly progress meetings with owners and subcontractors. Because our company continually delivers high quality projects, on time, owners are pleased with the final product. Another characteristic important to the smooth flow of any project is the quality of supervision. Quality supervision equals quality workmanship. Our supervision is done by individuals that know construction and know it well. Superintendents insure that subcontractors are scheduled properly, materials are ordered in the right quantity, work is done according to plans and specifications and the finished product is of the highest quality. 4. Cost Control Over forty years of experience gives us an edge in knowing the cost involved in a project. Should the project involve owner enhancements, unforeseen conditions or design issues, we work with the owner to find the best solution at the lowest cost to the owner. Tommy is ingenious with coming up with solutions to construction problems, which is of great benefit to owners. S. Quality Assurance/Quality Control Program Quality control is the focus of our company. Defects or failures in constructed facilities can result in very large costs. Even with minor defects, re -construction may be required and facility operations impaired. Increased costs and delays are the result. We believe that good project managers ensure the job is done right the first time. The most important decisions regarding the quality of a completed facility begins during the design and planning stages. It is important that we conform to the original design and planning decisions, unless unforeseen circumstances, incorrect design decisions or changes desired by an owner in the facility function may require re-evaluation of design decisions during the course of construction. Quality control is a primary objective for all the members of our team. Managers take responsibility for maintaining and improving quality control. Most important of all, quality improvement means improved productivity and cost efficiency. 1 Day to day surveillance of work and documentation of deficiencies result in corrective actions in order to avoid serious problems. As we are working cooperatively with subcontractors, their compliance to quality control is essential. All parties involved have the responsibility to be diligent in delivering the highest quality product possible. Compliance issues are dealt with immediately, circumventing delays on projects. If clients see a problem with quality, subcontractors will remedy the problem, to the satisfaction of the client. In working with clients previously, we have been able to avert potential problems in making detailed planning decisions with owners before work begins. For example, in the summer of 2011, under another Job Order Contract, our company completed the remodel of fourteen laundry rooms for Texas Tech University Housing. In the planning phase, we were given an incomplete design to replace millwork and sinks. Together, the owner's representative and our company designed a project that covered exposed plumbing pipes by incorporating access panels to the plumbing. The project was designed to give better access and functionality to students, while also providing a pleasant environment for them. The owners were pleased with the finished laundry rooms. Partnering with the client before work even began, resulted in the delivery of a project that met the high standards we expect on all our projects. 6. Project Site Safety Tommy Klein Construction, Inc. SAFETY AND HEALTH PROGRAM Tommy Klein Construction, Inc. commits the necessary resources of staff, money, and time to ensure that all persons on the worksite are protected from injury and illness hazards. In addition, the company visibly leads in the design, implementation, and continuous improvement of the site's safety and health activities. Specifically, the highest level management establishes and reviews annually the site's safety and health policy and ensures that all employees know, understand, and support that policy. The company ensures that all visitors to the site, including contract and temporary labor, vendors, and sales people, have knowledge of site hazards applicable to them and how to protect themselves against those hazards, including emergency alarms and procedures. Management also ensures that these visitors do not introduce to the site hazards that can be prevented or that are not properly controlled. Shad Hartman, Safety Manager, is OSHA certified. The company complies with all OSHA Standards for the Construction Industry (29 CFR 1926) Subcontractors will be held to the same standards of OSHA compliance. Safety depends largely on education, vigilance and cooperation during the construction process. All workers should be constantly alert to the possibility of accidents and avoid taking unnecessary risks. Superintendents, as well as Project Managers are responsible for site management. Each week, at the beginning of work on Monday morning, the entire worksite shall be inspected. All hazards found, will be documented in writing, including their location. The superintendent assigns appropriate persons responsible for seeing that the hazard is corrected and documenting the date of the correction. Any near miss, first aid incident, or accident is investigated. All investigations have as a goal the identification of the root cause of the accident, rather than assigning blame. After the investigation, management will assign responsibility to appropriate employees for correcting any hazards found and for assigning a date by which the correction must be completed. Management and employees work together to analyze safety and health hazards inherent in each job site and to find means to eliminate those hazards whenever possible, and otherwise to protect persons against those hazards. These job hazard analyses QHAs) are revised as appropriate, for example, following a change in the job, the reappearance of a hazard, or an accident at this job. All employees at this site are trained to recognize hazards and to report any hazard they find to the appropriate person so that the hazard can be corrected as soon as possible. In addition to taking immediate action to report a hazard orally and to provide interim protection, if necessary, including stopping the work causing the hazard, employees may submit a safety work order to the management, or they may submit a safety suggestion form. Safety work orders take priority over any other work order. Safety suggestions will be considered each week during the site inspection by the site inspection team. All employee reports of hazards must be eventually written, with the correction date recorded. As part of the annual safety and health program evaluation, management and employees will review all near misses, first aid incidents, and entries on the OSHA 300 Log, as well as employee reports of hazards, to determine if any pattern exists that can be addressed. The results of this analysis are considered in setting the goal, objectives, and action plans for the next year. Hazard Prevention and Control Management ensures that the this priority is followed to protect persons at this site: (1) Hazards will be eliminated when economically feasible, such as replacing a more hazardous chemical with a less hazardous one; (2) Barriers will protect persons from the hazard, such as machine guards and personal protective equipment (PPE); (3) Exposure to hazards will be controlled through administrative procedures, such as more frequent breaks and job rotation. Management ensures that the worksite and all machinery is cared for properly so that the environment remains safe and healthy. If maintenance needs exceed the capability of the worksite employees, contract employees are hired to do the work and are screened and supervised to ensure they work according to the site's safety and health procedures All employees, including all levels of management, are held accountable for obeying site safety and health rules. The following four step disciplinary policy will be applied to everyone by the appropriate level of supervisor:1) oral warning 2) written reprimand 3) three days away from work 4) dismissal. Visitors, including contractors who violate safety and health rules and procedures, will be escorted from the site. Should the disciplined person request a review of the disciplinary action, an ad hoc committee of three people, one project manager and two salaried workers, chosen by their respective colleagues, will review the situation and make a recommendation to the owner, who reserves the right for final decision. If his decision differs from the committee, he may, within confidentially strictures, make public his reasons. -~' Persons needing emergency care are transported by company vehicle or community ambulance to the hospital, located five miles from the site. Usually that trip can be made in less than ten minutes. Onsite during all shifts designated persons fully trained in cardiac pulmonary resuscitation (CPR), first aid, and the requirements of OSHA's Bloodbome Pathogen Standard, are the first responders to any emergency. These persons are trained by qualified Red Cross instructors. One of these designated persons' safety and health responsibilities is to ensure that first aid kits are stocked and readily accessible in the marked locations on the jobsite and at the office/warehouse. Appropriate personal protective equipment (PPE) is provided for the different types of accidents possible at the site. Training Management believes that employee involvement in the site's safety and health program can only be successful when everyone on the site receives sufficient training to l_. understand what their safety and health responsibilities and opportunities are and how to fulfill them. Therefore, training is a high priority to ensure a safe and healthy workplace. Shad Hartman will provide training to employees. The following training will be required of employees. Each employee is responsible for ensuring that he/she masters the year's training topics. Training will take place quarterly. General Safety and Health Provisions Occupational Health and Environmental Controls Personal Protective and Life Saving Equipment Fire Protection and Prevention Signs, Signals and Barricades Materials Handling, Storage, Use and Disposal Tools —Hand and Power Scaffolds ( Fall Protection 1 1h 7. Managing Changes to the Project All requests for changes will be worked through with the owner to give the best solution at the lowest cost to the owner. We believe that we partner with owners on all our projects. We share the desire to have a project that is completed with quality, that is on schedule, and with a minimal amount of changes to the project. If changes are necessary, we follow the listed methods in the specifications for this project. 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 1 (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner. No extra work will be performed unless ordered in writing by Owner's Representative. Written request is made to the Owner's Representative for a written order authorizing such extra work. r1 S. Managing Equipment Tommy Klein Construction, Inc. owns equipment and machinery that may be needed to complete work for owners, on jobsites. This equipment includes scissor lifts, a boom lift, and scaffolding for drywall work. Tommy Klein Construction owns a 30' job trailer for use as office area and storage if required on site. A Wells Fargo enclosed trailer is used for moving furniture or other items if needed. Flat bed utility trailers, a 35' goose neck trailer and a 15 yd. dump trailer, are utilized as needed on projects. E_ Tommy Klein Construction, Inc. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. If a HUB subcontractor gives us best -value for owners, we would be happy to use their services. Tommy Klein Construction, Inc. has used the CMBL to search for HUBS many times, as we have bid projects for government entities. We will make our best effort to help agencies meet their goals. Pment A Current Projects and Project Completed within the last 10 Years Project Owner I'City ofLubbock Project Name Mae Simmons Senior Center General Description of Project Renovations Project Cost IS257,498 Date Project Completed 03/f2O16 Key Project Personnel Project Manager Project Superintendent Safety Officer I Quality Control Manager Name Tom , my Klein Eddle Klein Tommy Kiel" Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 80&775-2207 runrein@mylubbock.us Project Owner I University Medical Center Project Name FU-MCSterll:e Processing Department Renovation General Description of Project: Renovation Project Cost 182,763 Date Project Completed 05131/2016 Key Project Personnel J ProjectManagerProject Superintendent Safety Officer Quality Control Manager Name Shad Hartman Craig Wallace Shad HaWallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mall Owner University Medical Center Designer Construction Manager Jeff Vitale Project Manager University Medical Center 806-775-9307 Jeff.vitale@umchenithsystem.com Project Owner University Medici, Center uMC - Project Name Monument Sign General Description of Project: Project Cost $154,463 Date Project Completed 05131/2015 Key Project Personnel -1-Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Harlma'n Craig Wallace Shad Hartman Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner University Medical Center Designer Construction Manager Jeff Vitale Project Manager University Medical Center 806-775-067 Jeff.vitnle@umclienitlasystem.com 112 Pment A Current Projects and Project Completed within the lost 10 Years Project Owner —] Texas Tech University System lie Murdough Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost S 1,593,160.00 Date Project Completed 114 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer ITU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner_ J City of Lubbock Project City of Lubbock Water & Streets Administration & Streets Dept. General Description of Project: Office Remodel, New Restrooms Project Cost 795,144 Date Project Completed 08/0512015 Key Project Personnel Project Manager Project Superintendent Safety OfTicer Quality Control ManMer Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager city of Lubbock $06-775-2207 runrein@mylubbockus Project Owner Texas Tech University System Project Name I Weeks Hall CVPA Costume R clocation General Description of Project: Project Cost IS720,203 Date Project Completed 15 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Craig Wallace Jonathan Klein Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone J E-mail Owner Texas Tech University Designer Construction Manager I Darren Densford I Engineer TTU Operations Division I 806-8344791 Ddfordoo. tiu.edu arren.ens - Id 19 t I )hment A Current Projects and Project Completed within the last 10 Years Project Owner— I Texas Tech University System Project Name I all Hall-Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost 5 1,222,319 -Date Project Completed 08/02/2015 7_ Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Mans er Name Jonathan Klein Chip Prosser Jonathan Klein Chip Prosser Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Nacre Title/ Position Telephone E-mail Owner _Organization Designer Construction Manager Darren Densrord Engineer TTU Operations Division 806-8344791 Darren.densford@tgu.edu Project Owner Texas Tech University Project Name Gates Hall-Showerflrollet Renovations General Description of ProjectAsbestos Abatement/Shower/Toilet Renovations Project Cost S 1,222,058 Date Project Completed 08/02/2015— Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densfard Engineer TTU Operations Division 806-8344791 Darren.densrord@tte.edu Project Owner Texas Tech University System I Project Name— WeeiciHoll CVPA Costume Relocation General Description of Project: Project Cost 5 1,354,551 Date Project Completed Current Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan in Craig Wallace Jonathon Klein Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-8344791 L Darrep.densford@ttu.edu E At, pent A Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University I Project Nome I Hulen Hall - Shower/Toilet Renovations Description of Project: Renovate 6 communi!y shower/toilets andnest bathroom -General Cost $ 1,129,920.00 Date Project Completed 08/09/2013 -Project Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Nome Jonathan Klein Cory Mcelwee Shad Hartman Cory Mcelwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Nome Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Daisy Duede Interior Designer University Student Housit g, 806-834-3999 daIzv.duede(&_l1u.edu Construction Manager Darren Denstord Architect Ops. Dlv. Engineering 806-8344791 darren.densford@ttu.edu Project Owner I City of Lubbock Project Name I Police Property Room General Description of Project: Install fire alarm system, vent hood & floor repair Project Cost $ 43,412.00 1 Date Project Completed 01-31-201 Key Project Personnel Project Manager Project Superintendent Safety Officer -Quality Control I Manager Name Shad Hartman Cory Mcelwee Shad Hartman Cory Mcelwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Faciltles Mannement ;: Purchasing 806-775-2207 runreln@mylubbock.us Project Owner University Medical Center Project Name UMC EMS Logistics Building Modifications General Description of Project: eriamte sut) 1v 1 ck work Project Cost $ 150,607.00 Date Project Completed d4 Key Project Personnel Project Manager -029.51Z Project Superintendent Safety officer Quality Control h4aneger Name Shad Hartman Cory Mcelwee - Shad Hartman Cory Mcelwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position -Organization Telephone E-mail Owner University Medical Centsi Designer Condray Design Group Architect Condra DesignjaESup Construction Manager Jon Long Architect Condray Design Group 806-748-6190 Jon@condra.y,com 17 �ment A Current Projects and Project Completed within the last 10 Years Project Owner I Tex - as Tech University System Project - N - ame Cieanent H-all-Shower/Tollet Renovations General Description of Project: Asbestos Abatement/Shower/Toilet Renovations Project Cost $ 1,350,144.00 -J Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Jonathan Klein Shod Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer Tiru Operations Division 806-834-4791 Darren.densford@ttu,edu 1111i1111111 In Project Owner Texas Tech University General Description of Project:Asbestos Abalement/Shower/Tollel Renovations ProJ ect Cost S 1,114,787.0Date Project Completed 108-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer I -Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Shad Hartman Reference Contact lnfbrmation (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer 'TTU Operations Division 80&83447 1 Darren.densford@ttu.edu Project OwTech University System Project Name Wiggins all University Student Housing Office Remodel General Description of Project: Project Cost S 1, 154,551.00 I -Date Project Completed 08-21-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager NameKlein Jonathan Klein Shad Hartmaj 'Toanuny KleinReference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Stephanie Laughlin Sr. Interior Designer TTU - Student Housing 806-834-1231 Stephanie-laughli(t@ttu.edu Construction Manager David Bradshaw Engineer TTU Operations Division 806-834-2239 David.brodshnw@ttu.edu 19 �ment A Current Projects and Project Completed within the fast 10 Years Project Owner'-] Second Baptist Chu reli Project Name 5-,rend General Description of Project: Sitework, concrete, steel, metal roofing, masonry, exterior painting, electrical Church Columbarluin W"! 6-aie rqJ ct Completed Key Project Personnel Project Manager Project Superintendent 'IT 16 MJAWSIRW unjttm� I Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) I Title/ Position W.Im fft [a Candray Des Construction Manager hiteflace CIST) Natntorlurn Renovations General Description of Project: NaInforium Renovations Project Cost $354,170 Date Project Completed In progress Key Project Personnel Project Manager Project Superintendent I Safety Officer Quality Control Manager Name Jonathan I{Lein Cory McElwee Jonathan Klein Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Robert Cameron Architect BGR Architects 806-747-3881 rcameron@bgronfinccom Construction Manager Project Owner f City of Lubbock Project Name R Firestation #11 Interior epairs General Description of Project: Interior repairs, Captain's quarters, two bathrooms and observation room Project Cost $43,422 1 Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein fiddle I(lein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Robert KeInast Battalion Chief Lubbock Fire Dept. 806-775-2632 rkeInast@myJubbDclLus z It" -oom, Renowionsat Smylic Ison Middle School Rcsh W-44 General Description of Project: Restroorn Renovations J. n e Project Completed Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) -4A rganization Construction Project Completed Reference Contact Information (listing narnes indicates approval to contacting the names individuals as a reference) Construction Managertt . ....... .. . General Description of Project: Remodel existing resircoms to bring thern tip to ADA st.andards KOWN Date'Project Completed (ey Proje, Personnel Project SuperintendenItor Quality Control Manager Reference Contact Inforniation (listing names indicates approval to contacting the nanies individuals as a reference) 9 nentA Current Projects and Project Completed within the last 10 Years WT—Q31=11111 �S—nwA-W�fi—�-C— 0--nstruction of 2 restrooms J General Description ofProject: Demolition and construction of Iwo gisest restroorns Project Cost Date pleted Key Project Personnel Project Manager Project Superintendent Wtrmoffil Cory WE lwkeills Retercrice Contact information (listing names indicates approval to contacting Itie names individuals as a reterence) Name Title/ Position Organization Telephone ----------- E-mail Owner Designer Construction Manager Dole Blevies Project Manager Texas Tech Housing 806-834-3462 dblevinsoo ttu.edu T-ec-h University XWWW__WW General Description of Project: Dock Repair Project Cost te Project Completed ality Control "I'llrol Key Project Perss ., s oject Superintendent Reference Contact Information (listine names indicates novroval to contacting the names individuals as a reference) Marne Organization Telephone E-mail owner Designer Construction Manager Mike Glass Project Manager Texas Tech Hospitality 806-834-5512 P Project Owner I City of Lubbock Project Nan!e ace r"j' _J Land Application Off' C-3eneral Description of Proiect: Asbestos Abatement Date Project Completed Key Project Personnel Project Manager 1! Project Superintende fit 06N Quality ty onlro I na er 4�- WIT, f INIJUTIM I Reference Contact Information (listinp, names indicates approval to contactinA, the names individuals as a reference) I — --------- �tt1 4;011111- ■ Construction Manager ----- VI ment A Current Projects and Project Completc(l within the last 10 Years at Mahan Libra General Description of Project: Renovate front entrance to Mahon Ubrnry Project Cost S 76,463 := Date Project Completed f —in progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Nni-ne Tommy Mcin Eddie Klein Tommy Klein Eddie Klein -i-ef-crence Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer struction Manager Rodney Unrein Projed Mrinager City of Lubbock 806-'775-2207 runreIn@rn3,lttbhcckus General Description of Project: $17,589 0=1 1"6-8-f Project Cost JDjate Project Completed 08/2014 Quality Co n t ro I Key Project Personnel Project anager Project Superintendent Safety Officer Mana er t Mal I Ile Mana er y Klein iShad ilar a� n Name 1,0111111y yIcin Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the naines individualsas areference) 'Name Title/ Position— Organization Telephone E-mail Owner Designer Ea—tistruction Manag—er f odn'ay nrelit Project Manager City of Lubboclg 806-834-5512 runa-cill@MY)dr—bbach.us Project General Description of Project: Fire alarm system, vent hood and floor repair Project Cost $42,434 Date Project Completed 11/2512013 Key Project Personnel Project Manager Project Superinlendent Safety Officer Quality Control Name Shad Hartman Cory McElwee 1-U-1 Hartman Cory McElwee Reference Contact Information (listing names indicates approval to contacting the narnes individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubb;c[_t_ Desi-ner Construction Manage-1. Rodney itmeinProject Manager City of Lubbock 806-775-2207 runrein@nlyllibbochus E ProJect information Project Owner City of Lubbock General Description of Project Office Remodel, New Restrooms _Pr_oject —Name Water & Streets Department Renovations at Municipal Hill Budget History Schedule Performance Amount % of Bid Date Days Amount Bid 692,463 Notice to Proceed 01-08-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 07-08-2015 Owner Enhancements 52,891 6% Contract Final Completion Date at Notice to Proceed 08-19-2015 Unforeseen Conditions 45,669 5%_ Change Order Authorized Substantial Completion Date Design Issues 4,121 1% Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-05-2015 Final Cost 795,144 Actual I Estimated Final Completion Date 08-15-2015 ------------ Project Manager Project Sup TSafety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Eddie Klein Shad Hartman_� Eddie Klein Did Individual Start and Complete the Project? Yes Yess Y Yes Yes If not, who started or completed the project in their place. Reason for change. 'o Name r Title/ Position Organization TelephoneE-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 run rein@mylubbock.us- Surat y -------------- umber of Issues Total Amount- N/A involved in Number Number of Issues Tota_IAY�i;o`unl involved —i" N/A 7N/A 0 N/A =Pendt �Re,. Resolved Resolved Issues n issues . Issues 16 Pro iect Information Project Owner Texas Tech University Project �Name ��Gatcs Hall��liower�/Tollet�Reno�a�t-pons- -General Description of Project Shower/Toilet Renovations Budget History Schedule Performance Amount -1,339,723--- % of Bid Aniount Date Days Bid Notice to Proceed 05-18-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 09-02-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-09-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total (47,460) :C:o:n��tinggency�Actual S�ubstantial Completion Date 08-02-2015 Final Cost 1,292,263 �/Estimated Actual Est�imated Final Completfiim� Date Actual mate Final Completion 08-07-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Michael Prosser Jonathan Klein Michael Prosser Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Michael Prosser -Jonathan Klein Michael -il—Prosser Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone, E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer Texas Tech Purchasing 806-8344791 Darren.densford.ttu.cdu Surety '77T-1'-,'--- of Is Total n N/A To" -Xmount involved� !i'� Number —o —fI issues e �s Trotal —Amount involved in N/A NtA Resolved Resolved Issues PNIA �c Pending Resolved Issues_ - 16 �77'7 ------- 71 Project Information Project Owner Texas Tech University Project Name Wall Hall Shower/Toilet Renovations General Description of Project Shower/Toilet Renovations jc 3� b ,t. ,E •� nab 'a 'esF: Budget History Schedule Performance __TDate Amount % of Bid Amount Days Bid 1,344,841 Notice to Proceed 05-18-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-02 2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-09-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total (47,221) Contingency Actual / Estimated Substantial Completion Date 08-02-2015 Final Cost 1,297,620 tt Actual /Estimated Final Completion Date 08-07-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Cory McElwee Jonathan Klein _ Cory McElwee � Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. yg Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer _ Construction Manager Darren Densford Engineer Texas Tech Purchasing 806-834-4791 .____.. Darren.densford.ttu.edu Suret �.,.� w Number of Issues Total Amount involved in Number of Issues Total Amount involved ill NIA NIA NIA NIA Resolved Resolved Issues Pendin Resolved Issues 16 Prntanf Infnrmafinn Project Owner I City of Lubbock 777froject Name Interior Repairs FS #11 General Description of Project Interior repairs, Captain's quarters, two bathrooms and observation room ludgetHistory Schedule Performance Amount % of Bid Amount Date Days Bid 43,422 Notice to Proceed 01-07-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 04-07-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 04-17-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 02-19-2015 Final Cost 43,422 , ,,... Actual / Estimated Final Completion Date 02-19-2015 f ►y , .s'eF i Project Manager Project Sup Safety officer Quality Control Manager Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Percentage of Time Devoted to the Project 10% 50% 100% 100% Proposed for this Project 10% 50% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Robert Keinast Battalion Chief Lubbock Fire Dept 80b-775-2632 rkeinastQa mylabbock,us sureqj Number of Issues Resolved Total Amount involved in NIA Resolved Issues NIA Number of issues Pendin _T NIA Total Amount involved in Resolved issues NIA ib = � i Project Owner City of Lubbock ProName HR Office Remodel Project j —ro—ec t General Description of Project HR Offiece Remodel Budget History T -i%1—.of —Bi d Schedule Performance Amount _LAmount Date Days Bid 17,509 Notice to Proceed 12-09-2014 Change Orders Contract Substantial Completion Date at Notice to Proceed 01-09-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 01-19-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 01-09-2015 Final Cost 17,589 Actual I Estimated Final Completion Date tat -09-2015 Project Manager Project Sup Safety OMcer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shod Huilmon Percentage ofTime Devoted to the Project 10% 50% 100% 100% Proposed for this Project 10% 50% 100% 100% Did Individual Start and Complete (fie Project? Yes Yes Yes Yes lfnot, who started or completed the project in their place. -- Reason for change. Name Title/ Position Organization Telephone E-mail --6m,ner City of Lubbock Designer Construction Manager Rodney Unrein project Wenger City of Lubbock 806-775-2207 rvnrein@mylubbockus; Number Wiss�u�es Total Amount involvedinTotal Amount involved in N/A N/A ndin Resolved issues Resolved ILIA _LResolved Issues Im PmJa * rnrnemailnn Project Owner Whiteface CISD Project Name Whiteface C1SD Natatorium Renovations General Description of Project Glazing, doors & hardware, column and door repairs, partition repair, painting, mechanical, electrical, plumbing, pool deck removal, pool deck coating 5g ludgetHistory Schedule Performance Amount % of Bid Amount Date Days Bid 297,248 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed 04-24-2015 Owner Enhancements 56,922 16 Contract Final Completion Date at Notice to Proceed 0-04-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substandal Completion Date 04-24-2015 Final Cost 354,170 S ,nyir ,Y✓ v/ w' , Ln*,i]y. 5 4:.'"»K � � { �.. e: � »q�, ie s£n 4, .�,�.,✓ 4 ". ^'<a 3w '��� � Actual / Estimated Final Completion Date i ] T(3, °:¢; ak s:;✓ rytpk yy 74 ,; ,J"°ss d`k: �?":^`� , ,�s, „�, S�rcl • kj } �u y..�3„ �, �,�Y ,..nv= Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwe Jonathan Klein Cory McElwee Percentage of Time Devoted to the Project 10% 100% 100% 100% Proposed for this Project 10% 100% 100% 100% Did Individual Start and Complete the Project? _ Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. ;. "6„e`"S .��,�., Name Title/ Position Organization Telephone E-mail Owner Whiteface CISD Designer Robert Cameron Architect BGR Architects 806-747-3881 Reameron@bgronfine.com Construction Manager Surety i;:i }j., +:'�W. Number of Issues Resolved N/A Total Amaunt involved in Resolved Issues N/A Number of Issues PendingNIA Total Amount involved in Resolved issues N/A 16 Protect Information Project Owner Texas Tech University System Project Name Murdough Shower/Totlet Renovations General Description of Project Shower/Toilet Renovations a' fill r. ^T,E �'9 Je',' ,,, fi�rr.. x r, ., §�(a .r,< :.i{ i"' y ✓ ... , <'f . , 4,,.'i s Y 4z.s f t" n ai,•. n, 3,,g„ .^,., nr- tm ✓ r, t „^'�., se ,: ?":. "''p. ?Xr :.'` >~" :r '14. Y „r li..,, 'n^. .tMMA" „.�, ,,,: t+.,z „,,,,!,' ., »; ,. ,,,X:°¢�Y ,`, a,.I '"n k; 1tn".e' I"', a wi^r Budget History Schedule Performance Amount ' of Bid Amount Date Days Bid 1,593,160 Notice to Proceed 05-18-2014 Change Orders -65,747 Contract Substantial Completion Date at Notice to Proceed 08-04-2014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-11-2014 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-01-2014 Cost . # ,. gP ..,,..:-f'...>x.{y'. t"(�.� r. »,.„,., .N7m.'xa,. ;'+."....,..�W2;,., .. n ,h ;� 1�^,ma5+y 4J2r�,^, A:»,r,7l,srn,..,"r4c 1..,,,,3 . W .?2, ,+ . ~ ,.+:'�i ..,i. ....,,.,,s �,'^mrot.4� �.�" .,,.r.,•..m,f,.'.i.:,.'...YJ r. rY , - „,Red�^..,Yr,n �, ,-✓:->< v., ra R $^'„�.n gy..hm, ..,»r,rn,,�..,^:.. :.}<,�H, .Final ,. �..a "!=.sr�;.�", ., ",r m�uU .. r«.X °,✓„fi,��ura w�, r.....x. „5��� G,:-:,. Y^+� , Ge `d4 wN%"i -a 20' F,< C14ual 1 Estimated Final Completion Date . kfir di�A, w'sz.�.c,:,Ys. . ?t5,, i,t.Yz:'t9:�:,,..,:,r>...v '� N t >,t,o ,,w, ,wo,°. S,,.,.,✓.r.�"..�.:,' ,��'n ' €a,'NT." l�w.^ , ,w,.,r. ,..,.,".;s' ,, ,wa.,,r.,,I4s ,. ��,. -f,.r�:.."v�. P,riY> ?at9sr�gt„�x hS ,s,�, '`,.tw.... ,.,,„ :''-r k �'fi� xN . w/' ,,�, °.rcMo, rm.:,,...,,,;,':,::. E /�k`� ,..�..,, ,,'nT .Ct;»;,.rd. Ye�. a1,:,kf. iY;`,M' w ,�..,g,.,c :;*}.:.°:,„,.&:,, .'("b »� a aN,.^ ,,.,(,.8-:,,:. . , .R0I, Cx8,,.d-r0,,d.�.. ZrrN S.'". fir' t t LL,'+„rk•,=.u. r'd # r ^3#�;",. a �.� ;� ��'.? r, »� �',.<� a��,%,. .1„, w7A. bt�-kk +r� , ^�,'P, ak#$+ w�,.5 �,� � :d. ;.,, r�fdi Y,'s':,;, Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Percentage of Time Devoted to the Project 50% 100% 100% 100% Proposed for this Project 50% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. ... r / r �IlivyU"; Name Title/ Posidan Organization Telephone i� E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU Operations Division 80&8344791 Darren.densford@ttu.edu Sure Suretec §.�^^��}a�� ...i r�.,'�{. .. ,4f ;. r✓4Wa^ ^: ; M �.,d 'k: �.: t n,(.i...t..,:{{..y�3� „,,f.._ A�.�.�yy. .... »(': { �� �'�tlC >};y , .l� a "W ;90 $ ,rc,4'M5��t97.FH",'N�,.a#�v.: �:�Y��i���sj�t't'!'Y �f7�. !�,7:k �..��'�.".t��iY `N��'SV�:'E1S��l} Number of issues NIA Total Amount involved in NIA Resolved Resolved Issues _ �}_;�� � �q 'h. d� 7 #4�•�. -Y.... ';�., Number of Issues NIA Pending 5 .W r. i.+�. ....Yi`3 t.� ':'�l, f-4 ,.�. ti'�u �'�� t•, .�Y•.•. .a o-i '�rk�.`. Total Amount involved in NIA ` Resolved Issues 16 Project Information Project Owner Second Baptist Church Project Name Second Baptist Church Columbarlum Description of Project -General Sitework, concrete, steel, metal roofing, masonry, exterior painting, electrical "tit'. , ,- va „;iv' , a, .n„,+.,• ",n,.»�+'" ' �, £ y k a.u++ fi r^ yYy „w.'f x mry r^ �^.! " vs , 5 w . +r.:✓ W-n;`.k Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 169,247 Notice to Proceed 11-05-2014 Change Orders Contract Substantial Completion Date at Notice to Proceed N/A Owner Enhancements Contract Final Completion Date at Notice to Proceed N/A Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual ! Estimated Substantial Completion Date 04-22-2015 Final Cost 169,247 r .r x,: w e ✓u. ,,p ,a^k�.� „s1„1Wfl+.,� .,x41n9"fi ,—,.� `w., ':Y.. .....�._ .t,. ..,.. .�.;:. 4yr.o.� �� aJ". Actual ! Estimated Final Completion Date y, k.r w ,'n.. T :rc, i s ,� s �'t .. a. r £ •.,'i r,m , �'�� `ti+i: �» s�-. i'i"" .Y ,Fa .«�-, w'� 9 +b Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Eddie Tommy Klein Eddie Percentage of Time Devoted to the Project 25% 10% 100% 100% Proposed for this Project 25% 100% 100% 100°1e Did Individual Start and Complete the Project? Yes Yes Yes Yes Ifni, who started or completed the project in their place. Reason for change. A `P fi 4 £� ,F''. i ,. +w � A ,. ;b ' ....,., ,.% n 9,n�y�.R„k ,»���,�'k�.A�.r:;�•" �i'9^"ri°%'. b��.,�� 41 i��w Name Title/ Position Organization Telephone F , 0,1♦ } } E-mail Owner City of Lubbock Designer Constriction Manager Jon Long Architect Condray Design Group N6-748-6190 jon@condray.com Sure (�iiOil Ys't�E111,0,t,,t�, 1 �e '�%`a4rl�f�,itz w Number of Issues Resolved N/A Total Amount involved in issues N/A Number of issues T-PendingNIA Total Amount involved in Resolved Issues N/A 16 Pro.iect Information Project Owner City of Lubbock Project Name Renovate Front Entrance at Mahon Library General Description of Project Sitework, concrete work, architectural cast stone, metals " nY y , Y%; b' v Pik., �-•u /r;...urD(Wv+'f,F-w,ad4i.. Budget Hibtory Schedule Performance Amount % of Bid Amount Date Days Bid 76,463 Notice to Proceed 01-08-2015 120 Change Orders Contract Substantial Completion Date at Notice to Proceed 0540$-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 05-18-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date TOW Actual / Estimated Substantial Completion Date 05-08-2015 Final Cost 76,463 ro N ,.,; ,,b :n ,„ .,..:� .:... "',,, ..:, . "� � • +4„ ., & E ,. , rri.. A ., mr. i ... ,. ,.. ,. XW. .X..,« r,. C Y K' .. , 'r <.✓. +£, ;s ,. Y( r„ ,,., m' ., „ ,,� , ,. '�v �. ,r, ,. wi . ,�,"f .,. .,,. „' , �ffa�f a?.4 �ua:.u.. �,✓k.'s,�^'4�`rrawax�« ,n,+ a'�4,:r�� Actual / Estimated Final Completion Date 'S."r mw,.,<.N ao ,,.,-:,, .r u, ,o- n. »•. �. ,... r <0`... S rr „ 2 „3v, M` ..,. { ,.iwm `£ , z.5 e ,. ,.�... ,. nk ..ry ,. »..v.>.. ✓., ..r. (:, ,, f f Y'. ,,.,-:,r .n b `'X9 t, .,.( FN.. u n, �:., t•.;%% , „,.,r. � ,,. Y,: , , n "::t ..,. :% . W. W taw '4(R,: •? �n ,»1„ ;i �•� n Yr... v v i. N'n ,.. .. ;'i� ;.:<. n vl. , ;�vr . ,..,.. .. 9 �''� ,!.`u'�,�u^�, ra,.... .,�".�,z,,3X,�a�;., ,i m?���,�, aAr, ,Aa,c,,, ,�'�.�,�r�,»,t..f�/'�" Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Eddie Tommy Klein Eddie Percentage of Time Devoted to the Project 25% 25% 100% 100% Proposed for this Project 25% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place, Reason for change. ky 5 "f� r ndt P• M 4 ',";., ••„ ppy �^' 3�Y� y ,., 7n n,� eP �A.r�,4 ., �7'. . `��. 3� � � �'rt�, 4n. � ,'Mm ��i Y, '✓, •w��m"1�.�'e,., � �� ��e.�".,�� � rz:,,�k, tPt �,. 1ia f,U „?r�, n 3% ;l '�%a •%£',.n•.�..44 u ... ,;rr ,.. .: ,:, .,li£° n;:nu. 9.fl..i ., i .,. ,,,t 1,, ,✓. z., ,.,... ar"wf Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Suret •:i m,'6 5akr ',&.j �q*y4 ,rti .rP 3` 1. •i' �r�w,.,,, { Y ""y,E �d�^S^�,a4»� „�. q�'e �. �xF,-,H_,.. !� ai A«� �` .�a" Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved N/A Resolved Issues N/A Pendin N/A Resolved Issues NIA 16 Proieet information Project Owner KCBD Project Name KCBD Toilet Room Renovations General Description of Project Toilet Room Renovations ti . . p ,g '' ,.F,lx ai �Y r „rfzTMd; ✓ r, ',,Y .{ ,.,ti" r a `a Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 259,659 Notice to Proceed 10-10-2014 Change Orders Contract Substantial Completion Date at Notice to Proceed 12-31-2014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 12-31-2014 Unforeseen Conditions Order Authorized Substantial Completion Date Design Issues _Change Change Order Authorized Final Completion Date Total Actual I Estimated Substantial Completion Date 12-16-2014 Final Cost 259,659 Actual / Estimated Final Completion Date 12-16-2014 . ,�,!rf Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Percentage of Time Devoted to the Project 50% 100% 100% 100% Proposed for this Project 50% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. y^sg' a N %PTitlel Name Position Organization Telephone E-mail Owner KCBD Designer Construction Manager Dan Jackson KCBD 806-7614232 djackson®kcbd.com Sure Suretec „�« a' � "tifQ"3:�� •.��; �.1."�?:�'Tfiryli�t,�4�%'t�..,.L°7ir'tiiliL�T4k.�3�I�Si'a.'��t9gs.,1E4,��iS?lrr.,i,�."e.l.'.�:'n,���}`�il..::' _ _ i �e.;.+';'G .a �};. Number of issues Total Amount involved inF Number of Issues W Total Amount involved in Resolved N/A Resolved issues NIA Pending N/A Resolved Issues N/A 16 Praiect information Project Owner iddle School General Description of Project Restroorn Renovations -Budget History Schedule Performance Amount Amount of Bid Date Days Amount Bid 154,143 Notice to Proceed 05-01-2014 Change Orders -22,542 Contract Substantial Completion Date at Notice to Proceed 08-05-2014 Owner Enhancements Contract, Final Completion Date at Notice to Proceed 08-15-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date. Design Issues Change Order Authorized Final Completion Date Total Actual Estimated Substantial Completion Date 09-05-2014 Final Cost 131,601Actual Estimated Final Completion Date 08-0.15-2014 77 --Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman -Tommy Klein Shad Hnrtmon-- Percentage of Time Devoted to the Project 10% 50% 100% 100% Proposed for this Project 10% 50% 100% 100% mm Did Individual Start and Complete the Project? yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name �Titilef Position Organization Telephone E-mail Owner LISD Designer an Construction Manager Kevin Cockrell Project Manager LISD 806-766-1457 JicocIck-eIJ@Jubboc1sd,org I0 , n Sure . . . . . . . . . . . - ------ . ....... ...... -Number NIA ' Total mount involved in N/A �i�mb�r o�f issues N/A Totalmount involved n N/A Resolved I Resolved Issues I Pendine Resolved Issues W, Project Owner Texas Tech University -- I Project Name ----I—,9need Hall - Construction of 2 restroorns General Description of Project Demolition and construction of two guest restroorns Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 94,060.00 Notice to Proceed 10/09/2013 Change Orders Contract Subs dal Completion Date at Notice to Proceed 01/1012014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 01/10/2014 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 0111012014 Final Cost 94,060.00 Actual / Estimated Final Completion Date 01/1012014 Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Co ry Mcetwee Jonathan Klein Co !y Mcalwee Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Cory Mcetwee Jonathan Klein Cory Mcetwee Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change, Name Title/ Position Organization, Telephone E-mail Owner Texas Tech University Designer Construction Manager Dale Blevins Project Manager Housing 806-834-3462 d.blevins@ttu.edu Burety Number of Issues Resolved WA Total Amount involved Resolved Issues Number ot Pending tfl I N/A Total Amount involved in Resolved Issues N/A I I 11M Pro ect Information Project Owner Texas Tech University Project Name S#angel - Concrete Dock General Description of Project S#angel -Concrete Dock Repair Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 120,802.00 Notice to Proceed 12112/2013 Change Orders Contract Substantial Completion Date at Notice to Proceed 01/06/2014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 01/08/2014 Unfareseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorised Final Completion Date Total Actual / Estimated Substantial Completion Date 01/08/2014 Final Cost 122,182.00 Actual / Estimated Final Completion Date 01/08/2014 Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Co Mcelwee Jonathan Klein Co Mcelwee Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed ror this Project Jonathan Klein Cory Mcelwee Jonathan Klein Cory Mcelwee Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Texas Tech Universi Designer Construction Manager Mika Glass Project Manager Hospitality 806-834-5512 mlchael.glass@tu.edu Surety CC Insurance Holdings T13- 90- 300 Number of Issues Total Amount involved in Number of Issues Total Amount involved in N/A Resolved Resolved Issues NIA NIA Pending Resolved Issues NIA 16 Prniart lnfnrmsatinn Project Owner Texas Tech University System Project Name Wiggins Halt University Student Housing Office Remodel General Description of Project University Student Housing office remodel � ,w ,,, a..n6 , ,,, .,, ✓. . ..,,. .,, .,;'S`"'b 9" k M"";� , „#l4 ' yr P !" '1�,M 2 % "fi ,, ..� ) I / "m f ,(' d k� Y} ,;. q, i r , us y Pt # kw , W �✓ y P � � X; � rf j�.k Y✓ 'R w B � fF eJ 1` Y y ��1' Y a Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,363,898 Notice to Proceed 11-14-2012 Change Orders -9,347 Contract Substantial Completion Date at Notice to Proceed 05-01-2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 05-11-2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date 06-01-2013 Design Issues Change Order Authorized Final Completion Date 06-11-2013 Total Actual / Estimated Substantial Completion Date 06-01-2013 Final Cost 1,354,551 y "».. 9 W 1' �;K^, ,'��i. ,., r„s"'ao °,�w'�. <, �t ,na,., q, � Actual / Estimated Final Completion Date d"x. ,:� rx ,: ,�, x*'* � �; i, i ,�/t'4 � �2�.: ,,f:. ')�'. R 4 .#�: m. ,x;; r ,u k ,ra. Yrs , , R^; !� a� s" �,�c; n; �Xy; ,b �., °Y,�" „%S �°i'�Y,�fiv.,. „"9 ,n�.t Kuv, * „G,�k, Project Manager Project Sup Safety Officer 06415-2013 r tx? fir:q ,,.Y ,,t .,, Z, Xrt... .. kY `���„4Y Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Percentage of Time Devoted to the Project 50% 100% 100% 100% Proposed for this Project 50% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title! Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU--Operations Division 806-8344791 Darren,densford@ttu.edu Buret Suretec ..i4i � 9r `¢ 4'&`�e"`• Fu,�[�" f:3t 'i�p y�`�� ,��+, �t: � n1y" i i .M Number of Issues Resolved Total Amount involved in NSA Resolved Issues I�;:"1� Number of Issues Total Amount involved in NIA PendingNSA Resolved Issues NIA 16 7— Pro tect Information Project Owner Texas Tech University System ProjectCl ement Hall-Shower/Tollet Renovations General Description of Project Asbestos Abatement, Shower/Toilet Renovations A NEW "I'll", N", 1 211 Budget History Schedule Performance Amount % of Bid Datek Days Amount Did 1,30,188.00 Notice to Proceed 05-20-2013 Change Orders -13,044.00 Contract Substantial Completion Date at Notice to Proceed 08-02-2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-12-2013 Unforeseen Conditions Asbestos Change Order Authorized Substantial Completion Date 08-09-2013 Abatement Design Issues Change Order Authorized Final Completion Date 08-19-2013 Total Actual / Estimated Substantial Completion Date 09-09-2013 Final Cost 1,350,144.00 Actual I Estimated Final Completion Date 09-19-2013 5, 46, W Mig ,;io "I, ,g 'A R m "M F 000�, E "y g Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Jonathan Klein Shad Hartman Jonathan Klein Percentage of Time Devoted to the Project so% 100% 100% 100% Proposed for this Project 50% 100% 100% 1100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. _75�,,,j,�Ti EEL Z, Q Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU-Operations 806-8344791 Darren.densford@ttu.edu Division Suret Surete 7-7 Number of Issues Total Amount involved in Number of lssu;-s Total Amount involved in N/A I T N/ArIV . Res Resolve Resolved Issues N/A N/A Pendin Resolved Issues I I 16 ProJect Information Project Owner I Texas Tech University Project jqamgj Hulan Hall - Shower[Tollet Renovations General Description of Project Renovation of 8 community bathrooms and a private guest bathroom Budget History Schedule Performance Amount % of Bid Date Days Amount Bid 1,114,787.00 ; Notice to Proceed 05/30/2013 Change Orders Contract Substantial Completion Date at Notice to Proceed 08/0212013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08/12/2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date 8/0912013 7 Design Issues Change Order Authorized Final Completion Date 08/1912013 7- Total Actual / Estimated Substantial Completion Date 08/09/2013 Final Cost 1,129,920.00 Actual / Estimated Final Completion Date 08/1912013 Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Cory Mcelwee Jonathan 15kh_ Cow Mcelwee Percentage of Time Devoted to the Project 50% 100% 50% 100% Proposed for this Project Jonathan Klein Cory Mce1wee Jonathan Klein Cory Mcelwee Did Individual Start and Complete the Project? yes yes- yes yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University - Designer Construction Manager Darren Densford Project Manager Operations DIWEng Serv. 806-834-4791 darren.densford@bu.edu S Suretec Insurance Corrrp ny melli0 suretec.com .kA',jma141i dS, 1%' — Number of Is,uc$ Total Amount involved in Number of s!;j:t!!:I Total Amount involved in N/A Resolved Resolved Issues R' N/A Pendina I :N:N�JA T, _ ved Issues eso�n,,,ou��� Ive V J City of Lubbock, T Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) 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. eaAe"�- /<�&" -e -I /<-"" (e-1 V1 'Y Contractor (Original Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: (Print or T e) CONTRACTOR'S FIRM ADDRESS: 73f2- ULAn,d NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and ward the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing and Contract Management for the City of Lubbock at (806) 775-2163. RFP 16-1 ZS93-TF Mae Simmons Community Center Renovations 1 Page Intentionally Left Blank Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining, the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years, b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily ►invited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspensionirevocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. �- C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received /citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials STIO -TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO V"." 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 occurzence, 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 If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. IIESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. kL.6-n- "-,= I Signature Title H I(� l K&S 1-8-2016 Tommy Klein Construction, Inc. 7312 Upland Ave. Lubbock, TX 79424 To Whom It May Concern: Insurance Agency a member of K&S Group, Inc Tommy Klein Construction, Inc. has a history of safety second to none. The EMR's for Tommy Klein Construction for the past three years are: 2013-.90; 2014-.89; 2015.89. If you have any further questions please feet free to call me at 972-772-7251. 2255 Ridge Road 0 Suite 333 0 P.O. Box 277 S Rockwall, Texas 75087 Main (972) 771-4071 0 Toll Free (866) 823-0673 0 www.kandsins.com Amarillo 0 Austin Dallas A, Denton 0 El Paso 0 Ft. Worth �, Grapevine 0 Houston �, Plano Rockwall 0 San Angelo 0 San Antonio 0 Southlakc �- Tyler 0 Waco 0 Wichita Falls WORKERS COMPENSATION A, „. Risk Narnp; TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 A: Rating Effective Data: IM112014 Production Data: 07h 112014 State. TEXAS Sty Wt Exp Excess Expected Exp Prim Act Fxc Losses Belfast ActincLasseal Act Priers I Losses I Losses I Lossm Losses TUXDB 4,Q6 6,958 1,081 -01 0 0 Exp Ex (D) ctad (E) Prim (F) Act Exc (G) bail t (H) Act inc (l) Ace Prim T(C) Losses (D - E) _ Losses Lori (La - i) 1 Lisa Losses �.00 1 4,06A 5,150 loll aj 0 0 Primary Losses StablliAng Value Ratable Excess Total$ (1) C (9 -A) + G (A) ' (F) (J) Actual 0 11,242 0 11,242 (E) C e (1 -A) + G (A) " (C) (K) Expected 1,091 11,242 325 12,658 ARAP SARAP MAARAP ExpMod Factors .89 ®COMV4 1993�,Ml% AN af" muwvo& TM pmdud It Ised of cwrpBabwm and kftwalion whka am the pmpftWy wid exduWn property of the NadmW Cosh on Cwroenzabnn Inuaarce, Uk (H=)No faadaat use, de sale. tratalter, antnmwd Cr ch"tiou d Ws producL to WtKM or In pis, may be merle w4ma nw WW smttm wnsera of mM TNv product io `As fs 'As ° Wrth a defa de a at the bmm dpubkWm anfy N=rWmrmrwovvntaftm0r warmnbas of sN Wnd rwzf4Vto ft pry and Pwr W wpw3Jy dlsCWng $fig WV an Wcpmu, etau Wy, of wed wanM7602, lndu*Q LtMLMpHdwWTVq01mwdum1abMy, flbWs for a pardoAar pu passe, t ecy. =npWtsmss, aarcortraess, or wractr a rA 8M WWM2*m or pmd&d l funiSW twvw4w AD raspzm nlbilty for tta use of wW for" and ffit results denim or obtWned ltvm" eta use of dta paodua we tfaa said triers end N=1 dwl rot ha"" ttabft 91 tO Page 9 of 2 WORKERS COMPENSATION EXPERt C TING Risk Name: TOMMY KLEIN CONSTRUCTION INC Risk 10: 420678932 Rating Effective Date: 10/31/2014 Production gate: 07/1112014 State: TEXAS 42-TEXAS Finns 1D: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier. 29939 Policy No. 0001196626 Eff Data: 12/04/2010 Exp Date: 12/04/2011 Code ELR D- Ratio Payroll Expoctotl Losses Exp Prim L Claim Data iJ OF Actin Act Prim Losses 5403 1.98 21 57,767 1,144 240 5606 .28 .22 104,575 293 64 8809 .07 .20 48,897 34 7 8810 .06 .221 15,600 9 2 Policy Total: 226,83 Subject Premium: 9,485 Total Act Inc Losses: 0 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier. 29939 Policy No. 0001196626 EfF Date: 12104/2011 Exp Date: 12/04/2012 Dade ELR D- Ratio -Payroll Expscisd Losses Exp Prim L Claim Dab iJ 01 Act Inc Act Prim Losses 5403 198 21 83,104 1,645 345 5606 .28 .22 74,264 208 46 8810 .06 22 76,059 46 10 Policy Total: 233,43 Subject Premium: li,6691 Total Act Inc Losses: 0 42-TEXAS Firm ID: Firm Warne: TOMMY KLEIN CONSTRUCTION INC Carrier. 24570 Policy No. W000001874 Elf Data: 10131/2012 Exp Date: 10131/2013 Code ELR 1 0- Ratio Payroll I Expo Losses Exp Prins LOOM Claim Data U OF Act Inc Losses Act Prim 5403 1.98 .21 6,673 132 28 5403 198 .21 64,960 1,286 270 5606 .28 .221 7,992 22 5 5606 .28 .22 77,808 218 48 8810 .06 .22 18,836 1 11 2 8810 .06 .22 163,377 110 24 Policy Total: 359,646 Subject Premium: 5,061 Total Act Inc I ltossea; 4 6CWftii 1 2MB, N 6" rBSe Wd. This p-W= Is tss W$SW d 0wVH&5= wW hKWffwUw wbch an 00 PaZpnetary WW exdusfm pMWty of ft NaftW Cowu31 on vdurmm, Ur- (NCCI) No krdw use, atawt saki. WwWer&=Vmwo or *4xx?a t d ads ! . M wWo ce tri part, m" bs mat4z wMoLA ft pnor wrlttan Cat$M CA s€= Thh to hsnWW -As Is' -As avabbW WM af3 raft" and Vzhxias hfarmetlw eve at !tom time of"aaiort aNy NCCI makes no r wvwn ws ot of mty wM Mwinp to Vw prow mw t expressly asaasas any am as evosa, statutory, «artps80 wwrww", w4=10 am tmpsao wa rwn of mardMMHAY„ nt Vw rw a pWUMA W pseposa, a=A1q. owowwww. cwrerttnasa. or cweams of any tnionna9a: or pnxkO hxnWhad AN wsponsWdy f« the the of era for may arm d# tosufts oarfved or 0=0 tfte use of the WOWU am Ow mm usafa W4 NCCI shag rug hsva any NabEpty Vweta TOM fly POaCY Tea( of W COW SdtW Q WU U Utseaw LOU A L�M U U5L&KW e CoAstophic was E En Woym LIONty Loss a thrd Lola Page 2 of 2 Page Intentionally Left Blank Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. 1, 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 FEDERAL TAX ID or SOCIAL SECURITY No. 1-7 5 -A-1 H g i !3b Signature of Company Official: Printed name of company official signing above:l Date Signed: CD tQ m ' l " ZU I Co — Page Intentionally Left Blank Minority Owned Company Name Location Services Provided Yes N® 3. —T,—'a, DR' 'gl Mmn u25 4. M71r'UU I �PeC e. &j/,a2!6 RLCO-s 6. 1 Ajh i le -Sie fli i FP, GO —R - 1— -- 8- — A-L, J 10. 13 0 0 0 13. ❑ 14. ❑ 15. ❑ 16. D RFP 16-12893-TF Mae Simmons Community Center Renovations Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Director of Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank f_ I Minority Owned Co m any Name Location Services Provided Yes No 13 3. —Zz CAL 4. 6. Yet 3') 0 7 eS Lzal Q. AS 1 -1 �. , " -\, 9. -lJbL j Ynbin r, t3. 14. 0 15. 16. SUBMITTED BY- IA--L<) 61 JAL tlhn,'r ftW1111W RFP 1&12893-TF Mae Simmons Community Center Renovations Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank YYl 15 rH Bond #1001026526 .'!E ZE STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE A i (CONTRACTS MORE THAN $100,000) ` `W ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc. (hereinafter called the einal(s), as Principal(s), and _ c� Texas Bonding Company �inafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter =_ed the Obligee), in the amount of Four Hundred Seven Thousand Five Hundred Fifty -Eight Dollars }?.558 lawful money of the United States for the payment whereof, the said Principal and Surety bind a ,;elves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by -, - presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28" day TuIN', 2016, for RFP 16-12893-TF Mae Simmons Community Center Renovations '. -V'er the law is required before commencing the work provided for in said contract to execute a bond in the r. - punt of said contract which contract is hereby referred to and made a part hereof as fully and to the same k:.zmt as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal faithfully perform the work in accordance with the plans, specifications and contract documents, then this :gation 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) Texas Government Code, and all liabilities on this bond shall be determined in accordance with the isions 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 .a end day of August 2016. Texas Bonding Compa �:rety t" (Title) Jeremy Barnett, Attorney -in -fact Tommy Klein Construction, Inc. (Company Name) By: ', n (Printed Name) ( ignate) (Title) o, .0, 5, 0, 0, 0, No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Jeremy Barnett 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. Texas Bonding Company Surety y711 - o Jeremy Barnett Attorney -in -fact Approved as to Form City of Lubbock ---By: o Nd by an officer of the Surety Company, there must be on file a certified extract from the by-lav s showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 No Text Bond #1001026526 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS; that Tommy Klein Construction_, Inc. (hereinafter called the Principal(s), as Principal(s), and Texas Bonding 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 Four Hundred Seven Thousand Five Hundred Efty-Eight Dollars $407 558 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 28'h day of July, 2016, for RFP 16-12893-TF Mae Simmons Community Center 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 end day of August 2016. Texas Bonding Company Surety *By: — T tleperemy Barnett, Attorney -in -fact Tommy Klein Construction, Inc. (Company Name) By: i"roetY.L_.� (Printed Name) ( S i gn ature) (Title) �i 7 C rz �t No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Jeremy Barnett an agent resident in Lubbock County to whom any requisite notices may be elivered and on whom service of process may be had in matters arising out of such suretyship. Texas Bonding Company Surety * By: tle) Jer my Barnett, Attorney -in -fact _approved as to form: C iry of Lubbo Bv: Ci Att y Note: I ed 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 ropy of power of attorney for our files. No Text :south of Rockwall, Texas nas, recognuances; unuevra► tngs is of surety, pr6viding the bond Dollars ($ "*10,000,000.00** . WAttorney is granted under and by j Wthe Company, to execute, acknowledge and deliver, any and all bonds, lertakings, including any and all consents for the release of retained ioiices and'documents canceling or terminating' the Company's liability l upon the Company as if_ -signed by the President and sealed and effected lie,.'personally appeared Aan P. Aguilar, Vice President of Americas, I correct. I the Power of Attorney are in m Kan't Kopy K! Kan't Kopy KI Security Paper security Papet Hidd,,,n Paikgraph H,ddon Rmtograph Color ivqntch Color Match o Art(ficial Witcrmw u ArVicmf WateCmark Anti Copy Coin Rub Anti -Copy Coin Rob • Erasure Protoct[on Erasum Protection Secunty Featuros Box Security Featur", Box Micruprint i1nuoutton • Microprim Protection Acld Heo a Acid Fite Kw,,'tKopy K, I Kan't Kopy K I Security Paper Security Piper � it;Iden P,,,-,loqraph Hidden Pantograph o (,,,!o, mCh • Color Match Nli tV,iormm,ka Artificial Wa"Ormwk Ant cce� P�)h Anti-Copv C"O'n Ron Erlurc Prne,;�mn S=mlv Box Security Foalun�,-, RoH ptotornlon A C Acid "'roe STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Hundred Seven Thousand Five Hundred Fifty -Eight Dollars $407 558 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 281h day of July, 2016, for RFP 16-12893-TF Mae Simmons Community Center 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 t instrument this day of 2016. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: (Title) Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Pate Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021 a OF THE TEXAS GOVERNMENT CODE ¢ (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Hundred Seven Thousand Five Hundred Fifty -Eight Dollars $407 558 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 281h day of July, 2016, for RFP 16-12893-TF Mae Simmons Community Center Renovations under the law is required before commencing the work provided for in said contract to execute a bond in the t amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2016. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Pap,e Intentionally Left Blank CERTIFICATE OF INSURANCE Pam Intentionally LelBlank � \} \} � IF ® ACCERTIFICATELIABILITY DATE (MM/DD/YYYY) 8/4/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER K&S Insurance Agency 2255 Ridge Road, Ste. 333 P. 0. Sox 277 Rockwall TX 75087 CONTACT Honey Counts PHONE (972) 772-7262 � No_ l.(972)771-4695 ADpRIE:hcounts@kandsins.com INSURERS AFFORDING COVERAGE NAIC# INSURERA..FCCI Insurance Co. INSURED Tommy Klein Construction, Inc. 7312 Upland Ave Lubbock TX 79424 INSURERB:Natlonal Trust Insurance Co. INSURER C:$anover Insurance Group INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE A L S BR pOUCY NUMBER MPOUOpY EFF MPOLICD EXP LIMllu X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS MADE OCCUR DAMAGE TO RTT D PREMISES Ea occurrence $ 100, 000 MED EXP (Any one person) S 5,000 CPP0015426 10/31/2015 10/31/2016 PERSONAL& ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL S 2,000,000 POLICY�jE� �LOC -AGGREGATE PRODUCTS - COMP/OP AGG S 2,000,000 $ OTHER: AUTOMOBILE LIABILITY Ea aac cideennt INGLE LIMIT S 1,000,000 X BODILY INJURY (Per person) $ A ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS CA0022515 10/31/2015 10/31/2016 BODILY INJURY (Per accident) S X HIRED AUTOS X NON -OWNED PROPERTY cdDAMAGE $ S }[ UMBRELLA UAB OCCUR EACH OCCURRENCE S 2,000,000 HCLAIMS-MADE AGGREGATE $ 2,000,000 B EXCESS UAB DED I X I RETENTIONS �10 000 S UMB0015380 10/31/2015 10/31/2016 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / NI ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory in NH) N 1 A WC00001874 10/31/2015 10/31/2016 X PER OTH- STATUTE ER EL EACH ACCIDENT $ 1,000,000 EL DISEASE - EA EMPLOYE S 1 000 000 If yes, describe under I DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Contractors Equipment IHDA76758700 10/31/2015 10/31/2016 LeasedlRented Equip $250, 000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Re: RFP 16-12893-TF Mae Simmons Community Center Renovations *Additional Insured & Waiver of Subrogation forms CGL 088 10/13 & CGL 084 10/13 applies to the General Liability policy. *Additional Insured & Waiver of Subrogation form CAU 058 12/09 apply to the Auto Liability policy. *Waiver of Subrogation form #WC 420304E 06/14 applies to the Workers Compensation policy. SEE ATTACHED PAGE City of Lubbock 1625 13th Street Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Ae— Thompson/COUNTS d ©1988-2014 ACORD CORPORATION. All riahts reserved ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 r�nlenit DATE CERTIFICATE 10/30/2015 PRODUCER PH (972)771-4071 FAX (972)771-4695 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION K&S Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE 2255 Ridge Road, Ste. 333 COVERAGE AFFORDED BY THE POLICIES BELOW. P . 0. Box 277 COMPANIES AFFORDING COVERAGE Rockwall TX 75087 COMPANY A Hanover Insurance Group INSURED Tommy Klein Construction, Inc. 7312 Upland Ave Lubbock TX 79424 COMPANY B COMPANY C COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM1DD POLICY EXPIRATION DATE MMIDD COVERED PROPERTY LIMITS PROPERTY CAUSES OF LOSS BASIC BROAD SPECIAL EARTHQUAKE FLOOD BUILDING PERSONAL PROPERTY BUSINESS INCOME EXTRA EXPENSE BLANKET BUILDING BLANKET PERS PROP BLANKET BLDG & PP $ $ $ $ $ $ $ $ $ A INLAND MARINE OF POLICY Risk/Inst OF LOSS NAMED PERILS OTHER IHDA76758700 10/31/2015 10/31/2016 Frame Construction All other Construct. Deductible Per Occu $ 1,000,000 TYPE Builders CAUSES $ 3,000,000 $ 2,500 $ $ S CRIME TYPE OF POLICY $ $ BOILER & MACHINERY $ OTHER LOCATION OF PREMISESIDESCRIPTION OF PROPERTY SPECIAL CONDITIONSIOTHER COVERAGES a.V-rcIlrwe+j V- nv�m City of Lubbock 16251 1'31th 'Street Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 3ary Thompson/COUNTS ACORD 24 (1195) wsngA lAiQK% © ACORD CORPORATION 1995 0 T 8 ACC)D/YYCERTIFICATE LIABILITYINSURANCE DATE(MMID 10/30/2015YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE `iERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER K&S Insurance Agency 2255 Ridge Road, Ste. 333 P . 0. BOX 277 Rockwall TX 75087 NAME T Honey Counts PHONE (972)772-7262 FALa& No c (972)771-4695 AIL ADDRrs,hcounts@kandsins.com INSURE S AFFORDING COVERAGE NA)C p INSURER ANavi ators Specialty Ins. Co. INSURED Tommy Klein Construction, Inc. 7312 Upland Ave Lubbock TX 79424 INSURER B INSURERC: INSURERD: INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUBR POLICY NUMBER POLICY EFF MMID POLICY EXP MMIDD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY D A TO RENTE17- PR M Ea occurrence) _ $ CLAIMS -MADE 0OCCUR MED EXP (Any one person) S PERSONAL & ADV INJURY $ GENERAL AGGREGATE S GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG S POLICY PRO LOC $ AUTOMOBILE LIABILITY C MBINED SINGLE LIMIT Ea accident BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) S PROPERTY DAMAGE Peraccident $ NON -OWNED HIRED AUTOS AUTOS $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE S EXCESS LIAR CLAIMS -MADE DED 1 RETENTIONS $ WORKERS COMPENSATION I V STATIJ OTH- AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N 1 A E.L. DISEASE - EA EMPLOYEE S (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below I E.L DISEASE - POLICY LIMIT S A Pollution Job Site/TRANS R014ECPOA4LODIC /28/2014 /28/2016 Occu,,nc, $1M / $2 Pollution Waste Disposal Claims Made $11A / $2 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, B more space Is required) City of Lubbock 162,5 13th Street Lubb6',.k, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORV-ED REPRESENTATIVE Thompson/COUNTS ' — - 4 Gr/• ��� ACORD 25 (2010105) INS025 oninna m ©1988-2010 ACORD CORPORATION. All rights reserved. Tha Annion name anei Innn ara raniata—d m2r1ra of Annion A �� CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions or the stanaara ponies usea Dy tnrs company, the runner neremaner aescnnea. Exceptions to stanaara poncy notes nereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY C Commercial General Liability General Aggregate $ tJ Claims Made Products-Comp/Op AGG $ G Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY 13 Any Auto Combined Single Limit $ Cl All Owned Autos Bodily Injury (Per Person) $ F, Scheduled Autos Bodily Injury (Per Accident) $ U Hired Autos Property Damage $ L Non -Owned Autos C GARAGE LIABILITY L_ Any Auto Auto Only - Each Accident $ G Other than Auto Only: Each Accident $ Aggregate $ • BUILDER'SRISK • 100% of the Total Contract Price $ • INSTALLATIONFLOATER $ EXCESS LIABILITY Cs Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ C' Included Statutory Limits Partners/Executive 0 Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: Title: THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL ,s INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. THE ADDITIONAL INSURED ENDORSEMENTS SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS, XCU, AND HEAVY EQUIPMENT. I CONTRACTOR CHECKLIST 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 j 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 ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENTS SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS, XCU, AND HEAVY EQUIPMENT. Y_ J 3 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Patie Intentionally Left Blank I CONTRACT Page Intentionally Left Blank Contract 12893 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 28" day of July, 2016 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Tommy Klein Construction, Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 16-12893-TF Mae Simmons Community Center Renovations and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Tommy Klein Construction, Inc.'s proposal dated June 21, 2016, is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: Tommy Klein Construction, Inc. By: J �Q � 6—. PRINTED NAME: TITLE: Ps) '6U r1 t- COMPLETE ADDRESS: Tommy Klein Construction, Inc. 7312 Upland Avenue Lubbock, TX 79424 ATTEST: Co orat Secretary r CITY OF LUBBACK, TEXAS (OWNER): By: Daniel M. Pope, Mayor AT/ i( Rebec4a Garza, City Secretary APPROVED AS TO CONTENT: a r—votcf Wesley ver Director of Facilities Management Mark arwood, ,&ssistaA1 CiV Manager Chief Information Officer APPROVED AS TO FORM: e eputy Ci Attorney Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 t` FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 841h Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 71h business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at: https:ilwww.ci.lubbock.tx.usldepartmental-websitesldepartmentslpurcliasiiiglvendor-information DISCLOSURE OF INTERESTED PARTIES 42252.908 Texas Government Code 2252.908 Disclosure of Interested Parties [ Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf info forml295.htm GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 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 Successful Offeror, Tommy Klein Construction, Inc., who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, Wesley Everett, Director of Facilities Management, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. , I 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The Work must be operational and ready for the Owner's continuous use as intended. All initial training for Owner personnel required by the specifications by the Contractor and his subcontractors and suppliers shall have been completed. All final operations and maintenance manuals shall have been submitted and given a disposition of "no exceptions noted". All instrumentation and SCADA equipment shall be installed and operational. Final grading and seeding shall be performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished five copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work i contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no i extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, it's Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s)) has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be x_ a t i' v t encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor 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. If any such work should be covered without approval r or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination _A 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 A i __' F testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of �i the Contractor to require written confirmation of such extra work order b the Owner. It is also agreed that the ` q Y � compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: ti Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is-� commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 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 i clarification obtained before the proposals are received, and if no such notice is received by the Owner'suj 6 111 I ' Representative prior to the closing 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 closing of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 27. 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. t PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK 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 AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION 1 COVERAGE FOR EACH SUBCONTRACTOR. THE ENDORSEMENTS SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS. �...� A. Commercial General Liability Insurance (Additional Insured (to include products and complete operation) and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 per occurrence and $2,000,000 Combined Single Limit in the aggregate B. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 per Occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. C. Builder's Risk Insurance/Installation Floater Insurance —100% of the Total Contract Price D. Umbrella Liability Insurance — NOT REQUIRED E. Pollution - The contractor shall have Pollution Liability Insurance with limits of $1,000,000 per occurrence and $2,000,000 Combined Single Limit in the aggregate F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. 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 F 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 f delivering equipment or materials, or providing labor, transportation, or other service related to a Q 4 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. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 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; i 9 F (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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: The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. 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. 10' i� (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for 11 r� r7 coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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. 12 y i_,, 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may 13 i" enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. a 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to 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 $150, PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the 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 (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 14 s' 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS - No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the 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 i their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. I . 15 40. PRICE FOR WORK i In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the r progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial aA 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. t- 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 j Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been L J 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. l 3 16 k_- i# �_ i 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 b law or otherwise. P Y 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of two (2) years from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner L._ 17 U shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. 18 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 ti the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 19 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal 20 JI protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 57. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 58. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001) 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http:/;www.ci.lubbock.tx.us/departmental-websites%departments./purchasingi vendor -information 21 Page Intentionally Left Blank 0 DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank �1 EXHIBIT A General Decision Number: TX160334 O1/08/2016 TX334 Superseded General Decision Number: TX20150334 State: Texas Construction Type: Building Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER ......................$ 23.14 21.55 CARP0665-001 05/01/2014 Rates Fringes CARPENTER ........................$ 20.81 6.76 ----------------------------------------- ELEC0602-008 09/01/2015 Rates Fringes ELECTRICIAN ......................$ 21.19 30+8.80 ENGIO178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane .............$ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above ..... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under ..............$ 27.50 10.60 ----------------------------------------- * IRON0084-011 06/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL ........... $ 23.02 6.35 * IRON0263-003 06/01/2015 Rates Fringes IRONWORKER, STRUCTURAL ........... $ 23.00 6.55 PLUM0404-026 07/01/2013 Rates Fringes PIPEFITTER .......................$ 22.80 7.16 PLUMBER ..........................$ 22.80 7.16 SHEE0049-001 06/01/2015 Fringes SHEET METAL WORKER (HVAC Duct Rates Installation Only) ...............$ 22.93 11.33 ----------------------------------------- SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER .......................$ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER ... $ 19.60 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) ...............$ 19.77 7.13 IRONWORKER, REINFORCING .......... $ 12.27 0.00 LABORER: Common or General ...... $ 12.35 0.00 LABORER: Mason Tender - Brick ... $ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 10.58 0.00 LABORER: Pipelayer..............$ 12.49 2.13 LABORER: Roof Tearoff........... $ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 13.93 0.00 OPERATOR: Bulldozer .............$ 18.29 1.31 OPERATOR: Drill .................$ 16.22 0.34 OPERATOR: Forklift ..............$ 14.83 0.00 OPERATOR: Grader/Blade .......... $ 13.37 0.00 OPERATOR: Loader ................$ 13.55` 0.94 OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 16.03 0.00 OPERATOR: Roller ................$ 12.70 0.00 PAINTER (Brush, Roller, and Spray) ...........................$ 14.27 0.00 ROOFER ...........................$ 13.75 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 21.13 6.53 TILE FINISHER ....................$ 11.22 0.00 TILE SETTER ......................$ 14.00 2.01 TRUCK DRIVER: Dump Truck ........ $ 12.39 1.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck ............................$ 12.50 0.00 TRUCK DRIVER: Water Truck ....... $ 12.00 4.11 ----------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a 4 weighted average calculation of rates and t are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because m those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. Wage and Hour Administrator END OF GENERAL DECISION I EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the fair labor standards act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the fair labor standards act Page Intentionally Left Blank f, SPECIFICATIONS Page Intentionally Left Blank I LJ PROJECT MANUAL CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER RENOVATION LUBBOCK,TEXAS A R C H I T E C T C O N D R A Y DES IGN GROUP INC. 3708 UPLAND AVENUE LUBBOCK, TEXAS 79407 ( 806 ) 748-6190 MECHANICAL PLUMBING ENGINEERING CHAMBERS ENGINEERING, LLC 5501 SPUR 327 LUBBOCK, TEXAS 79424 (806) 687-9999 STRUCTURAL ENGINEERING JIM D. HILL, P.E. 5809 110TH STREET LUBBOCK, TEXAS 79424 (806) 535-3539 CDG 21403 DATE: 04/29/2016 SET NUMBER: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER TABLE OF CONTENTS - 1 CDG 21403 LEe AN cO a Q 12825 grEOF Division Section Title V f Pages PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS .......................................................................................................................................................................... 007000......... GENERAL CONDITIONS.................................................................:....................................... 1 008000 ......... SUPPLEMENTARY CONDITIONS......................................................................................... 11 SPECIFICATIONS GROUP General Requirements Subgroup DIVSION 01- GENERAL REQUIREMENTS 011000 ......... SUMMARY................................................................................................................................ 4 012300 ......... ALTERNATES........................................................................................................................... 2 012500 ......... SUBSTITUTION PROCEDURES............................................................................................. 3 012600 ......... CONTRACT MODIFICATION PROCEDURES...................................................................... 2 012900 ......... PAYMENT PROCEDURES....................................................................................................... 5 013100 ......... PROJECT MANAGEMENT AND COORDINATION............................................................. 9 013200 ......... CONSTRUCTION PROGRESS DOCUMENTATION............................................................. 5 013233 ......... PHOTOGRAPHIC DOCUMENTATION.................................................................................. 3 013300 ......... SUBMITTAL PROCEDURES................................................................................................... 9 014000 ......... QUALITY REQUIREMENTS................................................................................................... 8 015000 ......... ......................... TEMPORARY FACILITIES AND CONTROLS .................................. ........... 7 016000 ......... PRODUCT REQUIREMENTS.................................................................................................. 4 017300......... EXECUTION.............................................................................................................................. 9 017700 ......... CLOSEOUT PROCEDURES..................................................................................................... 5 017839......... PROJECT RECORD DOCUMENTS......................................................................................... 4 Facility Construction Subgroup DIVISION 02 - EXISTING CONDITIONS 024119 ......... SELECTIVE DEMOLITION..................................................................................................... 6 DMSION 03 — CONCRETE 033000......... CAST -IN -PLACE CONCRETE................................................................................................. 14 035416 ......... HYDRAULIC CEMENT UNDERLAYMENT.......................................................................... 4 11) r CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER TABLE OF CONTENTS - 2 CDG 21403 DIVISION 04 — MASONRY 042113 ......... BRICK MASONRY.................................................................................................................... 13 DIVISION 05 — METALS 055000 ......... METAL FABRICATIONS......................................................................................................... 6 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 061000 ......... ROUGH CARPENTRY.............................................................................................................. 7 064116 ......... PLASTIC -LAMINATE -FACED ARCHITECTURAL CABINETS ......................................... 7 DIVISION 07 - THERMAL AND MOISTURE PROTECTION 079200 ......... JOINT SEALANTS.................................................................................................................... 7 DIVISION 08 — OPENINGS 081113 ......... HOLLOW METAL DOORS AND FRAMES............................................................................ 8 087100 ......... DOOR HARDWARE................................................................................................................. 11 DIVISION 09 — FINISHES 092900 ......... GYPSUM BOARD..................................................................................................................... 7 093000 ......... TILING....................................................................................................................................... 8 095113 ......... ACOUSTICAL PANEL CEILINGS........................................................................................... 6 096513 ......... RESILIENT BASE AND ACCESSORIES................................................................................ 5 096813 ......... TILE CARPETING..................................................................................................................... 4 099113 ......... EXTERIOR PAINTING............................................................................................................. 7 099123 ......... INTERIOR PAINTING.............................................................................................................. 7 099300 ......... STAINING AND TRANSPARENT FINISHING...................................................................... 5 099999 ......... MATERIAL AND FINISH SCHEDULE................................................................................... 4 DIVISION 10 — SPECIALTIES 102113 ......... TOILET COMPARTMENTS..................................................................................................... 4 102600 ......... WALL AND DOOR PROTECTION.......................................................................................... 4 102800 ......... TOILET, BATH, AND LAUNDRY ACCESSORIES............................................................... 3 DIVISION 11— EQUIPMENT NOT APPLICABLE DIVISION 12 — FURNISHINGS 123661 ......... SIMULATED STONE COUNTERTOPS.................................................................................. 2 DIVISION 13 - 19 NOT APPLICABLE Facility Services Subgroup CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER TABLE OF CONTENTS - 3 CDG 21403 DIVISION 20 - RESERVED NOT APPLICABLE DIVISION 21 - FIRE SUPPRESSION NOT APPLICABLE DIVISION 22 - PLUMBING 220510 ......... COMMON WORK RESULTS FOR PLUMBING.................................................................... 14 220529 ......... HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT ..................... 8 220719 ......... PLUMBING PIPING INSULATION......................................................................................... 9 221116 ......... DOMESTIC WATER PIPING................................................................................................... 7 221119 ......... DOMESTIC WATER PIPING SPECIALTIES.......................................................................... 3 221316 ......... SANITARY WASTE AND VENT PIPING............................................................................... 5 221319 ......... SANITARY WASTE PIPING SPECIALTIES.......................................................................... 5 224100......... PLUMBING FIXTURES............................................................................................................ 7 DIVISION 23 - HEATING VENTILATING AND AIR CONDITIONING 230510......... COMMON WORK RESULTS FOR HVAC.............................................................................. 8 230529......... HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT ............................... 3 230553 ......... IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT ................................................ 2 233113 ......... METAL DUCTS......................................................................................................................... 7 233423 ......... HVAC POWER VENTILATORS.............................................................................................. 4 233713 ......... DIFFUSERS, REGISTERS, AND GRILLES............................................................................ 2 DIVISION 24 - RESERVED NOT APPLICABLE DIVISION 25 - INTEGRATED AUTOMATION NOT APPLICABLE DIVISION 26 - ELECTRICAL 260510 ......... COMMON WORK RESULTS FOR ELECTRICAL................................................................. 4 260515 ......... MINOR ELECTRICAL DEMOLITION FOR REMODELING ................................................ 3 260519 ......... LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES ......................... 4 260526 ......... GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS ........................................... 5 260529 ......... HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS ............................................... 5 260533 ......... RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS .................................................... 8 260553 ......... IDENTIFICATION FOR ELECTRICAL SYSTEMS................................................................ 6 260923 ......... LIGHTING CONTROL DEVICES............................................................................................ 5 262726 ......... WIRING DEVICES.................................................................................................................... 8 265100 ......... INTERIOR LIGHTING.............................................................................................................. 8 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER TABLE OF CONTENTS - 4 CDG 21403 DIVISION 27 - 29 NOT APPLICABLE Site and Infrastructure Subgroup DIVISION 30 - RESERVED NOT APPLICABLE DIVISION 31- EARTHWORK 311000 ......... SITE CLEARING....................................................................................................................... 312000 ......... EARTH MOVING...................................................................................................................... DIVISION 32 - EXTERIOR IMPROVEMENTS 321216 ......... ASPHALT PAVING................................................................................................................... 321313 ......... CONCRETE PAVING................................................................................................................ 321373 ......... CONCRETE PAVING JOINT SEALANTS.............................................................................. 321723 ......... PAVEMENT MARKINGS......................................................................................................... DIVISION 33 - 39 NOT APPLICABLE Process Equipment Subgroup DIVISION 40 - 49 NOT APPLICABLE END OF TABLE OF CONTENTS 4 9 5 9 4 2 CITY OF LUBBOCK MAE SIMMONS COMMINITY CENTER .DIVISION 22 AND 23 TABLE OF CONTENTS CDG 21403 Division Section Title Pages DIVISION 22 - PLUMBING 220510......... COMMON WORK RESULTS FOR PLUMBING............................................................. 14 220529......... HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT .............. 8 220719......... PLUMBING PIPING INSULATION................................................................................. 9 221116......... DOMESTIC WATER PIPING............................................................................................ 7 221 I 19......... DOMESTIC WATER PIPING SPECIALTIES.................................................................. 3 221316......... SANITARY WASTE AND VENT PIPING....................................................................... 5 221319......... SANITARY WASTE PIPING SPECIALTIES................................................................... 5 224I00......... PLUMBING FIXTURES.................................................................................................... 7 DIVISION 23 - BEATING VENTILATING AND AIR CONDITIONING 230510......... COMMON WORK RESULTS FOR HVAC...................................................................... 8 230529......... HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT ........................ 3 230553......... IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT ......................................... 2 233113......... METAL DUCTS................................................................................................................. 7 233423......... HVAC POWER VENTILATORS...................................................................................... 4 233713......... DIFFUSERS, REGISTERS, AND GRILLES..................................................................... 2 By: Duane Youngberg, P.E. # 103 841 Chambers Engineering, LLC TX Firm Registration #F-005124 5501 Spur 327 Lubbock, TX 79424 6y4I sic � �� 1 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER DIVISION 26 TABLE OF CONTENTS CDG 21403 Division Section Title Pages DIVISION 26 - ELECTRICAL 260510......... COMMON WORK RESULTS FOR ELECTRICAL......................................................... 4 260515......... MINOR ELECTRICAL DEMOLITION FOR REMODELING ......................................... 3 260519......... LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES .................. 4 260526......... GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS .......................... I........ 5 260529......... HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS ....................................... 5 260533......... RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS ............................................ 8 260553......... IDENTIFICATION FOR ELECTRICAL SYSTEMS........................................................ 6 260923......... LIGHTING CONTROL DEVICES.................................................................................... 5 262416......... PANELBOARDS................................................................................................................ 7 262726......... WIRING DEVICES............................................................................................................ 8 265100......... INTERIOR LIGHTING...................................................................................................... 8 By: Bobby D. Little, P.E. #88896 Chambers Engineering, LLC 5501 Spur 327 Lubbock, TX 79424 Ph: 806-687-9999; Fax: 806-687-9997 BOBBY D, Li TLE ................................ .. (1 COMcheck Software Version 4.0.2.5 Interior Lighting Compliance Certificate Section 1: Project Information Energy Code-, 2009 IECC Project Title: Mae Simmons Community/Senior Center Project Type: Alteration Construction Site: Owner/Agent: Designer/Contractor. 2004 Oak Ave. Alfred Ford Lubbock, TX 79404 Chambers Engineering LLC 5501 Spur 327 Lubbock, TX Section 2: Interior Lighting and Power Calculation A Area Category B Floor Area (ft2) C Allowed Watts / ft2 D Allowed Watts (B x C) Community Center (Convention Center) 7504 1.2 9005 Convention Center 3610 1.2 4332 Total Allowed Watts = 13337 Section 3: Interior Lighting Fixture Schedule A B C D E Fixture ID :Description /Lamp /Wattage Per Lamp /Ballast Lamps/ # of Fixture (G X D) L Fixture Fixtures Watt. Community Center ( Convention Center 7504 sq.ft.) Linear Fluorescent 1: A: 48" T8 32W (Super T8): Electronic: 2 46 64 2944 Linear Fluorescent 2: B: 48" T8 32W (Super T8): Electronic: 2 10 64 640 Linear Fluorescent 3: C: 46" T8 28W (Super T8): Electronic: 2 7 64 448 Linear Fluorescent 4: D: 24" T8 17W: Electronic: 2 32 34 1088 Convention Center (3610 sq.ft.) Linear Fluorescent 5: A: 48" T8 32W (Super T8): Electronic: 2 1 64 64 Linear Fluorescent 6: B: 48" T8 32W (Super T8): Electronic: 2 34 64 2176 Linear Fluorescent 7: C: 48" T8 32W (Super T8): Electronic: 2 6 64 384 Total Proposed Watts = 7744 Section 4: Requirements Checklist Lighting Wattage: 0 1. Total proposed watts must be less than or equal to total allowed watts. Allowed Watts Proposed Watts Complies " 13337 7744 Passes Controls, Switching, and Wiring:-� 0 2. Daylight zones under skylights more than 15 feet from the perimeter have fighting controls separate from daylight zones adjacent to vertical fenestration. 0 3. Daylight zones have individual lighting controls independent from that of the general area lighting. Exceptions: [] Contiguous daylight zones spanning no more than two orientations are allowed to be controlled by a single controlling device. Project Title: Mae Simmons Community/Senior Center Report date: 04 29/16 Data filename: E:114051\Electrical\(4X29116)COM CHECK- Electrical.cck Page 1 of 2 �.1 Daylight spaces enclosed by walls or ceiling height partitions and containing two or fewer light fixtures are not required to have a separate switch for general area lighting. 4. Independent controls for each space (switch/occupancy sensor). Exceptions: Areas designated as security or emergency areas that must be continuously illuminated. Lighting in stairways or corridors that are elements of the means of egress. 5. Master switch at entry to hotel/motel guest room. 6. Individual dwelling units separately metered. El 7. Medical task lighting or art/history display lighting claimed to be exempt from compliance has a control device independent of the control of the nonexempt lighting. 8. Each space required to have a manual control also allows for reducing the connected lighting Toad by at least 50 percent by either controlling all luminaires, dual switching of alternate rows of luminaires, alternate luminaires, or alternate lamps, switching the middle lamp luminaires independently of other lamps, or switching each luminaire or each lamp. Exceptions: EJ Only one luminaire in space. An occupant -sensing device controls the area. The area is a corridor, storeroom, restroom, public lobby or sleeping unit. Areas that use less than 0.6 Watts/sq.ft. 9. Automatic lighting shutoff control in buildings larger than 5,000 sq.ft. Exceptions: O Sleeping units, patient care areas; and spaces where automatic shutoff would endanger safety or security. 10.Photocell/astronomical time switch on exterior lights. Exceptions: Lighting intended for 24 hour use. 11.Tandem wired one -lamp and three -lamp ballasted luminaires (No single -lamp ballasts). Exceptions: Electronic high -frequency ballasts; Luminaires on emergency circuits or with no available pair. Section 5: Compliance Statement Compliance Statement: The proposed lighting alteration project represented in this document is consistent with the building plans, specifications and other calculations submitted with this permit application. The proposed lighting alteration project has been designed to meet the 2009 IECC, Chapter 8, requirements in COMcheck Version 4.0.2.5 and to comply with the mandatory requirements in the Requirements Checklist. Name - Title 4Si.gnre Date Project Title: Mae Simmons Community/Senior Center Data filename: E:kl405l\Electrical\(4\29\16)COM CHECK- Electrical.cck Report date: 04/29116 Page 2 of 2 �.h CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 007000-1 GENERAL CONDITIONS _g SECTION 007000 — GENERAL CONDITIONS PART 1 - GENERAL 1.1 APPLICABLE DOCUMENT A. AIA Document A201, 2007 ed. "General Conditions of the Contract for Construction' is a part of this project Manual to the same extent as if bound herein. Copies may be obtained from the Architect upon request. PART 2 — PRODUCTS (Not Used) PART 3 — EXECUTION (Not Used) END OF SECTION 007000 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 008000 — SUPPLEMENTARY CONDITIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 008000 - 1 SUPPLEMENTARY CONDITIONS A. Supplements: The following supplements modify, change, delete from or add to the "General Conditions of the Contract for Construction," AIA Document A201-2007. Where any article of the General Conditions is modified or any Paragraph, Subparagraph or Clause thereof is modified or deleted by these Supplementary Conditions, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause shall remain in effect. PART 2 - SUPPLEMENTS ARTICLE 1: GENERAL PROVISIONS 1.2 Correlation and Intent of the Contract Documents: Add the following Subparagraphs: "1.2.4 The mention of certain items in the Specifications to the exclusion of others (whether in the general statement of the work in a section or paragraph or in itemized lists of any nature); or the mention of work to be done in a specific area to the exclusion of similar or like work required in other areas; or the failure to properly cross-reference related work specified elsewhere, shall not relieve the Contractor of his responsibilities under the Contract Documents. 1.2.5 The titles of sections and paragraphs are not necessarily fully descriptive of the work required thereby. The segregation of the various parts of the Work under headings, by trades, does not relieve the Contractor of the responsibility for furnishing every item shown on the drawings or specified in the specifications, or reasonably inferable therefrom as being necessary to produce the intended results, whether properly segregated or not. 1.2.6 If an item is addressed differently in two places of the contract documents the greater quality or quantity applies and is assumed to take precedence." ARTICLE 2: OWNER 2.2.5 Delete the Subparagraph in its entirety and substitute the following: "2.2.5 The Contractor will be furnished, free of charge, <five copies> of Drawings and Project Manuals for execution of the Work. Additional copies may be purchased from the Architect at the cost of reproduction, postage and handling plus a reasonable mark-up." ARTICLE 3: CONTRACTOR Paragraph 3.4, Labor and Material; this section is supplemented by addition of the requirements specified in Division 01, Section "Product Requirements". <Paragraph 3.6, Taxes; Delete subparagraph 3.6.1 and substitute the following: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 008000 - 2 CDG 21403 SUPPLEMENTARY CONDITIONS 3.6.1 The Owner qualifies for exemption from State and Local Sales Taxes pursuant to the provisions of the Texas Limited Sales, Excise and Use Tax Act. 3.6.2 The Contractor performing this Contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this Contract by issuing to his suppliers an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller of Public Accounts Ruling No. 95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller of Public Accounts Ruling No. 95- 0.09 as amended to be effective October 2, 1968.> 3.7.4 Concealed or Unknown Conditions: Add the following Clauses 3.7.4.1 and 3.7.4.2: "3.7.4.1 The concealed conditions encountered below the surface of the ground mentioned in 3.7.4 shall apply to man-made conditions only. The materials to be excavated shall be considered as unclassified and the Contractor shall assume responsibility for excavating to the depths and limits required by the Contract Documents unless otherwise directed by the Architect, in which case the unit prices stated in the Contract Documents or subsequently agreed upon shall apply. 3.7.4.2 Failure of the drawings to show underground utility lines or other concealed piping, wiring, and the like shall not be construed as a guarantee on the part of the Architect or the Owner that such conditions do not exist, though unknown. All operations involving excavation or removals shall be done at the risk of the Contractor who shall take the necessary precautions to protect employees and the public from injury or death and to avoid damage to existing systems." Paragraph 3.8, Allowances; this section is supplemented by the addition of the requirements specified in Division 1, Section "Allowances". Paragraph 3.9 Superintendent: Add the following Subparagraphs: "3.9.4 The Contractor shall provide an experienced full-time Superintendent on the Project. The Superintendent shall be on the job site from 8:00 A.M. to 4:00 P.M. each workday for the duration of the Project. The Contractor agrees to pay the Owner $200.00 per day, or portion of any day, that the Superintendent is not on the job site, unless authorized in writing by the Owner. The Owner reserves the right to accept or reject the proposed Superintendent based upon the individual's qualifications." "3.9.5 The superintendent can not be changed during the course of the project without written approval from the Architect and Owner unless the superintendent leaves the employ of the Contractor." Paragraph 3.12, Shop Drawings, Product Data and Samples; this section is supplemented by addition of the requirements specified in Division 1, Section "Submittal Procedures". ARTICLE 4: ARCHITECT 4.2 Administration of the Contract: Add the following Clause: "4.2.15 Where "as directed," "as directed by Architect," or similar notation appears in the Contract Documents, the Contractor shall ask for and receive the necessary instructions from the Architect before proceeding with that portion of the Work. Requests for instructions shall be made with reasonable promptness." ARTICLE 5: SUBCONTRACTORS CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 008000 - 3 CDG 21403 SUPPLEMENTARY CONDITIONS Paragraph 5.2.1; This section is supplemented by addition of the requirements specified in Division 01, Section "Payment Procedures". 5.2 Award of Subcontracts and Other Contracts for Portions of the Work: Add the following Clauses 5.2.2.1 and 5.2.2.2: "5.2.2.1 If required by the Architect, the Contractor shall submit evidence that the person or entity he proposes to use are competent, have had experience and have performed satisfactorily on jobs of similar size, complexity, type and scope. The information, if required, shall give complete experience records of the proposed person or entity which shall include: Name of Job, Type of Job, General Contractor, Architect, Date Completed, Approximate Cost (of subcontract). 5.2.2.2 The acceptance of a person or entity (including those who are to furnish materials or equipment fabricated to a special design) shall not constitute approval of the materials they customarily handle, unless the materials are acceptable to the Architect as being equal to those specified in quality, function, performance and appearance. The Architect shall be the sole judge as to acceptability of the materials as to appearance." ARTICLE 7: CHANGES IN THE WORK 7.2.2 Add the following subparagraph and associated clauses: 7.2.2 In responding to a request for a proposed price for a change in the work, or in submitting a claim, the Contractor shall furnish a lump sum proposal supported by a complete breakdown as described hereafter, indicating the estimated or actual cost to the Contractor for performance of the changed work, including the applicable percentage of overhead and profit described hereafter. Any request for a time extension must be justified and presented in adequate detail, showing that the proposed change will delay the final Contract Completion Date, to permit evaluation. 7.2.2.1 The proposal for the adjustment of work which a Subcontractor directly performs shall contain the following items: a. Estimated cost, using any discounts to the trades, of the materials and supplies used, which shall be itemized completely to include unit cost, quantity and total cost. b. Estimated wages paid for skilled, semi -skilled or unskilled labor performing the additional work, which shall be itemized completely to include trade(s), hourly rate, hours and total cost. Such wages shall include labor required for performance of the changed work only. Working foremen may be included; all other supervisors shall be excluded and shall be considered as a part of field supervision. Labor for supporting services, including but not limited to safety provisions, layout, and trash removal, shall be excluded and shall be considered as a part of overhead. C. Estimated cost to the Contractor for additional construction equipment used solely on the Change Order work, to include rental rates of owned equipment rates for such items of equipment while in use, which shall be itemized completely to include type(s), the number(s) of each, hourly rate, hours and total cost. Equipment which is used regularly at the job shall be used in Change Order work at no extra charge. Rental of owned equipment rates shall be no greater than those established by the AGC for the local area. As used herein the terms "construction equipment" and "equipment" shall include wheeled vehicles and small tools. d. Estimated transportation costs for delivery and handling of materials and supplies, bringing to and removing from the site additional construction equipment and/or new items of installed equipment, if applicable, which shall be itemized separately. f t CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 008000 - 4 CDG 21403 SUPPLEMENTARY CONDITIONS e. Estimated off -site storage costs in excess of thirty (30) calendar days for new items of installed equipment, if applicable. Percentage permitted to be added to total sum of a, b, c, d, and a above, to cover all field supervision (including superintendents), use of other tools and equipment already on the job as necessary for performance of the Change Order work, field and general home office services and expenses, interference with other work, adjustments to progress schedules and all other overhead (including bond and insurance, only if the work is by Contract Amendment. Changes deducted from the Contingency Allowance (if any) shall not include additional percentage for Bond and Insurance.) and profit combined with the Contractor's O&P shall not exceed ten percent (10%). g. g) To the total cost proposed for the Change Order work which is the sum of a, b, c, d, a and f above, may be added to the net cost of the following, if applicable, Social Security, Old Age Pension and/or other taxes of like nature imposed upon the Subcontractor, or Contractor (when it performs the work) by the State or Federal Government, or both, which are incident solely to such Change Order work and which the Contractor would be required to pay if or as it performs the work. 7.2.2.2 To the amount of the adjustment of Subcontractor proposal(s) as listed under paragraph 7.2.2.1 above, the Contractor will be allowed to add a percentage to cover all overhead expenses and profit, including supervision, small tools, insurance and bond, this shall not exceed the combined allowable Subcontractor/Contractor percentage of ten percent (10%). It is expressly understood that when the Contractor performs the work with its own forces and there is no Subcontractor involved, the Contractor will be allowed the full maximum allowable markup of ten percent (10%). 7.2.2.3 In cases where changes in the work result in a credit to the Owner, the credit shall be limited to direct costs; that is, no overhead or profit shall be applied to such credit. In cases where a change in the work results in both credits and charges to the Owner, the Contractor will be allowed to add the overhead and profit percentages indicated in 7.2.2.1 and 7.2.2.2 to the net charge; if there is a net credit no overhead or profit shall be charged." ARTICLE 9: PAYMENTS AND COMPLETION Section 9.3 Applications For Payment; This section is supplemented by additions of the requirements specified in Division 01, Section "Payment Procedures". 9.3 Applications for Payment: Change as follows: 9.3.1 Add the following Clause 9.3.1.3: "9.3.1.3 Until Substantial Completion, the Owner will pay ninety percent of the amount due the Contractor on account of progress payments." 9.3.2 Add the following Clauses: "9.3.2.1 In preparing the Application for Payment, the Contractor shall verify the accuracy of the requests for payment submitted by his Subcontractors and materials suppliers and shall not include in his Application for Payment any sum which, in his opinion, if approved will result in an overpayment for their work performed or materials delivered. 9.3.2.2 All items which are shipped in crates or otherwise wrapped shall be uncrated or unwrapped and inspected by the Contractor upon arrival at the site. Materials shall be carefully inspected for quantities, sizes and color, if color selection is a consideration, damage, or defects; and if damaged, CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 008000 - 5 CDG 21403 SUPPLEMENTARY CONDITIONS defective, or otherwise not in conformance with the Contract Documents, shall be recorded immediately. 9.3.2.3 The contractor shall not request payment for any items until he has inspected the items and any materials which are not in conformance with the contract documents shall not be included in any Application for Payment." 9.10.2.1 In compliance with laws of the State of Texas, it is distinctly understood that by virtue of this Contract, no mechanic, Contractor, material man, artisan or laborer, whether skilled or unskilled shall in any manner have, claim or acquire any lien upon the house, building or any of the improvements of whatever nature or kind so erected or to be erected under this Contract or upon any so erected, built or situated. 9.10.2.2 Although the above Article clearly states that no entity may place a lien on this building or property, the Owner requires releases and waivers of liens as required in other portions of this Contract. 9.10.2.3 As a prerequisite to final payment, the Contractor shall submit the following items to the Architect, properly executed. 1. AIA Document G706 "Contractor's Affidavit of Payment of Debts and Claims". 2. AIA Document G706A "Contractor's Affidavit of Release of Liens", conditional upon receipt of final payment. 3. AIA Document G707 "Consent of Surety Company to Final Payment" along with Contractor's Release or Waiver of Lien (conditional upon receipt of final payment and Separate Releases or Waiver of Liens from all subcontractors and all material or equipment suppliers). 4. Written Guarantee by Contractor and each Subcontractor that work will be free of defects in materials and workmanship for a period of one year from date of Substantial Completion, except as otherwise specified. 5. Maintenance Manuals as required in Specifications. Add the following paragraph 9.11. 9.11 TIME FOR COMPLETION AND LIQUIDATED DAMAGES 9.11.1 It is hereby understood and mutually agreed, by and between the Contractor and Owner, that the date of beginning and the time for completion of the Work are essential conditions of the Contract. The Contractor agrees that the Work will be prosecuted regularly and diligently at such rate :. of progress as will insure full completion thereof within the specified time as agreed upon and set forth in the Contract. 9.11.2 If the Contractor shall neglect, fail or refuse to complete the Work within the contract time specified, or any proper extension thereof granted by the Owner, then the Contractor and the Contractor's surety will be liable for and does hereby agree to pay to the Owner the sum of $500.00/day, not as a penalty but as liquidation damages, for each and every calendar day that the Work remains incomplete after the time stipulated. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the extreme difficulty in fixing and ascertaining the actual damages the Owner would sustain in such an event, and said amount is agreed to be the amount of damages which the Owner would sustain. ARTICLE 10: PROTECTION OF PERSONS AND PROPERTY Add the following paragraph and associated subparagraphs: s i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 008000 - 6 SUPPLEMENTARY CONDITIONS r i 10.5 AFFIDAVIT FOR ASBESTOS EXCLUSION AND NOTIFICATION; 10.5.1 Within thirty (30) days of "Notice to Proceed" the Contractor will submit a notarized affidavit that states, "The undersigned Contractor certifies that to the best of his knowledge, information and belief the Work covered by the Contract Documents for this project will be completed without the use of any asbestos, asbestos related materials, fibers or equipment, and that the Architect and Owner will be immediately notified if the Contractor, or any of his assigns or subcontractors, uncovers or has belief that asbestos products or materials are being used, installed or uncovered at the jobsite." 10.5.2 Upon completion of the project the Contractor will submit a notarized affidavit that states, "The undersigned Contractor certifies that to the best of his knowledge, information and belief the Work has been completed without the use of any asbestos related materials, fiber or equipment." In addition, the Contractor shall prepare a ring binder with indexed dividers for each specification section. Behind each divider the Contractor shall insert the MSDS for each product utilized in the construction of the project that are associated with that section. ARTICLE 11: INSURANCE AND BONDS 11.1 Contractor's Liability Insurance: Add the following Clauses 11.1.1.9, 11.1.1.10: "11.1.1.9 Liability Insurance shall include all major divisions of coverage and be on a comprehensive basis including: 1. Premises Operations (including X, C and U coverage's as applicable). 2. Independent Contractors' Protective. 3. Products and Completed Operations. 4. Personal Injury Liability with Employment Exclusion deleted. 5. Contractual, including specified provision for Contractor's obligation under Paragraph 3.18. 6. Owned, non -owned and hired motor vehicles. 7. Broad Form Property Damage including Completed Operations. 11.1.1.10 If the General Liability coverage's are provided by a Commercial General Liability Policy on a claims -made basis, the policy date or Retroactive Date shall predate the Contract; the termination date of the policy or applicable extended reporting period shall be no earlier than the termination date of coverage's required to be maintained after final payment, certified in accordance with Subparagraph 9.10.2. 11.1.2. Delete the first sentence of subparagraph 11.1.2 and replace with the following: "The insurance required by Subparagraph 11.1.1 shall be written for not less than the following limits, or greater if required by law: 1. Workers'Compensation: (a) State: Statutory Limits (b) Employer's Liability, not less than: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 008000 - 7 CDG 21403 SUPPLEMENTARY CONDITIONS Bodily Injury by Accident (each accident) $ 100,000.00 Bodily Injury by Disease (each employee) $100,000.00 Bodily Injury by Disease (policy limit) $500,000.00 2. Comprehensive or Commercial General Liability including Premises Operations, Independent Contractors' Protective, Products and Completed Operations, Broad Form Property Damage, Contractual Insurance, and Personal Injury with coverage not less than the following: (a) General Aggregate: $2,000,000.00 and it shall apply, in total, to this Project only. (b) Products and Complete Operations Aggregate: $2,000,000.00 to be maintained for 1 year after final payment. (c) Personal Injury, with Employment Exclusion Deleted: $500,000.00. (d) Each Occurrence: $1,000,000.00 (e) Fire Damage (any one fire): $50,000.00 3. Business Auto Liability (including owned, non -owned and hired vehicles) with limits not less than the following: (a) Bodily injury and property damage with combined single limit of $ 1,000,000.00. 4. Umbrella Excess Liability: (a) $ 1,000,000.00 over primary insurance. 5. Builders Risk Insurance: The Contractor shall, during the progress of the work, maintain insurance equal to the full amount of the cost of the project plus three per cent for additional costs. Policy shall be inland marine form, subject to the approval of the Owner as to form. The insurance shall cover all work incorporated in the building project and all materials for the same in or about the premises. Money received under any such insurance shall be paid in the same manner as monthly progress payments in relation to the costs incurred in the rebuilding or reparation of the work destroyed or damaged. Builders Risk Insurance shall be subject to a deductible of $ 1,000.00 for all losses occasioned by perils insured. All other losses will be at the risk of the contractor(s). 6. Certificates of Insurance for the above coverage's shall be filed with the Owner before work is started.) 11.1.5. Add subparagraph 11.1.5 as follows: 11.1.5 Required workers' compensation coverage's, 28 TAC 110.110(c)(7), adopted to implement i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 Texas Labor Code 406.096. 11.1.5.1 Workers' Compensation Insurance Coverages A. Definitions: 008000 - 8 SUPPLEMENTARY CONDITIONS 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 §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entityprior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notes 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. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 008000 - 9 CDG 21403 SUPPLEMENTARY CONDITIONS H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verb coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01](44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notes the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (I) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 11.3 PROPERTY INSURANCE: 11.3.1 Modify the first sentence of Subparagraph 11.3.1 as follows: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 008000 - 10 SUPPLEMENTARY CONDITIONS Delete "unless otherwise provided, the Owner" and substitute "The Contractor." Add the following sentences: "The form of policy for this coverage shall be Completed Value. If the Owner is damaged by the failure of the Contractor to maintain such insurance, then the Contractor shall bear all reasonable costs properly attributable thereto." 11.3.1.2 Delete Clause 11.3.1.2. 11.3.1.3 Delete Clause 11.3.1.3. Add the following subparagraph 11.3.1.6: "11.3.1.6 The insurance required by Paragraph 11.3 is not intended to cover machinery, tools or equipment owned or rented by the Contractor which are utilized in the performance of the Work but not incorporated into the permanent improvements. The Contractor shall, at the Contractor's own expense, provide insurance coverage for owned or rented machinery, tools or equipment which shall be subject to the provisions of Subparagraph 11.3.7." 11.3.4 Delete Subparagraph 11.3.4. 11.3.6 Delete Subparagraph 11.3.6 and substitute the following: "11.3.6 Before an exposure to loss may occur, the Contractor shall file with the Owner two certified copies of the policy or policies providing his Property Insurance coverage, each containing those endorsements specifically related to the Project. Each policy shall contain a provision that the policy will not be canceled or allowed to expire until at least 30 days prior written notice has been given to the Contractor." 11.3.8 Modify Subparagraph 11.3.8 by substituting "Contractor" for "Owner" as fiduciary; except that at the first reference to "Owner" in the first sentence, substitute the word "this" for "Owner's." 11.3.9 Modify Subparagraph 11.3.9 by substituting "Contractor" for "Owner" each time the latter word appears. 11.3.10 Modify Subparagraph 11.3.10 by substituting "Contractor" for "Owner" each time the latter word appears. 11.4 PERFORMANCE BOND AND PAYMENT BOND: Delete Subparagraph 11.4.1 and substitute the following: "11.4.1 The Contractor shall furnish bonds covering faithful performance of the Contract and payment of obligations arising there under. Bonds shall be obtained from a Company listed on the current U.S. Treasury list of approved Sureties and Underwriters. The cost thereof shall be included in the Contract Sum. The amount of each bond shall be as stated elsewhere in the Project Manual. 11.4.1.1 The Contractor shall deliver the required bonds to the Owner not later than three days following the date the Agreement is entered into, or if the Work is to be commenced prior thereto in response to a letter of intent, the Contractor shall, prior to the commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished." ARTICLE 12: UNCOVERING AND CORRECTION OF WORK CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 008000 - 11 CDG 21403 SUPPLEMENTARY CONDITIONS 12.2 Correction of Work, Paragraph 12.2.2; this section is supplemented by the addition of the requirements as in the clauses listed below: 12.2.2.1 Except where otherwise stipulated in the contract documents, the Contractor shall, as per his contract, provide the Owner with a warranty for all materials and workmanship famished under this contract for a period of one (1) year after the date of substantial completion. The Contractor shall repair and make good, without expense to the Owner, any and all repair and make good, without expense to the Owner, any and all defects in his work which may develop within that time. 12.2.2.2 All required warranties shall be submitted to the Architect on an approved form before the building will be finally accepted, and all warranties and guarantees shall be dated the date of the Substantial Completion, regardless of the date of installation. 12.2.2.3 Just prior to termination of the one year warranty period, the Contractor shall accompany the Owner and Architect on an inspection tour of the building and shall note any defects and shall start remedying these defects within ten days of the inspection tour. For extended warranties or guarantees required by various sections, ie. roofing, compressors, mechanical equipment, the Owner will notify the Contractor of deficiencies and Contractor shall start remedying these defects within (7) seven days of initial notification from Owner. Contractor shall prosecute the work without interruption until accepted by the Owner and the Architect even though such prosecution should extend beyond the limits of the warranty period. ARTICLE 15: CLAIMS AND DISPUTES 15.4 Arbitration: 15.4.2 Delete the subparagraph in its entirety and substitute the following: "15.4.2 Nothing herein contained shall preclude setting aside of the award by a court of competent jurisdiction, or appeals therefrom through the courts as provided by law." END OF SECTION 008000 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 011000 - 1 CDG 21403 SUMMARY SECTION 011000 - SUMMARY U."', 11W61 21CILA"1 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Owner -furnished products. 4. Access to site. 5. Coordination with occupants. 6. Work restrictions. 7. Specification and drawing conventions. B. Related Requirements: 1. Section 015000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT INFORMATION A. Project Identification: City of Lubbock Mae Simmons Community Center 1. Project Location: 2302 Oak, Lubbock, Texas. B. Owner: City of Lubbock, 1625 13" Street, Lubbock, Texas 79401 1. Owner's Representative: Mr. George Lisenbe C. Architect: Condray Design Group, Inc. D. Architect's Consultants: The Architect has retained the following design professionals who have prepared designated portions of the Contract Documents: 1. Mechanical, Electrical & Plumbing Consultants: Chambers Engineering, 5501 Spur 327, Lubbock, Texas 79424 2. Structural Consultant: JDH Consulting, 5809 I 10' Street, Lubbock, Texas 79424 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: I CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 011000 - 2 CDG 21403 SUMMARY 1. The Project includes interior and exterior renovations to an existing community building and parking lot. Included are new interior finishes, new door hardware, accessibility upgrades to toilet rooms and kitchen areas, new lighting fixtures, new HVAC grilles, new lay -in ceiling panels, new flooring, refinishing and replacement of doors and frames, cabinet work, and painting. Exterior work includes repaving existing parking lot and accessibility upgrades to ramps, steps, and sidewalks. Exterior masonry repair and anti -graffiti sealer will be included. B. Type of Contract: Project will be constructed under a single prime contract. 1.5 OWNER -FURNISHED PRODUCTS A. Owner will furnish products indicated. The Work includes receiving, unloading, handling, storing, protecting, and installing Owner -furnished products and making building services connections unless otherwise noted. 1. Owner will arrange for and deliver Shop Drawings, Product Data, and Samples to Contractor. 2. Owner will arrange and pay for delivery of Owner -furnished items according to Contractor's Construction Schedule. 3. After delivery, Owner will inspect delivered items for damage. Contractor shall be present for and assist in Owner's inspection. 4. If Owner -furnished items are damaged, defective, or missing, Owner will arrange for replacement. 5. Owner will arrange for manufacturer's field services and for delivery of manufacturer's warranties to Contractor. 6. Owner will furnish Contractor the earliest possible delivery date for Owner -furnished products. Using Owner -furnished earliest possible delivery dates, Contractor shall designate delivery dates of Owner -furnished items in Contractor's Construction Schedule. 7. Contractor shall review Shop Drawings, Product Data, and Samples and return them to Architect noting discrepancies or anticipated problems in use of product. 8. Contractor is responsible for receiving, unloading, and handling Owner -furnished items at Project site. 9. Contractor is responsible for protecting Owner -furnished items from damage during storage and handling, including damage from exposure to the elements. 10. If Owner -furnished items are damaged as a result of Contractor's operations, Contractor shall repair or replace them. 11. Contractor shall install and otherwise incorporate Owner -furnished items into the Work. B. Owner -Furnished Products: Paper towel, soap, and toilet paper dispensers. 1.6 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. Driveways, Walkways and Entrances: Keep driveways loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 011000 - 3 SUMMARY a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on -site. C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations. 1.7 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and adjacent building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. 2. Notify Owner not less than 72 hours in advance of activities that will affect Owner's operations. 1.8 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On -Site Work Hours: Limit work in the existing building to normal business working hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, unless otherwise indicated. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than two days in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Owner not less than two days in advance of proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. E. Nonsmoking Facilities: Smoking is not permitted within the building or within 25 feet of entrances, operable windows, or outdoor -air intakes. F. Controlled Substances: Use of tobacco products and other controlled substances within the existing building or on Project site is prohibited. G. Employee Identification: Provide identification tags for Contractor personnel working on Project site. Require personnel to use identification tags at all times. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 011000 - 4 r -,, CDG 21403 SUMMARY H. Employee Screening: Comply with Owner's requirements for drug and background screening of Contractor personnel working on Project site. l . Maintain list of approved screened personnel with Owner's representative. 1.9 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 1 General Requirements: Requirements of Sections in Division 1 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products may be identified by abbreviations scheduled on Drawings. 3. Keynoting: Materials and products may be identified by reference keynotes referencing Specification Section numbers found in this Project Manual. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 011000 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 012300 - 1 CDG 21403 ALTERNATES ! i SECTION 012300 - ALTERNATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for alternates. 1.3 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the bidding requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.4 PROCEDURES A. Coordination: Revise or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated revisions to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION � {I CITY OF LUBBOCK MAESIMMONS COMMUNI Y CENTER 012 00-2 z> EOO2 403 ALTERNATES \ ~° I! SCHEDULE OF ALTERNATES A Alternate No. One: Light Fixture Type. E Base &d Provide lighting fixtures as indicated on Sheet E in the Light Fixture Schedule. z Alternate One: Provide LED §a& fixtures as indicated on Sheet E Eta separate Light Fixture ^ Schedule noted for alternate pricing. {> END OFSECTION 012300 (^ 6\ Y CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 012500 - SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS 012500 - 1 SUBSTITUTION PROCEDURES i 4i A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section 012300 "Alternates" for products selected under an alternate. 2. Section 016000 "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use a standard form that includes all information required by this Section. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 012500 - 2 CDG 21403 SUBSTITUTION PROCEDURES sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project, from ICC- ES. j. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. 1. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. in. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.6 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. t__ CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 012500 - 3 CDG 21403 SUBSTITUTION PROCEDURES Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Requested substitution provides sustainable design characteristics that specified product provided. C. Substitution request is fully documented and properly submitted. d. Requested substitution will not adversely affect Contractor's construction schedule. e. Requested substitution has received necessary approvals of authorities having jurisdiction. f. Requested substitution is compatible with other portions of the Work. g. Requested substitution has been coordinated with other portions of the Work. h. Requested substitution provides specified warranty. i. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Architect will consider requests for substitution if received within 60 days after the Notice of Award. Requests received after that time may be considered or rejected at discretion of Architect. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. C. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Requested substitution provides sustainable design characteristics that specified product provided. e. Substitution request is fully documented and properly submitted. f. Requested substitution will not adversely affect Contractor's construction schedule. g. Requested substitution has received necessary approvals of authorities having jurisdiction. h. Requested substitution is compatible with other portions of the Work. i. Requested substitution has been coordinated with other portions of the Work. j. Requested substitution provides specified warranty. k. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. PART 3 - EXECUTION (Not Used) END OF SECTION 012500 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 012600 - 1 F—= CDG 21403 CONTRACT MODIFICATION PROCEDURES t SECTION 012600 - CONTRACT MODIFICATION PROCEDURES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements: 1. Section 012500 "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 1.3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on Architect's standard Supplemental Instruction form. 1.4 PROPOSAL REQUESTS A. Owner -Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within (7) days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. If additional time is needed, on or before the seventh day, submit a list of affected sub -contractors with a schedule of anticipated date(s) that the pricing will be completed. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Architect. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 012600 - 2 CDG 21403 CONTRACT MODIFICATION PROCEDURES H B. Contractor -Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section 012500 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Architect. 1.5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.6 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 012600 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 012900 - PAYMENT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS 012900 - 1 PAYMENT PROCEDURES A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Requirements: 1. Section 012100 "Allowances" for procedural requirements governing the handling and processing of allowances. 2. Section 012600 "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 3. Section 013200 "Construction Progress Documentation" for administrative requirements governing the preparation and submittal of the Contractor's construction schedule. 1.3 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. 1. Coordinate line items in the schedule of values with other required administrative forms and schedules, including the following: a. Application for Payment forms with continuation sheets. b. Submittal schedule. C. Items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule of values to Architect at earliest possible date, but no later than 21 days before the date scheduled for submittal of initial Applications for Payment. 3. Subschedules for Phased Work: Where the Work is separated into phases requiring separately phased payments, provide subschedules showing values coordinated with each phase of payment. 4. Subschedules for Separate Elements of Work: Where the Contractor's construction schedule defines separate elements of the Work, provide subschedules showing values coordinated with each element. 5. Subschedules for Separate Design Contracts: Where the Owner has retained design professionals under separate contracts who will each provide certification of payment requests, provide CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 012900 - 2 PAYMENT PROCEDURES subschedules showing values coordinated with the scope of each design services contract as described in Section 011000 "Summary." B. Format and Content: Use Project Manual table of contents as a guide to establish line items for the schedule of values. Provide at least one line item for each Specification Section. Identification: Include the following Project identification on the schedule of values: a. Project name and location. b. Name of Architect. C. Architect's project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange schedule of values consistent with format of AIA Document G703. 3. Arrange the schedule of values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. C. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that affect value. g. Dollar value of the following, as a percentage of the Contract Sum to nearest one - hundredth percent, adjusted to total 100 percent. 1) Labor. 2) Materials. 3) Equipment. 4. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with Project Manual table of contents. Provide multiple line items for principal subcontract amounts in excess of five percent of the Contract Sum. 5. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 6. Provide a separate line item in the schedule of values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on -site and items stored off -site. If required, include evidence of insurance. 7. Provide separate line items in the schedule of values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 8. Allowances: Provide a separate line item in the schedule of values for each allowance. Show line -item value of unit -cost allowances, as a product of the unit cost, multiplied by measured quantity. Use information indicated in the Contract Documents to determine quantities. 9. Purchase Contracts: Provide a separate line item in the schedule of values for each purchase contract. Show line -item value of purchase contract. Indicate owner payments or deposits, if any, and balance to be paid by Contractor. 10. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 012900 - 3 PAYMENT PROCEDURES a. Temporary facilities and other major cost items that are not direct cost of actual work -in - place may be shown either as separate line items in the schedule of values or distributed as general overhead expense, at Contractor's option. 11. Schedule Updating: Update and resubmit the schedule of values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment following the initial Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: Submit Application for Payment to Architect by the 25 of the month. The period covered by each Application for Payment is one month, ending on the last day of the month. Submit draft copy of Application for Payment seven days prior to due date for review by Architect. C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made. 2. Include amounts for work completed following previous Application for Payment, whether or not payment has been received. Include only amounts for work completed at time of Application for Payment. 3. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. 4. Indicate separate amounts for work being carried out under Owner -requested project acceleration. E. Stored Materials: With prior approval by the Owner include in Application for Payment amounts applied for materials or equipment purchased or fabricated and stored, but not yet installed. Differentiate between items stored on -site and items stored off -site. For materials that are allowed to be stored off -site, abide by the following conditions unless otherwise agreed to in writing by the Owner. 1. Store materials in a Bonded Commercial Warehouse 2. Provide separate Insurance Coverage adequate not only to cover materials while in storage, but also in transit from the off -site storage areas to the project site. Copies of duly authenticated Certificates of Insurance, made out to insure the Owner which is signatory to the contract, must be filed with the Owner's representative and submitted with Application for Payment. 3. Provide supporting documentation that verifies amount requested, such as paid invoices. Match amount requested with amounts indicated on documentation; do not include overhead and profit on stored materials. i'- CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 012900 - 4 i, CDG 21403 PAYMENT PROCEDURES 4. Inspection by Owner's representative is allowed at any time. The Owner's Inspectors must be satisfied with the security, control, maintenance, and preservation measures. 5. Materials for this project are physically separated and marked for the project in a sectioned - off area. Only materials which have been approved through the submittal process are to be considered for payment. 6. Owner reserves the right to reject materials at any time prior to final acceptance of the complete Contract if they do not meet Contract requirements regardless of any previous } progress payment made. 7. With each monthly payment estimate, submit a report to the Architect listing the quantities of materials already paid for and still stored in the off -site location. 8. Make warehouse records, receipts and invoices available to Owner's representatives, upon request, to verify the quantities and their disposition. 9. In the event of Contract termination or default by Contractor, the items in storage off -site, upon which payment has been made, will be promptly turned over to Owner or Owner's 1-4 agents at a location near the jobsite as directed by the Owner. The full provisions of Performance and Payment Bonds on this project cover the materials off -site in every respect as though they were stored on the Project Site. 10. Provide summary documentation for stored materials indicating the following: 'a a. Value of materials previously stored and remaining stored as of date of previous Applications for Payment. b. Value of previously stored materials put in place after date of previous Application for Payment and on or before date of current Application for Payment. C. Value of materials stored since date of previous Application for Payment and remaining stored as of date of current Application for Payment. Transmittal: Submit three signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. G. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's liens from subcontractors, sub -subcontractors, and suppliers for construction period covered by the previous application. 1. Submit partial waivers on each item for amount requested in previous application, after deduction for retainage, on each item. 2. When an application shows completion of an item, submit conditional final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Submit final Application for Payment with or preceded by conditional final waivers from every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. 5. Waiver Forms: Submit executed waivers of lien on forms, acceptable to Owner. H. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of values. 3. Contractor's construction schedule (preliminary if not final). 4. Products list (preliminary if not final). 5. Schedule of unit prices. 6. Submittal schedule (preliminary if not final). 7. List of Contractor's staff assignments. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 c. 012900 - 5 PAYMENT PROCEDURES 8. Copies of building permits. 9. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 10. Report of preconstruction conference. 11. Certificates of insurance and insurance policies. 12. Performance and payment bonds. Application for Payment at Substantial Completion: After Architect issues the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificate(s) of Substantial Completion issued previously for Owner occupancy of designated portions of the Work. Final Payment Application: After completing Project closeout requirements, submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 5. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 6. AIA Document G707, "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 9. Final liquidated damages settlement statement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 012900 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013100 - 1 CDG 21403 PROJECT MANAGEMENT AND COORDINATION SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General coordination procedures. 2. Coordination drawings. 3. Requests for Information (RFIs). 4. Project meetings. B. Each contractor shall participate in coordination requirements. Certain areas of responsibility are assigned to a specific contractor. C. Related Requirements: 1. Section 013200 "Construction Progress Documentation" for preparing and submitting Contractor's construction schedule. 2. Section 017300 "Execution" for procedures for coordinating general installation and field - engineering services, including establishment of benchmarks and control points. 3. Section 017700 "Closeout Procedures" for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Owner, Architect, or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. B. Key Personnel Names: Within 15 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home, CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013100 - 2 I CDG 21403 PROJECT MANAGEMENT AND COORDINATION office, and cellular telephone numbers and e-mail addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. Post copies of list in project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. 1.5 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. D. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. Coordinate use of temporary utilities to minimize waste. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. See other Sections for disposition of salvaged materials that are designated as Owner's property. 1.6 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings according to requirements in individual Sections, and additionally where installation is not completely shown on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013100 - 3 CDG 21403 PROJECT MANAGEMENT AND COORDINATION I 1. Content: Project -specific information, drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information, as applicable: a. Use applicable Drawings as a basis for preparation of coordination drawings. Prepare sections, elevations, and details as needed to describe relationship of various systems and components. b. Coordinate the addition of trade -specific information to the coordination drawings by multiple contractors in a sequence that best provides for coordination of the information and resolution of conflicts between installed components before submitting for review. C. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. d. Indicate space requirements for routine maintenance and for anticipated replacement of components during the life of the installation. e. Show location and size of access doors required for access to concealed dampers, valves, and other controls. f. Indicate required installation sequences. g. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. B. Coordination Drawing Organization: Organize coordination drawings as follows: 1. Floor Plans and Reflected Ceiling Plans: Show architectural and structural elements, and mechanical, plumbing, fire -protection, fire -alarm, and electrical Work. Show locations of visible ceiling -mounted devices relative to acoustical ceiling grid. Supplement plan drawings with section drawings where required to adequately represent the Work. 2. Plenum Space: Indicate subframing for support of ceiling and wall systems, mechanical and electrical equipment, and related Work. Locate components within ceiling plenum to accommodate layout of light fixtures indicated on Drawings. Indicate areas of conflict between light fixtures and other components. 3. Mechanical Rooms: Provide coordination drawings for mechanical rooms showing plans and elevations of mechanical, plumbing, fire -protection, fire -alarm, and electrical equipment. 4. Structural Penetrations: Indicate penetrations and openings required for all disciplines. 5. Slab Edge and Embedded Items: Indicate slab edge locations and sizes and locations of embedded items for metal fabrications, sleeves, anchor bolts, bearing plates, angles, door floor closers, slab depressions for floor finishes, curbs and housekeeping pads, and similar items. 6. Mechanical and Plumbing Work: Show the following: a. Sizes and bottom elevations of ductwork, piping, and conduit runs, including insulation, bracing, flanges, and support systems. b. Dimensions of major components, such as dampers, valves, diffusers, access doors, cleanouts and electrical distribution equipment. C. Fire -rated enclosures around ductwork. Electrical Work: Show the following: a. Runs of vertical and horizontal conduit 1-1/4 inches in diameter and larger. b. Light fixture, exit light, emergency battery pack, smoke detector, and other fire -alarm locations. C. Panel board, switch board, switchgear, transformer, busway, generator, and motor control center locations. d. Location of pull boxes and junction boxes, dimensioned from column center lines. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013100 - 4 CDG 21403 PROJECT MANAGEMENT AND COORDINATION 8. Review: Architect will review coordination drawings to confirm that the Work is being coordinated, but not for the details of the coordination, which are Contractor's responsibility. If Architect determines that coordination drawings are not being prepared in sufficient scope or detail, or are otherwise deficient, Architect will so inform Contractor, who shall make changes as directed and resubmit. C. Coordination Digital Data Files: Prepare coordination digital data files according to the following requirements: 1. File Preparation Format: Same digital data software program, version, and operating system as original Drawings. 2. File Preparation Format: DWG, latest version, operating in Microsoft Windows operating system. 3. File Submittal Format: Submit or post coordination drawing files using format same as file preparation format. 4. Architect will furnish Contractor one set of digital data files of Drawings for use in preparing coordination digital data files. a. Architect makes no representations as to the accuracy or completeness of digital data files as they relate to Drawings. b. Digital Data Software Program: Drawings are available in DWG 2004 format. C. Contractor shall execute a data licensing agreement in the form of Agreement form made available upon request to the Architect. 1.7 REQUESTS FOR INFORMATION (RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Project number. 3. Date. 4. Name of Contractor. 5. Name of Architect. 6. RFI number, numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs, as appropriate. 9. Drawing number and detail references, as appropriate. 10. Field dimensions and conditions, as appropriate. 11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 12. Contractor's signature. 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. 4 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013100 - 5 CDG 21403 PROJECT MANAGEMENT AND COORDINATION i a. Include dimensions, thicknesses, structural grid references, and details of affected' materials, assemblies, and attachments on attached sketches. C. RFI Forms: Software -generated form with substantially the same content as indicated above, acceptable to Architect. I. Attachments shall be electronic files in Adobe Acrobat PDF format. D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven working days for Architect's response for each RFI. RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. The following Contractor -generated RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section 012600 "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architectin writing within 10 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log bi-weekly. Include the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were returned without action or withdrawn. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. 1. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 2. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. 1.8 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. 1', CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013100 - 6 CDG 21403 PROJECT MANAGEMENT AND COORDINATION 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. 1. Conduct the conference to review responsibilities and personnel assignments. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing and long -lead items. d. Designation of key personnel and their duties. e. Lines of communications. f Procedures for processing field decisions and Change Orders. g. Procedures for RFIs. h. Procedures for testing and inspecting. i. Procedures for processing Applications for Payment. j. Distribution of the Contract Documents. k. Submittal procedures. 1. Sustainable design requirements when applicable. in. Preparation of record documents. n. Use of the premises and existing building when applicable. o. Work restrictions. P. Working hours. q. Owner's occupancy requirements. r. Responsibility for temporary facilities and controls. S. Procedures for moisture and mold control. t. Procedures for disruptions and shutdowns. U. Construction waste management and recycling. - V. Parking availability. W. Office, work, and storage areas. X. Equipment deliveries and priorities. Y. Security. Z. Progress cleaning. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013100 - 7 CDG 21403 PROJECT MANAGEMENT AND COORDINATION 2. Agenda: Review progress of other construction activities and preparations for the particular ' activity under consideration, including requirements for the following: a. Contract Documents. b. Options. C. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Sustainable design requirements where applicable. i. Review of mockups. j. Possible conflicts. k. Compatibility requirements. 1. Time schedules. in. Weather limitations. n. Manufacturer's written instructions. o. Warranty requirements. P. Compatibility of materials. q. Acceptability of substrates. r. Temporary facilities and controls. S. Space and access limitations. t. Regulations of authorities having jurisdiction. U. Testing and inspecting requirements. V. Installation procedures. W. Coordination with other work. X. Required performance results. Y. Protection of adjacent work. Z. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Project Closeout Conference: Schedule and conduct a project closeout conference, at a time convenient to Owner and Architect, but no later than 90 days prior to the scheduled date of Substantial Completion. 1. Conduct the conference to review requirements and responsibilities related to Project closeout. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the meeting. Participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect or delay Project closeout, including the following: a. Preparation of record documents. b. Procedures required prior to inspection for Substantial Completion and for final inspection for acceptance. C. Submittal of written warranties. d. Requirements for preparing operations and maintenance data. e. Requirements for delivery of material samples, attic stock, and spare parts. f. Requirements for demonstration and training. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013100 - 8 CDG 21403 PROJECT MANAGEMENT AND COORDINATION g. Preparation of Contractor's punch list. h. Procedures for processing Applications for Payment at Substantial Completion and for final payment. i. Submittal procedures. j. Owner's partial occupancy requirements. k. Installation of Owner's furniture, fixtures, and equipment. 1. Responsibility for removing temporary facilities and controls. 4. Minutes: Entity conducting meeting will record and distribute meeting minutes. E. Progress Meetings: Conduct progress meetings at regularly schedule intervals as agreed upon at Preconstruction Meeting but not less frequently than biweekly. 1. Coordinate dates of meetings with preparation of payment requests. 2. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off -site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Progress cleaning. 10) Quality and work standards. 11) Status of correction of deficient items. 12) Field observations. 13) Status of RFIs. 14) Status of proposal requests. 15) Pending changes. 16) Status of Change Orders. 17) Pending claims and disputes. 18) Documentation of information for payment requests. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013100 - 9 CDG 21403 PROJECT MANAGEMENT AND COORDINATION a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 0 13 100 i' t_ CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013200 - 1 CDG 21403 CONSTRUCTION PROGRESS DOCUMENTATION SECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Contractor's construction schedule. 2. Daily construction reports. 3. Site condition reports. B. Related Requirements: 1. Section 013300 "Submittal Procedures" for submitting schedules and reports. 2. Section 014000 "Quality Requirements" for submitting a schedule of tests and inspections. 1.3 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format: 1. Working electronic copy of schedule file, where indicated. 2. PDF electronic file. B. Startup Network Diagram: Of size required to display entire network for entire construction period. Show logic ties for activities. C. Contractor's Construction Schedule: Initial schedule, of size required to display entire schedule for entire construction period. 1. Submit a working electronic copy of schedule, using software indicated, and labeled to comply with requirements for submittals. Include type of schedule (initial or updated) and date on label. D. Daily Construction Reports: Submit at monthly intervals. E. Site Condition Reports: Submit at time of discovery of differing conditions. 1.4 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. �g. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013200 - 2 CDG 21403 CONSTRUCTION PROGRESS DOCUMENTATION B. Coordinate Contractor's construction schedule with the schedule of values, list of subcontracts, submittal schedule, progress reports, payment requests, and other required schedules and reports. l . Secure time commitments for performing critical elements of the Work from entities involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART2-PRODUCTS 2.1 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for commencement of the Work to date of final completion. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each story or separate area as a separate numbered activity for each main element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Section 013300 "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's construction schedule with submittal schedule. 4. Startup and Testing Time: Include no fewer than 15 days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's administrative procedures necessary for certification of Substantial Completion. 6. Punch List and Final Completion: Include not more than 30 days for completion of punch list items and final completion. C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. 2. Owner -Furnished Products: Include a separate activity for each product. Include delivery date indicated in Section 011000 "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 3. Work Restrictions: Show the effect of the following items on the schedule: a. Use of premises restrictions. 4. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Submittals. b. Purchases. C. Mockups. I CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013200 - 3 CDG 21403 CONSTRUCTION PROGRESS DOCUMENTATION d. Fabrication. e. Deliveries. f. Installation. g. Tests and inspections. h. Curing. s i. Startup and placement into final use and operation. Construction Areas: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Structural completion. b. Temporary enclosure and space conditioning. C. Permanent space enclosure. d. Completion of mechanical installation. e. Completion of electrical installation. f. Substantial Completion. D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and final completion, and the following interim milestones: Temporary enclosure and space conditioning. E. Cost Correlation: Superimpose a cost correlation timeline, indicating planned and actual costs. On the line, show planned and actual dollar volume of the Work performed as of planned and actual dates used for preparation of payment requests. See Section 012900 "Payment Procedures" for cost reporting and payment procedures. F. Upcoming Work Summary: Prepare summary report indicating activities scheduled to occur or commence prior to submittal of next schedule update. Summarize the following issues: Unresolved issues. Unanswered Requests for Information. Rejected or unreturned submittals. Notations on returned submittals. Pending modifications affecting the Work and Contract Time. G. Recovery Schedule: When periodic update indicates the Work is 14 or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. Indicate changes to working hours, working days, crew sizes, and equipment required to achieve compliance, and date by which recovery will be accomplished. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) A. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal, Gantt -chart -type, Contractor's construction schedule within 30 days of date established for commencement of the Work. Base schedule on the startup construction schedule and additional information received since the start of Project. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. { CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013200 - 4 CDG 21403 CONSTRUCTION PROGRESS DOCUMENTATION 1. For construction activities that require three months or longer to complete, indicate an estimated completion percentage in 10 percent increments within time bar. 2.3 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. Approximate count of personnel at Project site. 3. Material deliveries. 4. High and low temperatures and general weather conditions, including presence of rain or snow. 5. Accidents. 6. Meetings and significant decisions. 7. Unusual events (see special reports). 8. Stoppages, delays, shortages, and losses. 9. Emergency procedures. 10. Orders and requests of authorities having jurisdiction. 11. Change Orders received and implemented. 12. Construction Change Directives received and implemented. 13. Services connected and disconnected. 14. Equipment or system tests and startups. 15. Partial completions and occupancies. 16. Substantial Completions authorized. B. Site Condition Reports: Immediately on discovery of a difference between site conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request for Information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Scheduling Consultant: Engage a consultant to provide planning, evaluation, and reporting using CPM scheduling. 1. In -House Option: Owner may waive the requirement to retain a consultant if Contractor employs skilled personnel with experience in CPM scheduling and reporting techniques. Submit qualifications. 2. Meetings: Scheduling consultant shall attend all meetings related to Project progress, alleged delays, and time impact. B. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate final completion percentage for each activity. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013200 - 5 CDG 21403 CONSTRUCTION PROGRESS DOCUMENTATION C. Distribution: Distribute copies of approved schedule to Architect, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need -to -know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the t. Work and are no longer involved in performance of construction activities. END OF SECTION 013200 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 013233 - PHOTOGRAPHIC DOCUMENTATION PART1-GENERAL 1.1 RELATED DOCUMENTS 013233 - 1 PHOTOGRAPHIC DOCUMENTATION r A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Preconstruction video recordings. B. Related Requirements: 1. Section 013300 "Submittal Procedures" for submitting photographic documentation. 2. Section 017700 "Closeout Procedures" for submitting photographic documentation as project record documents at Project closeout. 3. Section 024119 "Selective Demolition" for submitting photographic documentation before selective demolition operations commence. 4. Section 311000 "Site Clearing" for photographic documentation before site clearing operations commence. 1.3 INFORMATIONAL SUBMITTALS A. Key Plan: Submit key plan of Project site and building with notation of vantage points marked for location and direction of each photograph or video recording. Indicate elevation or story of construction. Include same information as corresponding photographic documentation. B. Digital Photographs: Submit image files within three days of taking photographs. 1. Digital Camera: Minimum sensor resolution of 8 megapixels. 2. Format: Minimum 3200 by 2400 pixels, in unaltered original files, with same aspect ratio as the sensor, uncropped, date and time stamped, in folder named by date of photograph, accompanied by key plan file. 3. Identification: Provide the following information with each image description in file metadata tag: a. Name of Project. b. Name of Architect. C. Name of Contractor. d. Date photograph was taken. e. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. f. Unique sequential identifier keyed to accompanying key plan. C. Video Recordings: Submit video recordings within seven days of recording. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013233 - 2 w- CDG 21403 PHOTOGRAPHIC DOCUMENTATION 1. Submit video recordings in digital video disc format acceptable to Architect. 2. Identification: With each submittal, provide the following information: a. Name of Project. b. Name and address of photographer. C. Name of Architect. d. Name of Contractor. e. Date video recording was recorded. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. g. Weather conditions at time of recording. 3. Transcript: Prepared on 8-1/2-by-II-inch paper, punched and bound in heavy-duty, three-ring, vinyl -covered binders. Mark appropriate identification on front and spine of each binder. Include } a cover sheet with same label information as corresponding video recording. Include name of Project and date of video recording on each page. PART2-PRODUCTS 2.1 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in JPG format, produced by a digital camera with minimum sensor size of 8 megapixels, and at an image resolution of not less than 3200 by 2400 pixels. B. Digital Video Recordings: Provide high -resolution, digital video disc in format acceptable to Architect. PART 3 - EXECUTION 3.1 CONSTRUCTION PHOTOGRAPHS A. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. B. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image -editing software. 1. Date and Time: Include date and time in file name for each image. 2. Field Office Images: Maintain one set of images accessible in the field office at Project site, available at all times for reference. Identify images in the same manner as those submitted to Architect. C. Preconstruction Photographs: Before commencement of demolition, take photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by Architect. 1. Flag construction limits before taking construction photographs. 2. Where applicable, take 20 photographs to show existing conditions adjacent to property before starting the Work. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013233 - 3 CDG 21403 PHOTOGRAPHIC DOCUMENTATION 3. Where applicable, take 20 photographs of existing buildings either on or adjoining property to accurately record physical conditions at start of construction. 4. Take additional photographs as required to record settlement or cracking of adjacent structures, pavements, and improvements. 3.2 CONSTRUCTION VIDEO RECORDINGS A. Recording: Mount camera on tripod before starting recording unless otherwise necessary to show area of construction. Display continuous running time and date. At start of each video recording, record weather conditions from local newspaper or television and the actual temperature reading at Project site. B. Narration: Describe scenes on video recording by audio narration by microphone while video recording is recorded. Include description of items being viewed, recent events, and planned activities. At each change in location, describe vantage point, location, direction (by compass point), and elevation or story of construction. Confirm date and time at beginning and end of recording. Begin each video recording with name of Project, Contractor's name, videographer's name, and Project location. C. Preconstruction Video Recording: Before starting demolition, record video recording of Project site and surrounding properties from different vantage points, as directed by Architect. 1. Flag construction limits before recording construction video recordings. 2. Show existing conditions adjacent to Project site before starting the Work. 3. Show existing buildings either on or adjoining Project site to accurately record physical conditions at the start of demolition where applicable or new construction. 4. Show protection efforts by Contractor. END OF SECTION 013233 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER �- CDG 21403 SECTION 013300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS 013300 - 1 SUBMITTAL PROCEDURES A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Requirements: 1. Section 012900 "Payment Procedures" for submitting Applications for Payment and the schedule of values. 2. Section 013200 "Construction Progress Documentation" for submitting schedules and reports, including Contractor's construction schedule. 3. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and from another computer over a network and that serves as the basis for standard Internet protocols. An FTP site is a portion of a network located outside of network firewalls within which internal and external users are able to access files. D. Portable Document Format (PDF): An open standard file format licensed by Adobe Systems used for representing documents in a device -independent and display resolution -independent fixed -layout document format. 1.4 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013300 - 2 CDG 21403 SUBMITTAL PROCEDURES submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Initial Submittal: Submit concurrently with startup construction schedule. Include submittals required during the first 60 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. C. Submittal category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's final release or approval. g. Scheduled date of fabrication. h. Scheduled dates for purchasing. i. Scheduled dates for installation. j. Activity or event number. 1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings will be provided by Architect for Contractor's use in preparing submittals. 1. Architect will furnish (1) one single layer background screen of the architectural floor plan and/or reflected ceiling plan in electronic format. a. Architect makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. b. Digital Drawing Software Program: The Contract Drawings are available in AutoCAD 2004 format (.dwg). C. Contractor shall execute a data licensing agreement in the form of Agreement form provide upon request to the Architect. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013300 - 3 CDG 21403 SUBMITTAL PROCEDURES a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. 4. Sequential Review: Where sequential review of submittals by Architect's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. These include, but are not limited to the following Sections a. Structural b. Mechanical C. Plumbing d. Electrical D. Electronic Submittals: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use sequential submittal number, Specification Section number followed by a dash and then a sequential suffix number and then the Specification Section name. (e.g., 1 - 123456-01 Spec Section). Resubmittals shall have a new sequential suffix number (e.g., 1 - 123456-02 Spec Section). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. 4. Transmittal Form for Electronic Submittals: Use electronic form acceptable to Owner, containing the following information: a. Project name. b. Date. C. Name and address of Architect. d. Name of Contractor. e. Name of firm or entity that prepared submittal. f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. h. Submittal purpose and description. i. Specification Section number and title. j. Specification paragraph number or drawing designation multiple items. k. Drawing number and detail references, as appropriate. 1. Location(s) where product is to be installed, as appropriate. M. Related physical samples submitted directly. n. Indication of full or partial submittal. o. Transmittal number, numbered consecutively. and generic name for each of CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 P. Submittal and transmittal distribution record. q. Other necessary identification. r. Remarks. 013300 - 4 SUBMITTAL PROCEDURES-_, 5. Metadata: Include the following information as keywords in the electronic submittal file metadata: a. Project name. b. Number and title of appropriate Specification Section. C. Manufacturer name. d. Product name. E. Options: Identify options requiring selection by Architect. F. Deviations and Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. G. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Architect's action stamp. H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. I. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. PART 2 - PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Submit electronic submittals via email as PDF electronic files. a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. If file size is too large to send via email (over 10 MB), post electronic submittals as PDF electronic files directly to Architect's FTP site specifically established for Project and notify Architect by email when files have been posted. a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013300 - 5 CDG 21403 SUBMITTAL PROCEDURES 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. C. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams showing factory -installed wiring. b. Printed performance curves. C. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format: a. PDF electronic file. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. C. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. Co.,l an � gnaat„re of pr..f ssio a! a. .�.,.., ..�... vaa,,..�...., ..a f.a>. a..�v...aa... 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches, but no larger than 30 by 42 inches. 3. Submit Shop Drawings in the following format: a. PDF electronic file. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013300 - 6 CDG 21403 SUBMITTAL PROCEDURES a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. d. Number and title of applicable Specification Section. e. Specification paragraph number and generic name of each item. 3. For projects where electronic submittals are required, provide corresponding electronic submittal of Sample transmittal, digital image file illustrating Sample characteristics, and identification information for record. 4. Disposition: Maintain sets of approved Samples at Project site, available for quality -control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 5. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. 6. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. Number of Samples: Submit three sets of Samples. Architect will retain two Sample sets; remainder will be returned. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. E. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product indicated in the Contract Documents or assigned by Contractor if none is indicated. 2. Manufacturer and product name, and model number if applicable. 3. Number and name of room or space. 4. Location within room or space. 5. Submit product schedule in the following format: a. PDF electronic file. f CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013300 - 7 CDG 21403 SUBMITTAL PROCEDURES F. Coordination Drawing Submittals: Comply with requirements specified in Section 013100 "Project Management and Coordination." G. Contractor's Construction Schedule: Comply with requirements specified in Section 013200 "Construction Progress Documentation." H. Application for Payment and Schedule of Values: Comply with requirements specified in Section 012900 "Payment Procedures." I. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Section 014000 "Quality Requirements." J. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Section 017700 "Closeout Procedures." K. Maintenance Data: Comply with requirements specified in Section 017823 "Operation and Maintenance Data." L. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. M. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. N. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. O. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. P. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. Q. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. R. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. S. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. T. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 1 I CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. 013300 - 8 SUBMITTAL PROCEDURES U. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. V. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. W. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. X. Design Data: Prepare and submit written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Project Closeout and Maintenance Material Submittals: See requirements in Section 017700 "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and Iocation, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S ACTION A. Action Submittals: Architect will review each submittal, make marks to indicate corrections or revisions required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. B. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 013300 - 9 CDG 21403 SUBMITTAL PROCEDURES D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Submittals not required by the Contract Documents may be returned by the Architect without action. END OF SECTION 013300 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 014000 - 1 CDG 21403 QUALITY REQUIREMENTS SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1� =1llutU"WXA1A A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality -assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality -assurance and -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. 1.3 DEFINITIONS A. Quality -Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect. C. Mockups: Full-size physical assemblies that are constructed on -site. Mockups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 1. Laboratory Mockups: Full-size physical assemblies constructed at testing facility to verify performance characteristics. 2. Integrated Exterior Mockups: Mockups of the exterior envelope erected separately from the building but on Project site, consisting of multiple products, assemblies, and subassemblies. 3. Room Mockups: Mockups of typical interior spaces complete with wall, floor, and ceiling finishes, doors, windows, millwork, casework, specialties, furnishings and equipment, and lighting. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 014000 - 2 r- CDG 21403 QUALITY REQUIREMENTS i D. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria. E. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. F. Source Quality -Control Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop. G. Field Quality -Control Testing: Tests and inspections that are performed on -site for installation of the Work and for completed Work. H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. Use of trade -specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade(s). Experienced: When used with an entity or individual, "experienced" means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.5 ACTION SUBMITTALS A. Shop Drawings: For integrated exterior mockups, provide plans, sections, and elevations, indicating materials and size of mockup construction. 1. Indicate manufacturer and model number of individual components. 2. Provide axonometric drawings for conditions difficult to illustrate in two dimensions. 1.6 INFORMATIONAL SUBMITTALS i i' CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 014000 - 3 CDG 21403 QUALITY REQUIREMENTS 3 I A. Contractor's Quality -Control Plan: For quality -assurance and quality -control activities and responsibilities. B. Qualification Data : For Contractor's quality -control personnel. C. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility sent to authorities having jurisdiction before starting work on the following systems: Seismic -force -resisting system, designated seismic system, or component listed in the designated seismic system quality -assurance plan prepared by Architect. Main wind -force -resisting system or a wind -resisting component listed in the wind -force -resisting system quality -assurance plan prepared by Architect. D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. E. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3. Description of test and inspection. 4. Identification of applicable standards. 5. Identification of test and inspection methods. 6. Number of tests and inspections required. 7. Time schedule or time span for tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality -control service. 1.7 CONTRACTOR'S QUALITY -CONTROL PLAN A. Quality -Control Plan, General: Submit quality -control plan within 10 days of Notice to Proceed, and not less than five days prior to preconstruction conference. Submit in format acceptable to Architect. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's quality -assurance and quality -control responsibilities. Coordinate with Contractor's construction schedule. B. Quality -Control Personnel Qualifications: Engage qualified full-time personnel trained and experienced in managing and executing quality -assurance and quality -control procedures similar in nature and extent to those required for Project. I. Project quality -control manager may also serve as Project superintendent. C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review. D. Testing and Inspection: In quality -control plan, include a comprehensive schedule of Work requiring testing or inspection, including the following: Contractor -performed tests and inspections including subcontractor -performed tests and inspections. Include required tests and inspections and Contractor -elected tests and inspections. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 014000 - 4 CDG 21403 QUALITY REQUIREMENTS 1.8 2. Special inspections required by authorities having jurisdiction and indicated on the "Statement of Special Inspections." 3. Owner -performed tests and inspections indicated in the Contract Documents. E. Continuous Inspection of Workmanship: Describe process for continuous inspection during construction to identify and correct deficiencies in workmanship in addition to testing and inspection specified. Indicate types of corrective actions to be required to bring work into compliance with standards of workmanship established by Contract requirements and approved mockups. F. Monitoring and Documentation: Maintain testing and inspection reports including log of approved and rejected results. Include work Architect has indicated as nonconforming or defective. Indicate corrective actions taken to bring nonconforming work into compliance with requirements. Comply with requirements of authorities having jurisdiction. REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Factory -Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory -authorized service representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement that equipment complies with requirements. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 014000 - 5 CDG 21403 QUALITY REQUIREMENTS 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. 4. Statement whether conditions, products, and installation will affect warranty. 5. Other required items indicated in individual Specification Sections. D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.9 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar in material, design, and extent to those indicated for this Project. F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 329; and with additional qualifications specified in individual Sections; and, where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. I. Factory -Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 014000 - 6 CDG 21403 QUALITY REQUIREMENTS Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Employ supervisory personnel who will oversee mockup construction. Employ workers that will be employed during the construction at Project. 4. Demonstrate the proposed range of aesthetic effects and workmanship. 5. Obtain Architect's approval of mockups before starting work, fabrication, or construction. a. Allow seven days for initial review and each re -review of each mockup. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. Demolish and remove mockups when directed unless otherwise indicated. K. Integrated Exterior Mockups: Construct integrated exterior mockup as indicated on Drawings. Coordinate installation of exterior envelope materials and products for which mockups are required in individual Specification Sections, along with supporting materials. 1.10 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. 2. Payment for these services will be made from testing and inspecting allowances, as authorized by Change Orders. 3. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor. B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality -control activities required to verify that the Work complies with requirements, whether specified or not. 1. Unless otherwise indicated, provide quality -control services specified and those required by authorities having jurisdiction. Perform quality -control services required of Contractor by authorities having jurisdiction, whether specified or not. 2. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality -control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 4. Where quality -control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality -control service. 5. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. (i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 014000 - 7 CDG 21403 QUALITY REQUIREMENTS C. Manufacturer's Field Services: Where indicated, engage a factory -authorized service representative to ' inspect field -assembled components and equipment installation, including service connections. Report results in writing as specified in Section 013300 "Submittal Procedures." D. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in - preinstallation conferences, examination of substrates and conditions, verification of materials,F observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. E. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality -control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. F. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in -situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality -control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. G. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality - control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. H. Coordination: Coordinate sequence of activities to accommodate required quality -assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. Schedule times for tests, inspections, obtaining samples, and similar activities. I. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Coordinate and submit concurrently with Contractor's construction schedule. Update as the Work progresses. Distribution: Distribute schedule to Owner, Architect, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 014000 - 8 --, CDG 21403 QUALITY REQUIREMENTS PART 2 - PRODUCTS (Not Used) : PART 3 - EXECUTION 3.1 TEST AND INSPECTION LOG 1._ . A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: I 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Architect's reference during normal working hours. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Section 017300 "Execution." B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for ._ quality -control services. END OF SECTION 014000 i r c_ CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 015000 - 1 CDG 21403 TEMPORARY FACILITIES AND CONTROLS SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section 011000 "Summary" for work restrictions and limitations on utility interruptions. 2. Section 321216 "Asphalt Paving" for construction and maintenance of asphalt pavement for temporary roads and paved areas. 3. Section 321313 "Concrete Paving" for construction and maintenance of cement concrete pavement for temporary roads and paved areas. 1.3 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Owner's construction forces, Architect, occupants of Project, testing agencies, and authorities having jurisdiction. B. Water and Sewer Service from Existing System: Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. C. Electric Power Service from Existing System: Electric power from Owner's existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. 1.4 INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. B. Erosion- and Sedimentation -Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. C. Fire -Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire -prevention program. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 015000 -2 CDG 21403 TEMPORARY FACILITIES AND CONTROLS D. Moisture -Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage. 1. Describe delivery, handling, and storage provisions for materials subject to water absorption or water damage. 2. Indicate procedures for discarding water -damaged materials, protocols for mitigating water intrusion into completed Work, and replacing water -damaged Work. 3. Indicate sequencing of work that requires water, such as sprayed fire -resistive materials, plastering, and terrazzo grinding, and describe plans for dealing with water from these operations. Show procedures for verifying that wet construction has dried sufficiently to permit installation of finish materials. E. Dust- and HVAC-Control Plan: Submit coordination drawing and narrative that indicates the dust- and HVAC-control measures proposed for use, proposed locations, and proposed time frame for their operation. Identify further options if proposed measures are later determined to be inadequate. Include the following: 1. Locations of dust -control partitions at each phase of work. 2. HVAC system isolation schematic drawing. 3. Location of proposed air -filtration system discharge. 4. Waste handling procedures. 5. Other dust -control measures. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. C. Accessible Temporary Egress: Comply with applicable provisions in The Texas Accessibility Standards. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART2-PRODUCTS 2.1 MATERIALS A. Chain -Link Fencing: Minimum 2-inch, 0.148-inch-thick, galvanized -steel, chain -link fabric fencing; minimum 6 feet high with galvanized -steel pipe posts; minimum 2-3/8-inch-OD line posts and 2-7/8- inch-OD corner and pull posts, with 1-5/8-inch-OD top rails. B. Insulation: Unfaced mineral -fiber blanket, manufactured from glass, slag wool, or rock wool; with maximum flame -spread and smoke -developed indexes of 25 and 50, respectively. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 015000 - 3 CDG 21403 TEMPORARY FACILITIES AND CONTROLS 2.2 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. B. Common -Use Field Office: Of sufficient size to accommodate needs of Owner, Architect, and construction personnel office activities and to accommodate Project meetings specified in other Division 01 Sections. Keep office clean and orderly. Furnish and equip offices as follows: 1. Furniture required for Project -site documents including file cabinets, plan tables, plan racks, and bookcases. 2. Conference room of sufficient size to accommodate meetings of 10 individuals. Provide electrical power service and 120-V ac duplex receptacles, with no fewer than one receptacle on each wall. Furnish room with conference table, chairs, and 4-foot-square tack and marker boards. 3. Drinking water and private toilet. 4. Coffee machine and supplies. 5. Heating and cooling equipment necessary to maintain a uniform indoor temperature of 68 to 72 deg F. 6. Lighting fixtures capable of maintaining average illumination of 20 fc at desk height. C. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials apart from building. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. B. HVAC Equipment: Unless Owner authorizes use of permanent HVAC system, provide vented, self- contained, liquid -propane -gas or fuel -oil heaters with individual space thermostatic control. 1. Use of gasoline -burning space heaters, open -flame heaters, or salamander -type heating units is prohibited. 2. Heating Units: Listed and labeled for type of fuel being consumed, by a qualified testing agency acceptable to authorities having jurisdiction, and marked for intended location and application. 3. Permanent HVAC System: If Owner authorizes use of permanent HVAC system for temporary use during construction, provide filter with MERV of 8 at each return -air grille in system and remove at end of construction and clean HVAC system as required in Section 017700 "Closeout Procedures" PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. 1. Locate facilities to limit site disturbance as specified in Section 011000 "Summary." CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 015000 - 4 CDG 21403 TEMPORARY FACILITIES AND CONTROLS B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Water Service: Connect to Owner's existing water service facilities. Clean and maintain water service facilities in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. Toilets: Use of Owner's existing toilet facilities will be permitted, as long as facilities are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. -, D. Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. E. Electric Power Service: Connect to Owner's existing electric power service. Maintain equipment in a condition acceptable to Owner. F. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide construction for temporary offices, shops, and sheds located within construction area or within 30 feet of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. 2. Maintain support facilities until Architect schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire -fighting equipment and access to fire hydrants. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 015000 - 5 CDG 21403 TEMPORARY FACILITIES AND CONTROLS C. Parking: Provide temporary parking when none exists or use designated areas of Owner's existing parking areas for construction personnel. D. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. I. Identification Signs: Provide Project identification signs as designed by and transmitted from the Architect. a. Size is to be determined by site layout and scope of work but may be as large as 8'x8' or larger. b. Sign is to be printed and/or mounted on suitable substrate for size of sign. C. Sign is to be weather -resistant. d. Sign is to be printed at a resolution so as to be clearly legible at distances appropriate within the project site. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary, directional signs for construction personnel and visitors. ` 3. Maintain and touchup signs so they are legible at all times. E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with progress cleaning requirements in Section 017300 "Execution." 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. 1. Comply with work restrictions specified in Section 011000 "Summary." C. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil -bearing water runoff and airborne dust to undisturbed areas and to adjacent properties and walkways, according to requirements of 2003 EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. l . Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross tree- or plant- protection zones. 2. Inspect, repair, and maintain erosion- and sedimentation -control measures during construction until permanent vegetation has been established. 3. Clean, repair, and restore adjoining properties and roads affected by erosion and sedimentation from Project site during the course of Project. 4. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 015000 - 6 CDG 21403 TEMPORARY FACILITIES AND CONTROLS D. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. E. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion. F. Pest Control: Engage pest -control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials. G. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day. H. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. Where heating or cooling is needed and permanent enclosure is incomplete, insulate temporary enclosures. K. Temporary Partitions: Provide floor -to -ceiling dustproof partitions to limit dust and dirt migration and to separate areas occupied by Owner and tenants from fumes and noise. 1. Construct dustproof partitions with gypsum wallboard with joints taped on occupied side, and fire - retardant -treated plywood on construction operations side. 2. Where fire -resistance -rated temporary partitions are indicated or are required by authorities having jurisdiction, construct partitions according to the rated assemblies. 3. Insulate partitions to control noise transmission to occupied areas. 4. Seal joints and perimeter. Equip partitions with gasketed dustproof doors and security locks where openings are required. 5. Protect air -handling equipment. 6. Provide walk -off mats at each entrance through temporary partition. 3.5 MOISTURE AND MOLD CONTROL A. Contractor's Moisture -Protection Plan: Avoid trapping water in finished work. Document visible signs of mold that may appear during construction. B. Exposed Construction Phase: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect as follows: 1. Protect porous materials from water damage. 2. Protect stored and installed material from flowing or standing water. 3. Keep porous and organic materials from coming into prolonged contact with concrete. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 015000 - 7 CDG 21403 TEMPORARY FACILITIES AND CONTROLS 4. Remove standing water from decks. 5. Keep deck openings covered or dammed. C. Partially Enclosed Construction Phase: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Periodically collect and remove waste containing cellulose or other organic matter. 4. Discard or replace water -damaged material. 5. Do not install material that is wet. 6. Discard, replace, or clean stored or installed material that begins to grow mold. 7. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. 3.6 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary roads and paved areas not intended for or acceptable for integration into permanent construction. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section 017700 "Closeout Procedures." END OF SECTION 015000 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 016000 - 1 CDG 21403 PRODUCT REQUIREMENTS SECTION 016000 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. B. Related Requirements: 1. Section 012300 "Alternates" for products selected under an alternate. 2. Section 012500 "Substitution Procedures" for requests for substitutions. 1.3 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis -of -Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis -of -design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. 1.4 ACTION SUBMITTALS A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify e product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Include data to indicate compliance with the requirements specified in "Comparable Products" Article. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 016000 - 2 CDG 21403 PRODUCT REQUIREMENTS 2. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractorof approval or rejection of proposed comparable product request within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Section 013300 "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. B. Basis -of -Design Product Specification Submittal: Comply with requirements in Section 013300 "Submittal Procedures." Show compliance with requirements. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. 7. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. 1.7 PRODUCT WARRANTIES CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 016000 - 3 CDG 21403 PRODUCT REQUIREMENTS A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific right§ for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. See other Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Section 017700 "Closeout Procedures." PART2-PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. 6. Or Equal: For products specified by name and accompanied by the term "or equal," or "or approved equal," or "or approved," comply with requirements in "Comparable Products" Article to obtain approval for use of an unnamed product. B. Product Selection Procedures: 1. Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 3. Products: a. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 016000 - 4 CDG 21403 PRODUCT REQUIREMENTS that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product. 4. Manufacturers: a. Nonrestricted List: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer, that complies with requirements. Comply with requirements in ':Comparable Products" Article for consideration of an unnamed manufacturer's product. 5. Basis -of -Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. C. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. 1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Section 012500 "Substitution Procedures" for proposal of product. D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION (Not Used) END OF SECTION 016000 J CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017300 - 1 CDG 21403 EXECUTION SECTION 017300 - EXECUTION PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. Installation of the Work. 4. Cutting and patching. 5. Coordination of Owner -installed products. 6. Progress cleaning. 7. Starting and adjusting. 8. Protection of installed construction. B. Related Requirements: 1. Section 011000 "Summary" for limits on use of Project site. 2. Section 013300 "Submittal Procedures" for submitting surveys. 3. Section 017700 "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, and final cleaning. 4. Section 024119 "Selective Demolition" for demolition and removal of selected portions of the building. 5. Section 078413 "Penetration Firestopping" for patching penetrations in fire -rated construction. 1.3 DEFINITIONS A. Cutting: Removal of in -place construction necessary to permit installation or performance of other work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of other work. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For land surveyor. B. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017300 - 2 CDG 21403 EXECUTION 1.5 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land -surveying services of the kind indicated. B. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural elements, notify Architect of locations and details of cutting and await directions from Architect before proceeding. Shore, brace, and support structural elements during cutting and patching. Do not cut and patch structural elements in a manner that could change their load -carrying capacity or increase deflection 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. Operational elements include the following: a. Primary operational systems and equipment. b. Fire separation assemblies. C. Air or smoke barriers. d. Fire -suppression systems. e. Mechanical systems piping and ducts. f. Control systems. g. Communication systems. h. Fire -detection and -alarm systems. i. Conveying systems. j. Electrical wiring systems. k. Operating systems of special construction. 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. Other construction elements include but are not limited to the following: a. Water, moisture, or vapor barriers. b. Membranes and flashings. C. Exterior curtain -wall construction. d. Sprayed fire -resistive material. e. Equipment supports. f. Piping, ductwork, vessels, and equipment. g. Noise- and vibration -control elements and systems. 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. C. 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. D. Manufacturer's Installation Instructions: Obtain and maintain on -site manufacturer's written recommendations and instructions for installation of products and equipment. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017300 - 3 CDG 21403 EXECUTION PART2-PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. For projects requiring compliance with sustainable design and construction practices and procedures, use products for patching that comply with requirements in Section 018113.13 "Sustainable Design Requirements - LEED for New Construction and Major Renovations," Section 018113.16 "Sustainable Design Requirements - LEED for Commercial Interiors," Section 018113.19 "Sustainable Design Requirements - LEED for Core and Shell Development," and Section 018113.23 "Sustainable Design Requirements - LEED for Schools." B. In -Place Materials: Use materials for patching identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of in -place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities, mechanical and electrical systems, and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water -service piping; underground electrical services, and other utilities. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Examine roughing -in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 2. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 3. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: 1. Description of the Work. 2. List of detrimental conditions, including substrates. 3. List of unacceptable installation tolerances. 7 } i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017300 - 4 CDG 21403 EXECUTION 4. Recommended corrections. D. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to local utility and Owner that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of Contractor, submit a request for information to Architect according to requirements in Section 013100 "Project Management and Coordination." E. Surface and Substrate Preparation: Comply with manufacturer's written recommendations for preparation of substrates to receive subsequent work. 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Architect promptly. B. General: Engage a land surveyor to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish limits on use of Project site. 3. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 4. Inform installers of lines and levels to which they must comply. 5. Check the location, level and plumb, of every major element as the Work progresses. 6. Notify Architect when deviations from required lines and levels exceed allowable tolerances. 7. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements, including pavements, steps, ramps, retaining walls, grading, fill and topsoil placement, utility slopes, and rim and invert elevations. D. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Architect. f_. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017300 - 5 CDG 21403 EXECUTION 3.4 FIELD ENGINEERING A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Architectbefore proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. B. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. C. Certified Survey: On completion of major site improvements, and other work requiring field -engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and sitework. 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated. 4. Maintain minimum headroom clearance of 96 inches in occupied spaces and 90 inches in unoccupied spaces. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items on site and placement in permanent locations. F. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017300 - 6 CDG 21403 EXECUTION G. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. I. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. J. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.6 CUTTING AND PATCHING A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in -place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. C. Temporary Support: Provide temporary support of work to be cut. D. Protection: Protect in -place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E. Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption of free passage to adjoining areas is unavoidable, coordinate cutting and patching according to requirements in Section 011000 "Summary." F. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to prevent interruption to occupied areas. G. Cutting: Cut in -place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017300 - 7 CDG 21403 EXECUTION 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. H. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as practicable. Provide materials and comply with installation requirements specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. 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, prepare substrate and apply primer and intermediate paint coats appropriate for substrate over the patch, and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang in -place ceilings as necessary to provide an even -plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition and ensures thermal and moisture integrity of building enclosure. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.7 OWNER -INSTALLED PRODUCTS A. Site Access: Provide access to Project site for Owner's construction personnel. B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction personnel. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017300 - 8 CDG 21403 EXECUTION I . Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2. Preinstallation Conferences: Include Owner's construction personnel at preinstallation conferences covering portions of the Work that are to receive Owner's work. Attend preinstallation conferences conducted by Owner's construction personnel if portions of the Work depend on Owner's construction. 3.8 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. a. Use containers intended for holding waste materials of type to be stored. 4. Coordinate progress cleaning for joint -use areas where Contractor and other contractors are working concurrently. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would. impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on -site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Section 015000 "Temporary Facilities and Controls." H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017300 - 9 CDG 21403 EXECUTION I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.9 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: Comply with qualification requirements in Section 014000 "Quality Requirements." 3.10 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 017300 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017700 - 1 CDG 21403 CLOSEOUT PROCEDURES SECTION 017700 - CLOSEOUT PROCEDURES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 5. Repair of the Work. B. Related Requirements: 1. Section 013233 "Photographic Documentation" for submitting final completion construction photographic documentation. 2. Section 017300 "Execution" for progress cleaning of Project site. 3. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 1.3 ACTION SUBMITTALS A. Product Data: For cleaning agents. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.4 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. C. Field Report: For pest control inspection. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 1.6 SUBSTANTIAL COMPLETION PROCEDURES 1.7 017700 - 2 CLOSEOUT PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 2. Complete final cleaning requirements, including touchup painting. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to Section 012900 "Payment Procedures." 2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest -control final inspection report. B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017700 - 3 CDG 21403 CLOSEOUT PROCEDURES 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.8 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use form agreeable to Architect 1. Organize list of spaces in sequential order, starting with exterior areas first and proceeding from lowest floor to highest floor. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Page number. 4. Submit list of incomplete items in the following format: a. PDF electronic file. Architect will return annotated file. 1.9 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-Il-inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. 4. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide bookmarked table of contents at beginning of document. D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART2-PRODUCTS CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 2.1 MATERIALS 017700 - 4 CLOSEOUT PROCEDURES A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even -textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Polish mirrors and glass, taking care not to scratch surfaces. k. Remove labels that are not permanent. 1. Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. in. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. n. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. o. Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter on inspection. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017700 - 5 CDG 21403 CLOSEOUT PROCEDURES 1) Clean HVAC system in compliance with NADCA Standard 1992-01. Provide written report on completion of cleaning. p. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. q. Leave Project clean and ready for occupancy. C. Construction Waste Disposal: Comply with waste disposal requirements in Section 015000 "Temporary Facilities and Controls." 3.2 REPAIR OF THE WORK A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. 1. Remove and replace chipped, scratched, and broken glass, reflective surfaces, and other damaged transparent materials. 2. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration. a. Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. Remove paint applied to required labels and identification. 3. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. 4. Replace burned -out bulbs, bulbs noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. END OF SECTION 017700 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 017839 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 017839 - I PROJECT RECORD DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for project record documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. 4. Miscellaneous record submittals. B. Related Requirements: -_ 1. Section 017300 "Execution" for final property survey. 2. Section 017700 "Closeout Procedures" for general closeout procedures. ` 1.3 CLOSEOUT SUBMITTALS A. General: Submit (1) paper copy of all required documents and submit (2) digital data CDs with the required information on each. Properly label each CD with the Project Name, Contractor's Name, Architect's Name, date of creation, and the title "AS-BUILTS & CLOSEOUT DOCUMENTS" Organize the Data on the CD into the following categories. Record Drawings: Comply with the following: 1. Number of Copies: Submit one complete set of marked -up record prints. 2. Indicate all changes that were incorporated into the work including but not limited to addendum items and supplemental drawings. B. Record Specifications: Submit one paper copy and two annotated PDF electronic files (one on each CD) of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit one paper copy and two annotated PDF electronic files (one on each CD) of each submittal. 1. Where record Product Data are required as part of operation and maintenance manuals, submit duplicate marked -up Product Data as a component of manual. D. Miscellaneous Record Submittals: See other Specification Sections for miscellaneous record -keeping requirements and submittals in connection with various construction activities. Submit one paper copy and two annotated PDF electronic files (one on each CD) of each submittal. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017839 - 2 CDG 21403 PROJECT RECORD DOCUMENTS E. Reports: Submit written report indicating items incorporated into project record documents concurrent with progress of the Work, including revisions, concealed conditions, field changes, product selections, and other notations incorporated. F. MSDS: Submit Material Safety and Data Sheets for ALL products incorporated into the Project. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Digital Data Files: Immediately before inspection for Certificate of Substantial Completion, review marked -up record prints with Architect. When authorized, prepare a full set of corrected digital data files of the Contract Drawings, as follows: 1. Format: Annotated PDF electronic file with comment function enabled. 2. Incorporate changes and additional information previously marked on record prints. Delete, redraw, and add details and notations where applicable. 3. Refer instances of uncertainty to Architect for resolution. 4. Architect will furnish Contractor one set of digital data files of the Contract Drawings for use in recording information. a. See Section 013300 "Submittal Procedures" for requirements related to use of Architect's digital data files. b. Architect will provide data file layer information. Record markups in separate layers. 5. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of - corresponding marked -up record prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an acceptable drawing technique. C. Record data as soon as possible after obtaining it. d. Record and check the markup before enclosing concealed installations. e. Cross-reference record prints to corresponding archive photographic documentation. i' 6. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. C. Depths of foundations below first floor. .j d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. i. Locations of concealed internal utilities. j. Changes made by Change Order or Construction Change Directive. k. Changes made following Architect's written orders. 1. Details not on the original Contract Drawings. in. Field records for variable and concealed conditions. n. Record information on the Work that is shown only schematically. ; �.i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017839 — 3 CDG 21403 PROJECT RECORD DOCUMENTS 7. Mark the Contract Drawings and Shop Drawings completely and accurately. Use personnel proficient at recording graphic information in production of marked -up record prints. 8. Use colors to distinguish between changes for different categories of the Work at same location. 9. Mark important additional information that was either shown schematically or omitted from original Drawings. 10. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize record prints and newly prepared record Drawings into manageable sets. Scan each page and combine to create one PDF Drawing Set. Use Bookmarks and links to organize the sheets in the file. Include identification on cover sheets. 2. Format: Annotated PDF electronic file with comment function enabled. 3. Record Digital Data Files: Organize digital data information into separate electronic files that correspond to each sheet of the Contract Drawings. Name each file with the sheet identification. Include identification in each digital data file. 4. Identification: As follows: a. Project name. b. Date. C. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. For each principal product, indicate whether record Product Data has been submitted in operation and maintenance manuals instead of submitted as record Product Data. 5. Note related Change Orders, record Product Data, and record Drawings where applicable. B. Format: Submit record Specifications as annotated PDF electronic file. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, record Specifications, and record Drawings where applicable. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 017839 - 4 CDG 21403 PROJECT RECORD DOCUMENTS B. Format: Submit record Product Data as annotated PDF electronic file. 1. Include record Product Data directory organized by Specification Section number and title, electronically linked to each item of record Product Data. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. B. Format: Submit miscellaneous record submittals as PDF electronic file. 1. Include miscellaneous record submittals directory organized by Specification Section number and title, electronically linked to each item of miscellaneous record submittals. 2.5 MATERIAL SAFETY & DATA SHEETS (MSDS) A. Material Safety and Data Sheets for ALL products incorporated into the Project are to be provided at the end of the Work. 1. Organize data by Project Manual Section Designations. Scan and index data in PDF format. Use a Table of Contents, Bookmarks, and links to properly organize the data. 2. Include on each sheet a description of where the product was utilized. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for project record document purposes. Post changes and revisions to project record documents as they occur; do not wait until end of Project. B. Maintenance of Record Documents and Samples: Store record documents and Samples in the field office apart from the Contract Documents used for construction. Do not use project record documents for construction purposes. Maintain record documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to project record documents for Architect'sreference during normal working hours. END OF SECTION 017839 r__ CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 024119 - 1 CDG 21403 SELECTIVE DEMOLITION SECTION 024119 - SELECTIVE DEMOLITION 17���611 k �l;7:, II 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Demolition and removal of selected portions of building or structure. 2. Demolition and removal of selected site elements. 3. Salvage of existing items to be reused or recycled. B. Related Requirements: 1. Section 011000 "Summary" for restrictions on the use of the premises, Owner -occupancy requirements, and phasing requirements. 2. Section 017300 "Execution" for cutting and patching procedures. 3. Section 311000 "Site Clearing" for site clearing and removal of above- and below -grade improvements. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off -site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner. C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.4 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. 1.5 INFORMATIONAL SUBMITTALS A. Predemolition Photographs or Video: Submit before Work begins. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 024119 - 2 CDG 21403 SELECTIVE DEMOLITION B. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. C. Qualification Data: For refrigerant recovery technician. D. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's building manager's and other tenants' on -site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of elevator and stairs. 5. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. f-- 1.6 CLOSEOUT SUBMITTALS A. Inventory: Submit a list of items that have been removed and salvaged. B. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.7 QUALITY ASSURANCE A. Refrigerant Recovery Technician Qualifications: Certified by an EPA -approved certification program. 1.8 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct [ i selective demolition so Owner's operations will not be disrupted. t B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. l 1. Before selective demolition, Owner will remove items as discussed at the pre -construction meeting. Items remaining that are not addressed are to be brought to the Owner's attention and Owner is to be provided sufficient time to remove all desired materials. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. ry D. Hazardous Materials: Hazardous materials are present in buildings and structures to be selectively ' demolished. A report on the presence of hazardous materials is on file for review and use. Examine report to become aware of locations where hazardous materials are present. 1. Hazardous material remediation is specified elsewhere in the Contract Documents. 2. Do not disturb hazardous materials or items suspected of containing hazardous materials except under procedures specified elsewhere in the Contract Documents. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 024119 - 3 CDG 21403 SELECTIVE DEMOLITION 3. Owner will provide material safety data sheets for suspected hazardous materials that are known to be present in buildings and structures to be selectively demolished because of building operations or processes performed there. E. Storage or sale of removed items or materials on -site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire -protection facilities in service during selective demolition operations. PART 2-PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Review record documents of existing construction provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in record documents. C. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. E. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs and/or preconstruction videotapes. 1. Comply with requirements specified in Section 013233 "Photographic Documentation." 2. Inventory and record the condition of items to be removed and salvaged. Provide photographs or video of conditions that might be misconstrued as damage caused by salvage operations. 3. Before selective demolition or removal of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 024119 - 6 CDG 21403 SELECTIVE DEMOLITION D. Concrete Slabs -on -Grade: Saw -cut perimeter of area to be demolished, then break up and remove. E. Resilient Floor Coverings: Remove floor coverings and adhesive according to recommendations in RFCI's "Recommended Work Practices for the Removal of Resilient Floor Coverings." Do not use methods requiring solvent -based adhesive strippers unless prior authorization to do so is provided by the Owner. F. Roofing: Remove no more existing roofing than what can be covered in one day by new roofing and so that building interior remains watertight and weathertight. See Division 7 for new roofing requirements. 1. Remove existing roof membrane, flashings, copings, and roof accessories. 2. Remove existing roofing system down to substrate. 3.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow demolished materials to accumulate on -site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.7 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 024119 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 033000 - CAST -IN -PLACE CONCRETE PART 1 - GENERAL 033000 - 1 CAST -IN -PLACE CONCRETE 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes cast -in -place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Footings. 2. Foundation walls. B. Related Sections: 1. Section 312000 "Earth Moving" for drainage fill under slabs -on -grade. 2. Section 321313 "Concrete Paving" for concrete pavement and walks. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume; subject to compliance with requirements. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. D. Construction Joint Layout: Indicate proposed construction joints required to construct the structure. 1. Location of construction joints is subject to approval of the Architect. 1.5 INFORMATIONAL SUBMITTALS CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 2 CDG 21403 CAST -IN -PLACE CONCRETE A. Qualification Data: For Installer and testing agency. B. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. 3. Form materials and form -release agents. 4. Steel reinforcement and accessories. 5. Curing compounds. 6. Floor and slab treatments. 7. Bonding agents. 8. Adhesives. 9. Vapor retarders. 10. Semirigid joint filler. 11. Joint -filler strips. 12. Repair materials. C. Material Test Reports: For the following, from a qualified testing agency, indicating compliance with requirements: 1. Aggregates. Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity. D. Floor surface flatness and levelness measurements indicating compliance with specified tolerances. E. Field quality -control reports. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as ACI- certified Flatwork Technician and Finisher and a supervisor who is an ACI-certified Concrete Flatwork Technician. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." C. Testing Agency Qualifications: An independent agency, acceptable to the Owner, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. 2. Personnel performing laboratory tests shall be ACI-certified Concrete Strength Testing Technician and Concrete Laboratory Testing Technician - Grade I. Testing Agency laboratory supervisor shall be an ACI-certified Concrete Laboratory Testing Technician - Grade II. D. Source Limitations: Obtain each type or class of Cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from single source, and obtain admixtures from single source from single manufacturer. E. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 3 CDG 21403 CAST -IN -PLACE CONCRETE 1. ACI 301, "Specifications for Structural Concrete," Sections 1 through 5. 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. G. Preinstallation Conference: Conduct conference at Project site. Before submitting design mixtures, review concrete design mixture and examine procedures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with cast -in -place concrete to attend, including the following: a. Contractor's superintendent. b. Independent testing agency responsible for concrete design mixtures. C. Ready -mix concrete manufacturer. d. Concrete subcontractor. e. Special concrete finish subcontractor. Review testing and inspecting agency procedures for field quality control, concrete finishes and finishing, cold- and hot -weather concreting procedures, curing procedures, construction contraction and isolation joints, and joint -filler strips, semirigid joint fillers, forms and form removal limitations, shoring and reshoring procedures, vapor -retarder installation, steel reinforcement installation, floor and slab flatness and levelness measurement, concrete repair procedures, and concrete protection. 1.7 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. PART 2-PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. 2. Exterior -grade plywood panels, suitable for concrete forms, complying with DOC PS 1, and as follows: a. High -density overlay, Class 1 or better. b. Medium -density overlay, Class 1 or better; mill -release agent treated and edge sealed. C. Structural 1, B-B or better; mill oiled and edge sealed. d. B-B (Concrete Form), Class 1 or better; mill oiled and edge sealed. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass -fiber -reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads _, without detrimental deformation. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 4 CDG 21403 CAST -IN -PLACE CONCRETE D. Void Forms: Biodegradable paper surface, treated for moisture resistance, structurally sufficient to support weight of plastic concrete and other superimposed loads. E. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. F. Rustication Strips: Wood, metal, PVC, or rubber strips, kerfed for ease of form removal. G. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form -release agent with rust inhibitor for steel form -facing materials. H. Form Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. 2. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. 3. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed. 2.3 REINFORCEMENT ACCESSORIES A. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60, plain -steel bars, cut true to length with ends square and free of burrs. B. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from plastic, according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete. 2.4 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I or Type III. a. Fly Ash: ASTM C 618, Class F or C. b. Ground Granulated Blast -Furnace Slag: ASTM C 989, Grade 100 or 120. A. Normal -Weight Aggregates: ASTM C 33, Class 3M coarse aggregate or better, graded. Provide aggregates from a single source. 1. Maximum Coarse -Aggregate Size: 1-1/2 inches nominal. B. Water: ASTM C 94/C 94M and potable. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 5 CDG 21403 CAST -IN -PLACE CONCRETE 2.5 ADMIXTURES A. Air -Entraining Admixture: ASTM C 260. 2.6 CURING MATERIALS A. Water: Potable. B. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. 2.7 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Semirigid Joint Filler: Two -component, semirigid, 100 percent solids, epoxy resin with a Type A shore durometer hardness of 80 per ASTM D 2240. C. Bonding Agent: ASTM C 1059/C 1059M, Type II, non-redispersible, acrylic emulsion or styrene butadiene. 2.8 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 4000 psi at 28 days when tested according to ASTM C 109/C 109M. 2.9 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. 1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures. B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash: 25 percent. 2. Combined Fly Ash and Pozzolan: 25 percent. 3. Ground Granulated Blast -Furnace Slag: 50 percent. 4. Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent portland cement minimum, with fly ash or pozzolan not exceeding 25 percent. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 6 CDG 21403 CAST -IN -PLACE CONCRETE C. Limit water-soluble, chloride -ion content in hardened concrete to 0.15 percent by weight of cement. D. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water -reducing admixture in concrete, as required, for placement and workability. 2. Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 4. Use corrosion -inhibiting admixture in concrete mixtures where indicated. E. Color Pigment: Add color pigment to concrete mixture according to manufacturer's written instructions and to result in hardened concrete color consistent with approved mockup. 2.10 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Footings: Proportion normal -weight concrete mixture as follows: 1. Minimum Compressive Strength: 3500 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.45. 3. Slump Limit: 4 inches, plus or minus 1 inch. 4. Air Content: 4.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch nominal maximum aggregate size. 5. Air Content: 4.5 percent, plus or minus 1.5 percent at point of delivery for 1-inch nominal maximum aggregate size. B. Foundation Walls: Proportion normal -weight concrete mixture as follows: 1. Minimum Compressive Strength: 3500 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.45. 3. Slump Limit: 4 inches, plus or minus 1 inch. 4. Air Content: 4.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch nominal maximum aggregate size. 5. Air Content: 4.5 percent, plus or minus 1.5 percent at point of delivery for 1-inch nominal maximum aggregate size. 2.11 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.12 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION W CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 7 CDG 21403 CAST -IN -PLACE CONCRETE 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347 as abrupt or gradual, as follows: 1. Class A, 1/8 inch for smooth -formed finished surfaces. 2. Class B, 1/4 inch for rough -formed finished surfaces. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways, reglets, recesses, and the like, for easy removal. 2. Do not use rust -stained steel form -facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 3.3 REMOVING AND REUSING FORMS CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 8 CDG 21403 CAST -IN -PLACE CONCRETE A. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete. Concrete has to be hard enough to not be damaged by form -removal operations and curing and protection operations need to be maintained. 1. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. 2. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. 1. Do not remove shoring or reshoring until measurement of slab tolerances is complete. B. In multistory construction, extend shoring or reshoring over a sufficient number of stories to distribute loads in such a manner that no floor or member will be excessively loaded or will induce tensile stress in concrete members without sufficient steel reinforcement. C. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. 3.6 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 9 CDG 21403 CAST -IN -PLACE CONCRETE B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one -fifth of concrete thickness as follows: Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8-inch-wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs -on -Grade: After removing formwork, install joint -filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint -filler strips full width and depth of joint, terminating flush with finished concrete surface unless otherwise indicated. 2. Terminate full -width joint -filler strips not less than 1/2 inch or more than 1 inch below finished concrete surface where joint sealants, specified in Section 079200 "Joint Sealants," are indicated. 3. Install joint -filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. E. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect. C. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. D. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. rr , 3 � l CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 10 CDG 21403 CAST -IN -PLACE CONCRETE E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. F. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. G. Hot -Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed - surface irregularities. 1. Apply to concrete surfaces not exposed to public view. B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed -surface irregularities. 1. Apply to concrete surfaces exposed to public view, to receive a rubbed finish, or to be covered with a coating or covering material applied directly to concrete. C. Rubbed Finish: Apply the following to smooth -formed finished as -cast concrete where indicated: 1. Smooth -Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 3.9 A. 1 3.10 033000 - 11 CAST -IN -PLACE CONCRETE Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. FINISHING FLOORS AND SLABS General: Comply with ACI302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. Apply float finish to surfaces indicated, to receive trowel finish, and to be covered with fluid - applied or sheet waterproofing, built-up or membrane roofing, or sand -bed terrazzo. MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures after work of other trades is in place unless otherwise indicated. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. D. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. Cast -in inserts and accessories as shown on Drawings. Screed, tamp, and trowel finish concrete surfaces. 3.11 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 301 for hot -weather protection during curing. B. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. C. Cure concrete according to ACI 308.1, by one or a combination of the following methods: Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. Removal: After curing period has elapsed, remove curing compound without damaging r; concrete surfaces by method recommended by curing compound manufacturer unless manufacturer certifies curing compound will not interfere with bonding of floor covering used on Project. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 3.12 JOINT FILLING 033000 - 12 CAST -IN -PLACE CONCRETE A. Prepare, clean, and install joint filler according to manufacturer's written instructions. Defer joint filling until concrete has aged at least one month(s). Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semirigid joint filler full depth in saw -cut joints and at least 2 inches deep in formed joints Overfill joint and trim joint filler flush with top of joint after hardening. 3.13 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one- half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension to solid concrete. Limit cut depth to 3/4 inch. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 13 CDG 21403 CAST -IN -PLACE CONCRETE mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4-inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.14 FIELD QUALITY CONTROL A. Testing and Inspecting: Contractor is to engage a qualified testing and inspecting agency to perform tests and inspections as described herein and to submit reports. Contractor shall bear all costs associated with testing as a part of the bid and Contract Amount. Testing agency is to be approved by Owner. B. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. 2. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive -strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 3. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 4. Air Content: ASTM C 231, pressure method, for normal -weight concrete;one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 5. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 6. Unit Weight: ASTM C 567, fresh unit weight of structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 7. Compression Test Specimens: ASTM C 31/C 31M. a. Cast and laboratory cure two sets of two standard cylinder specimens for each composite sample. b. Cast and field cure two sets of two standard cylinder specimens for each composite sample. 8. Compressive -Strength Tests: ASTM C 39/C 39M; test one set of two laboratory -cured specimens at 7 days and one set of two specimens at 28 days. a. Test one set of two field -cured specimens at 7 days and one set of two specimens at 28 days. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 033000 - 14 CDG 21403 CAST -IN -PLACE CONCRETE b. A compressive -strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. 9. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in -place concrete. 10. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive - strength test value falls below specified compressive strength by more than 500 psi. 11. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 12. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 13. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42/C 42M or by other methods as directed by Architect. 14. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 15. Correct deficiencies in the Work that test reports and inspections indicate do not comply with the Contract Documents. C. Measure floor and slab flatness and levelness according to ASTM E 1155 within 48 hours of finishing. END OF SECTION 033000 rM In CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 035416 - 1 CDG 21403 HYDRAULIC CEMENT UNDERLAYMENT SECTION 035416 - HYDRAULIC CEMENT UNDERLAYMENT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes hydraulic -cement -based, polymer -modified, self -leveling underlayment for application below interior floor coverings. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. B. Product Certificates: Signed by manufacturers of underlayment and floor -covering systems certifying that products are compatible. C. Minutes of preinstallation conference. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Installer who is approved by manufacturer for application of underlayment products required for this Project. B. Product Compatibility: Manufacturers of underlayment and floor -covering systems certify in writing that products are compatible. C. Fire -Resistance Ratings: Where indicated, provide hydraulic -cement underlayment systems identical to those of assemblies tested for fire resistance per ASTM E 119 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Indicate design designations from UL's "Fire Resistance Directory" or from the listings of another qualified testing agency. D. Sound Transmission Characteristics: Where indicated, provide hydraulic -cement underlayment systems identical to those of assemblies tested for STC and IIC ratings per ASTM E 90 and ASTM E 492 by a qualified testing agency. E. Preinstallation Conference: Conduct conference at Project site. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 035416 - 2 CDG 21403 HYDRAULIC CEMENT UNDERLAYMENT 1.6 DELIVERY, STORAGE, AND HANDLING A. Store materials to comply with manufacturer's written instructions to prevent deterioration from moisture or other detrimental effects. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Comply with manufacturer's written instructions for substrate temperature, ventilation, ambient temperature and humidity, and other conditions affecting underlayment performance. 1. Place hydraulic -cement -based underlayments only when ambient temperature and temperature of substrates are between 50 and 80 deg F. 1.8 COORDINATION A. Coordinate application of underlayment with requirements of floor -covering products and adhesives, to ensure compatibility of products. PART 2 - PRODUCTS 2.1 HYDRAULIC -CEMENT -BASED UNDERLAYMENTS A. Underlayment: Hydraulic -cement -based, polymer -modified, self -leveling product that can be applied in minimum uniform thickness of 1/4 inch and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, portland cement, or hydraulic or blended hydraulic cement as defined by ASTM C 219. 2. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M. 3. Underlayment Additive: Resilient -emulsion product of underlayment manufacturer, formulated for use with underlayment when applied to substrate and conditions indicated. B. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch; or coarse sand as recommended by underlayment manufacturer. 1. Provide aggregate when recommended in writing by underlayment manufacturer for underlayment thickness required. C. Water: Potable and at a temperature of not more than 70 deg F. D. Primer: Product of underlayment manufacturer recommended in writing for substrate, conditions, and application indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for conditions affecting performance. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 035416 - 3 CDG 21403 HYDRAULIC CEMENT UNDERLAYMENT 1. Proceed with application only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General: Prepare and clean substrate according to manufacturer's written instructions. 1. Treat nonmoving substrate cracks according to manufacturer's written instructions to prevent cracks from telegraphing (reflecting) through underlayment. 2. Fill substrate voids to prevent underlayment from leaking. B. Concrete Substrates: Mechanically remove, according to manufacturer's written instructions, laitance, glaze, efflorescence, curing compounds, form -release agents, dust, dirt, grease, oil, and other contaminants that might impair underlayment bond. 1. Moisture Testing: Perform anhydrous calcium chloride test, ASTM F 1869. Proceed with installation only after substrates do not exceed a maximum moisture -vapor -emission rate of 3 lb of water/1000 sq. ft. in 24 hours. C. Adhesion Tests: After substrate preparation, test substrate for adhesion with underlayment according to manufacturer's written instructions. 3.3 APPLICATION A. General: Mix and apply underlayment components according to manufacturer's written instructions. 1. Close areas to traffic during underlayment application and for time period after application recommended in writing by manufacturer. 2. Coordinate application of components to provide optimum underlayment-to-substrate and intercoat adhesion. 3. At substrate expansion, isolation, and other moving joints, allow joint of same width to continue through underlayment. B. Apply primer over prepared substrate at manufacturer's recommended spreading rate. C. Apply underlayment to produce uniform, level surface. 1. Apply a final layer without aggregate to product surface. 2. Feather edges to match adjacent floor elevations. D. Cure underlayment according to manufacturer's written instructions. Prevent contamination during application and curing processes. E. Install sawcut control joints over any existing sub -slab joints to control movement and reduce cracking. F. Do not install floor coverings over underlayment until after time period recommended in writing by underlayment manufacturer. G. Remove and replace underlayment areas that evidence lack of bond with substrate, including areas that emit a "hollow" sound when tapped. 3.4 PROTECTION CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 035416 - 4 CDG 21403 HYDRAULIC CEMENT UNDERLAYMENT A. Protect underlayment from concentrated and rolling loads for remainder of construction period. END OF SECTION 035416 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 1 CDG 21403 BRICK MASONRY SECTION 042113 - BRICK MASONRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Face brick. 2. Mortar and grout. 3. Ties and anchors. 4. Embedded flashing. 5. Miscellaneous masonry accessories. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: 1. Face brick, in the form of straps of five or more bricks. 2. Colored mortar. 3. Weep holes/vents. C. Samples for Verification: For each type and color of the following: 1. Face brick, in the form of straps of five or more bricks. 2. Special brick shapes. 3. Pigmented mortar. Make Samples using same sand and mortar ingredients to be used on Project. 4. Weep holes and vents. 5. Accessories embedded in masonry. 1.4 INFORMATIONAL SUBMITTALS A. List of Materials Used in Constructing Mockups: List generic product names together with manufacturers, manufacturers' product names, model numbers, lot numbers, batch numbers, source of supply, and other information as required to identify materials used. Include mix proportions for mortar and grout and source of aggregates. 1. Submittal is for information only. Neither receipt of list nor approval of mockup constitutes approval of deviations from the Contract Documents unless such deviations are specifically brought to the attention of Architect and approved in writing. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 042113 - 2 BRICK MASONRY B. Cold -Weather and Hot -Weather Procedures: Detailed description of methods, materials, and equipment to be used to comply with requirements. 1.5 QUALITY ASSURANCE A. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from single source from single manufacturer for each product required. B. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from single manufacturer for each cementitious component and from single source or producer for each aggregate. C. Masonry Standard: Comply with ACI 530.1/ASCE 6/TMS 602 unless modified by requirements in the Contract Documents. D. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockup of typical wall area as shown on Drawings. 2. Build mockups for each type of exposed unit masonry construction in sizes approximately 60 inches long by 48 inches high by full thickness, including accessories. a. Include a sealant -filled joint at least 16 inches long in each mockup. b. Include lower corner of window opening framed with stone trim at upper corner of exterior wall mockup. Make opening approximately 12 inches wide by 16 inches high. C. Include through -wall flashing installed for a 24-inch length in corner of exterior wall mockup approximately 16 inches down from top of mockup, with a 12-inch length of flashing left exposed to view (omit masonry above half of flashing). d. Include metal studs, sheathing, building wrap, sheathing joint -and -penetration treatment, air barrier, veneer anchors, flashing, cavity drainage material, and weep holes in mockup. 3. Where masonry is to match existing, erect mockups adjacent and parallel to existing surface. 4. Clean one-half of exposed faces of mockups with masonry cleaner as indicated. 5. Protect accepted mockups from the elements with weather -resistant membrane. 6. Approval of mockups is for color, texture, and blending of masonry units; relationship of mortar and sealant colors to masonry unit colors; tooling of joints; and aesthetic qualities of workmanship. a. Approval of mockups is also for other material and construction qualities specifically approved by Architect in writing. b. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless such deviations are specifically approved by Architect in writing. 7. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 3 CDG 21403 BRICK MASONRY B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and •contamination avoided. D. Deliver preblended, dry mortar mix in moisture -resistant containers designed for use with dispensing silos. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in covered weatherproof dispensing silos. E. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.7 PROJECT CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. 1. Extend cover a minimum of 24 inches down both sides of walls and hold cover securely in place. 2. Where one wythe of multiwythe masonry walls is completed in advance of other wythes, secure cover a minimum of 24 inches down face next to unconstructed wythe and hold cover in place. B. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain -splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. C. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. 1. Cold -Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and higher and will remain so until masonry has dried, but not less than seven days after completing cleaning. D. Hot -Weather Requirements: Comply with hot -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. PART2-PRODUCTS 2.1 MASONRY UNITS, GENERAL A. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to contain chips, cracks, or other defects exceeding limits stated in the standard. Do not use units where such defects will be exposed in the completed Work. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 4 CDG 21403 BRICK MASONRY B. Fire -Resistance Ratings: Where indicated, provide units that comply with requirements for fire -resistance ratings indicated as determined by testing according to ASTM E 119, by equivalent masonry thickness, or by other means, as acceptable to authorities having jurisdiction. 2.2 BRICK A. General: Provide shapes indicated and as follows, with exposed surfaces matching finish and color of exposed faces of adjacent units. 1. For ends of sills and caps and for similar applications that would otherwise expose unfinished brick surfaces, provide units without cores or frogs and with exposed surfaces finished. 2. Provide special shapes for applications where stretcher units cannot accommodate special conditions, including those at corners, movement joints, bond beams, sashes, and lintels. 3. Provide special shapes for applications requiring brick of size, form, color, and texture on exposed surfaces that cannot be produced by sawing. 4. Provide special shapes for applications where shapes produced by sawing would result in sawed surfaces being exposed to view. B. Face Brick: Facing brick complying with ASTM C 216 or hollow brick complying with ASTM C 652, Class H40V (void areas between 25 and 40 percent of gross cross -sectional area). 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Acme Brick 2. Grade: SW. 3. Type: FBS or HBS 4. Initial Rate of Absorption: Less than 30 g/30 sq. in. per minute when tested per ASTM C 67. 5. Efflorescence: Provide brick that has been tested according to ASTM C 67 and is rated "not effloresced." 6. Where shown to "match existing," provide face brick matching color range, texture, and size of existing adjacent brickwork. 7. Color and Texture: As selected by Architect. 2.3 MORTAR MATERIALS A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold -weather construction. Provide natural color or white cement as required to produce mortar color indicated. B. Hydrated Lime: ASTM C 207, Type S. C. Portland Cement -Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. D. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes and complying with ASTM C 979. Use only pigments with a record of satisfactory performance in masonry mortar. E. Colored Cement Product: Packaged blend made from portland cement and hydrated lime and mortar pigments, all complying with specified requirements, and containing no other ingredients. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 5 CDG 21403 BRICK MASONRY 1. Formulate blend as required to produce color indicated or, if not indicated, as selected from manufacturer's standard colors. 2. Pigments shall not exceed 5 percent of mortar cement by weight. F. Aggregate for Mortar: ASTM C 144. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. G. Cold -Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C 494/C 494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated. H. Water -Repellent Admixture: Liquid water-repellent mortar admixture intended for use with concrete masonry units, containing integral water repellent by same manufacturer. 2.4 TIES AND ANCHORS A. Materials: Provide ties and anchors specified in this article that are made from materials that comply with the following unless otherwise indicated: 1. Hot -Dip Galvanized, Carbon -Steel Wire: ASTM A 82/A 82M; with ASTM A 153/A 153M, Class B-2 coating. B. Wire Ties, General: Unless otherwise indicated, size wire ties to extend at least halfway through veneer but with at least 5/8-inch cover on outside face. Outer ends of wires are bent 90 degrees and extend 2 inches parallel to face of veneer. C. Adjustable Masonry -Veneer Anchors: General: Provide anchors that allow vertical adjustment but resist tension and compression forces perpendicular to plane of wall, for attachment over sheathing to wood or metal studs, and as follows: a. Structural Performance Characteristics: Capable of withstanding a 100-lbf load in both tension and compression without deforming or developing play in excess of 0.05 inch. 2. Contractor's Option: Unless otherwise indicated, provide any of the following types of anchors: 3. Screw -Attached, Masonry -Veneer Anchors: Units consisting of a wire tie and a metal anchor section. a. Anchor Section: Rib -stiffened, sheet metal plate with screw holes top and bottom, 2-3/4 inches wide by 3 inches high; with projecting tabs having slotted holes for inserting vertical legs of wire tie specially formed to fit anchor section. b. Anchor Section: Sheet metal plate, 1-1/4 inches wide by 6 inches long, with screw holes top and bottom and with raised rib -stiffened strap, 5/8 inch wide by 3-5/8 inches long, stamped into center to provide a slot between strap and plate for inserting wire tie. C. Anchor Section: Gasketed sheet metal plate, 1-1/4 inches wide by 6 inches long, with screw holes top and bottom; top and bottom ends bent to form pronged legs of length to match thickness of insulation or sheathing; and raised rib -stiffened strap, 5/8 inch wide by 6 inches long, stamped into center to provide a slot between strap and plate for inserting wire tie. Provide anchor manufacturer's standard, self -adhering, modified bituminous gaskets manufactured to fit behind anchor plate and extend beyond pronged legs. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 6 CDG 21403 BRICK MASONRY d. Anchor Section: Corrosion -resistant, self -drilling, eye -screw designed to receive wire tie. Eye -screw has spacer that seats directly against framing and is same thickness as sheathing and has gasketed, washer head that covers hole in sheathing. e. Fabricate sheet metal anchor sections and other sheet metal parts from 0.075-inch- thick, steel sheet, galvanized after fabrication. f. Wire Ties: Triangular-, rectangular-, or T-shaped wire ties fabricated from 0.25-inch- diameter, hot -dip galvanized steel wire. 4. Slip -in, Masonry -Veneer Anchors: Units consisting of a wire tie section and an anchor section designed to interlock with metal studs and be slipped into place as sheathing is installed. a. Wire -Type Anchor: Bent wire anchor section with an eye to receive the wire tie. Wire tie has a vertical leg that slips into the eye of anchor section and allows vertical adjustment. Both sections are made from 3/16-inch, hot -dip galvanized wire. Polymer -Coated, Steel Drill Screws for Steel Studs: ASTM C 954 except manufactured with hex washer head and neoprene or EPDM washer, No. 10 diameter by length required to penetrate steel stud flange with not less than three exposed threads, and with organic polymer coating with salt - spray resistance to red rust of more than 800 hours per ASTM B 117. Stainless -Steel Drill Screws for Steel Studs: Proprietary fastener consisting of carbon -steel drill point and 300 Series stainless -steel shank, complying with ASTM C 954 except manufactured with hex washer head and neoprene or EPDM washer, No. 10 diameter by length required to penetrate steel stud flange with not less than three exposed threads. 2.5 EMBEDDED FLASHING MATERIALS A. Metal Flashing: Provide metal flashing complying with SMACNA's "Architectural Sheet Metal Manual" and Section 07620 "Sheet Metal Flashing and Trim" and as follows: 1. Stainless Steel: ASTM A 240/A 240M, Type 304, 0.016 inch thick. 2. Copper: ASTM B 370, Temper H00, cold -rolled copper sheet, 16-oz./sq. ft. weight or 0.0216 inch thick or ASTM B 370, Temper HO1, high -yield copper sheet, 12-oz./sq. ft. weight or 0.0162 inch thick. 3. Fabricate continuous flashings in sections 96 inches long minimum, but not exceeding 12 feet. Provide splice plates at joints of formed, smooth metal flashing. 4. Fabricate through -wall metal flashing embedded in masonry from stainless steel, with ribs at 3- inch intervals along length of flashing to provide an integral mortar bond. 5. Fabricate through -wall flashing with snaplock receiver on exterior face where indicated to receive counterflashing. 6. Fabricate through -wall flashing with drip edge unless otherwise indicated. Fabricate by extending flashing 1/2 inch out from wall, with outer edge bent down 30 degrees and hemmed. 7. Fabricate through -wall flashing with sealant stop unless otherwise indicated. Fabricate by bending metal back on itself 3/4 inch at exterior face of wall and down into joint 1/4 inch to form a stop for retaining sealant backer rod. 8. Fabricate metal drip edges for ribbed metal flashing from plain metal flashing of same metal as ribbed flashing and extending at least 3 inches into wall with hemmed inner edge to receive ribbed flashing and form a hooked seam. Form hem on upper surface of metal so that completed seam will shed water. 9. Metal Drip Edge: Fabricate from stainless steel. Extend at least 3 inches into wall and 1/2 inch out from wall, with outer edge bent down 30 degrees and hemmed. 10. Metal Sealant Stop: Fabricate from stainless steel. Extend at least 3 inches into wall and out to exterior face of wall. At exterior face of wall, bend metal back on itself for 3/4 inch and down into joint 1/4 inch to form a stop for retaining sealant backer rod. 11. Metal Expansion -Joint Strips: Fabricate from stainless steel to shapes indicated. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 7 CDG 21403 BRICK MASONRY B. Flexible Flashing: Use one of the following unless otherwise indicated: Copper -Laminated Flashing: 7-oz./sq. ft. copper sheet bonded between 2 layers of glass -fiber cloth. Use only where flashing is fully concealed in masonry. 2. Asphalt -Coated Copper Flashing: 7-oz./sq. ft. copper sheet coated with flexible asphalt. Use only where flashing is fully concealed in masonry. 3. Rubberized -Asphalt Flashing: Composite flashing product consisting of a pliable, adhesive rubberized -asphalt compound, bonded to a high -density, cross -laminated polyethylene film to produce an overall thickness of not less than 0.040 inch. a. Accessories: Provide preformed corners, end dams, other special shapes, and seaming materials produced by flashing manufacturer. 4. Elastomeric Thermoplastic Flashing: Composite flashing product consisting of a polyester - reinforced ethylene interpolymer alloy. a. Monolithic Sheet: Elastomeric thermoplastic flashing, 0.040 inch thick. b. Self -Adhesive Sheet: Elastomeric thermoplastic flashing, 0.025 inch thick, with a 0.015- inch- thick coating of adhesive. C. Self -Adhesive Sheet with Drip Edge: Elastomeric thermoplastic flashing, 0.025 inch thick, with a 0.015-inch- thick coating of rubberized -asphalt adhesive. Where flashing extends to face of masonry, rubberized -asphalt coating is held back approximately 1-1/2 inches from edge. 1) Color: As selected by Architect. d. Accessories: Provide preformed corners, end dams, other special shapes, and seaming materials produced by flashing manufacturer. 5. EPDM Flashing: Sheet flashing product made from ethylene-propylene-diene terpolymer, complying with ASTM D 4637, 0.040 inch thick. C. Application: Unless otherwise indicated, use the following: 1. Where flashing is indicated to receive counterflashing, use metal flashing. 2. Where flashing is indicated to be turned down at or beyond the wall face, use metal flashing. 3. Where flashing is partly exposed and is indicated to terminate at the wall face, use metal flashing with a drip edge or flexible flashing with a metal drip edge. 4. Where flashing is fully concealed, use metal flashing or flexible flashing. D. Solder and Sealants for Sheet Metal Flashings: 1. Solder for Stainless Steel: ASTM B 32, Grade Sn60, with acid flux of type recommended by stainless -steel sheet manufacturer. 2. Solder for Copper: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead. 3. Elastomeric Sealant: ASTM C 920, chemically curing urethane sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. E. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer's standard products or products recommended by flashing manufacturer for bonding flashing sheets to each other and to substrates. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 8 CDG 21403 BRICK MASONRY 2.6 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from urethane. B. Bond -Breaker Strips: Asphalt -saturated, organic roofing felt complying with ASTM D 226, Type I (No. 15 asphalt felt). C. WeepNent Products: Use the following unless otherwise indicated: 1. Round Plastic WeepNent Tubing: Medium -density polyethylene, 3/8-inch OD by 4 inches long. D. Cavity Drainage Material: Free -draining mesh, made from polymer strands that will not degrade within the wall cavity. 1. Provide one of the following configurations: a. Strips, full -depth of cavity and 10 inches high, with dovetail shaped notches 7 inches deep that prevent clogging with mortar droppings. b. Strips, not less than 1-1/2 inches thick and 10 inches high, with dimpled surface designed to catch mortar droppings and prevent weep holes from clogging with mortar. C. Sheets or strips full depth of cavity and installed to full height of cavity. d. Sheets or strips not less than 1 inch thick and installed to full height of cavity with additional strips 4 inches high at weep holes and thick enough to fill entire depth of cavity and prevent weep holes from clogging with mortar. 2.7 MASONRY CLEANERS A. Proprietary Acidic Cleaner: Manufacturer's standard -strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 2.8 MORTAR MIXES A. General: Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water- repellent agents, antifreeze compounds, or other admixtures unless otherwise indicated. 1. Do not use calcium chloride in mortar. 2. Use portland cement -lime mortar unless otherwise indicated. 3. Add cold -weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specification. Provide Type N unless another type is indicated. D. Pigmented Mortar: Use colored cement product or select and proportion pigments with other ingredients to produce color required. Do not add pigments to colored cement products. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 9 CDG 21403 BRICK MASONRY 1. Pigments shall not exceed 10 percent of portland cement by weight. 2. Mix to match Architect's sample. 3. Application: Use pigmented mortar for exposed mortar joints with the following units: a. Face brick. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately adjacent to opening. B. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor -driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. C. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. l . Mix units from several pallets or cubes as they are placed. D. Matching Existing Masonry: Match coursing, bonding, color, and texture of existing masonry. E. Wetting of Brick: Wet brick before laying if initial rate of absorption exceeds 30 g/30 sq. in. per minute when tested per ASTM C 67. Allow units to absorb water so they are damp but not wet at time of laying. 3.3 TOLERANCES A. Dimensions and Locations of Elements: 1. For dimensions in cross section or elevation do not vary by more than plus 1/2 inch or minus 1/4 inch. 2. For location of elements in plan do not vary from that indicated by more than plus or minus 1/2 inch. 3. For location of elements in elevation do not vary from that indicated by more than plus or minus 1/4 inch in a story height or 1/2 inch total. B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls do not vary from level by more than 1/4 inch in 10 feet, or 1/2 inch maximum. 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than l /8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 042113 - 10 BRICK MASONRY 3. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2 inch maximum. 4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. 5. For lines and surfaces do not vary from straight by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2 inch maximum. 6. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet, or 1/2 inch maximum. 7. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch except due to warpage of masonry units within tolerances specified for warpage of units. C. Joints: 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to 1/2 inch; do not vary from bed joint thickness of adjacent courses by more than 1/8 inch. 2. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch. Do not vary from adjacent bed joint and head joint thicknesses by more than 1/8 inch. 3. For exposed bed joints and head joints of stacked bond, do not vary from a straight line by more than 1/16 inch from one masonry unit to the next. 3.4 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement -type joints, returns, and offsets. Avoid using less -than -half- size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, or to match existing, lay exposed masonry in running bond; do not use units with less than nominal 4-inch horizontal face dimensions at corners or jambs. C. Stopping and Resuming Work: Stop work by racking back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry. D. Built-in Work: As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. E. Fill space between steel frames and masonry solidly with mortar unless otherwise indicated. 3.5 MORTAR BEDDING AND JOINTING A. Lay hollow brick as follows: 1. With face shells fully bedded in mortar and with head joints of depth equal to bed joints. 2. With entire units, including areas under cells, fully bedded in mortar at starting course on footings. B. Lay solid masonry units with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. C. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 11 CDG 21403 BRICK MASONRY 3.6 ANCHORING MASONRY VENEERS A. Anchor masonry veneers to wall framing and concrete backup with masonry -veneer anchors to comply with the following requirements: 1. Insert slip -in anchors in metal studs as sheathing is installed. Provide one anchor at each stud in each horizontal joint between sheathing boards. 2. Embed tie sections in masonry joints. Provide not less than 2 inches of air space between back of masonry veneer and face of sheathing. 3. Locate anchor sections to allow maximum vertical differential movement of ties up and down. 4. Space anchors as indicated, but not more than 18 inches o.c. vertically and 24 inches o.c. horizontally, with not less than 1 anchor for each 2 sq. ft. of wall area. Install additional anchors within 12 inches of openings and at intervals, not exceeding 8 inches, around perimeter. 5. Space anchors as indicated, but not more than 16 inches o.c. vertically and 24 inches o.c. horizontally with not less than 1 anchor for each 2.67 sq. ft. of wall area. Install additional anchors within 12 inches of openings and at intervals, not exceeding 36 inches, around perimeter. 3.7 EXPANSION JOINTS A. General: Install expansion joint materials in unit masonry as masonry progresses. Do not allow materials to span expansion joints without provision to allow for in -plane wall or partition movement. B. Form expansion joints in brick as follows: 1. Build flanges of metal expansion strips into masonry. Lap each joint 4 inches in direction of water flow. Seal joints below grade and at junctures with horizontal expansion joints if any. 2. Build flanges of factory -fabricated, expansion joint units into masonry. 3. Build in compressible joint fillers where indicated. 4. Form open joint full depth of brick wythe and of width indicated, but not less than 3/8 inch for installation of sealant and backer rod specified in Section 079200 "Joint Sealants." C. Provide horizontal, pressure -relieving joints by either leaving an air space or inserting a compressible filler of width required for installing sealant and backer rod specified in Section 079200 "Joint Sealants," but not less than 3/8 inch. Locate horizontal, pressure -relieving joints beneath shelf angles supporting masonry. 3.8 LINTELS A. Install steel lintels where indicated. B. Provide minimum bearing of 8 inches at each jamb unless otherwise indicated. 3.9 FLASHING, WEEP HOLES, CAVITY DRAINAGE, AND VENTS A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. Install vents at shelf angles, ledges, and other obstructions to upward flow of air in cavities, and where indicated. B. Install flashing as follows unless otherwise indicated: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 12 CDG 21403 BRICK MASONRY 1. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through -wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. 2. At masonry -veneer walls, extend flashing through veneer, across air space behind veneer, and up face of sheathing at least 8 inches; with upper edge tucked under building paper or building wrap, lapping at least 4 inches. 3. At lintels and shelf angles, extend flashing a minimum of 6 inches into masonry at each end. At heads and sills, extend flashing 6 inches at ends and turn up not less than 2 inches to form end dams. 4. Interlock end joints of ribbed sheet metal flashing by overlapping ribs not less than 1-1/2 inches or as recommended by flashing manufacturer, and seal lap with elastomeric sealant complying with requirements in Section 079200 "Joint Sealants" for application indicated. 5. Install metal drip edges beneath flexible flashing at exterior face of wall. Stop flexible flashing 1 /2 inch back from outside face of wall and adhere flexible flashing to top of metal drip edge. 6. Install metal flashing termination beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch back from outside face of wall and adhere flexible flashing to top of metal flashing termination. 7. Cut flexible flashing off flush with face of wall after masonry wall construction is completed. C. Install reglets and nailers for flashing and other related construction where they are shown to be built into masonry. D. Install weep holes in head joints in exterior wythes of first course of masonry immediately above embedded flashing and as follows: 1. Use specified weep/vent products or open head joints to form weep holes. 2. Space weep holes formed from plastic tubing 16 inches o.c. E. Place pea gravel in cavities as soon as practical to a height equal to height of first course above top of flashing, but not less than 2 inches, to maintain drainage. F. Place cavity drainage material in cavities to comply with configuration requirements for cavity drainage material in "Miscellaneous Masonry Accessories" Article. G. Install vents in head joints in exterior wythes at spacing indicated. Use specified weep/vent products or open head joints to form vents. 1. Close cavities off vertically and horizontally with blocking in manner indicated. Install through - wall flashing and weep holes above horizontal blocking. 3.10 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage special inspectors to perform tests and inspections and prepare reports. Allow inspectors access to scaffolding and work areas, as needed to perform tests and inspections. Retesting of materials that fail to meet specified requirements shall be done at Contractor's expense. B. Inspections: Level 1 special inspections according to the "International Building Code." 1. Begin masonry construction only after inspectors have verified proportions of site -prepared mortar. 7 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 042113 - 13 CDG 21403 BRICK MASONRY C. Mortar Aggregate Ratio Test (Proportion Specification): For each mix provided, according to ASTM C 780. 3.11 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. C. In -Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean brick by bucket -and -brush hand -cleaning method described in "BIA Technical Notes 20." 6. Clean masonry with a proprietary acidic cleaner applied according to manufacturer's written instructions. 7. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable to type of stain on exposed surfaces. 3.12 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. B. Waste Disposal as Fill Material: Dispose of clean masonry waste, including excess or soil -contaminated sand, waste mortar, and broken masonry units, by crushing and mixing with fill material as fill is placed. 1. Crush masonry waste to less than 4 inches in each dimension. 2. Mix masonry waste with at least two parts of specified fill material for each part of masonry waste. Fill material is specified in Section 312000 "Earth Moving." 3. Do not dispose of masonry waste as fill within 18 inches of finished grade. C. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above, and other masonry waste, and legally dispose of off Owner's property. END OF SECTION 042113 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 055000 - 1 CDG 21403 METAL FABRICATIONS SECTION 055000 - METAL FABRICATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Steel handrails and guardrails. B. Products furnished, but not installed, under this Section include the following: 1. Anchor bolts, steel pipe sleeves, slotted -channel inserts, and wedge -type inserts indicated to be cast into concrete or built into unit masonry. C. Related Requirements: 1. Section 033000 "Cast -in -Place Concrete" for installing anchor bolts, steel pipe sleeves, slotted - channel inserts, wedge -type inserts, and other items cast into concrete. 1.3 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of metal fabrications that are anchored to or that receive other work. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 1.4 ACTION SUBMITTALS A. Shop Drawings: Show fabrication and installation details. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. Provide Shop Drawings for all miscellaneous steel items indicated on the Drawings not covered under other Sections. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For professional engineer. B. Welding certificates. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 055000 - 2 CDG 21403 METAL FABRICATIONS 1.6 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1M, "Structural Welding Code - Steel." 2. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum." 3. AWS D1.6/D1.6M, "Structural Welding Code - Stainless Steel." 1.7 FIELD CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication. PART 2 - PRODUCTS 2.1 METALS A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. C. Rolled -Steel Floor Plate: ASTM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D. D. Steel Tubing: ASTM A 500/A 500M, cold -formed steel tubing. E. Steel Pipe: ASTM A 53/A 53M, Standard Weight (Schedule 40) unless otherwise indicated. F. Nickel Silver Extrusions: ASTM B 151/13 151M, Alloy UNS No. C74500. 2.2 FASTENERS A. General: Unless otherwise indicated, provide Type 316 stainless -steel fasteners for exterior use and zinc - plated fasteners with coating complying with ASTM B 633 or ASTM F 1941, Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and class required. 1. Provide stainless -steel fasteners for fastening aluminum. 2. Provide stainless -steel fasteners for fastening stainless steel. 3. Provide stainless -steel fasteners for fastening nickel silver. 4. Provide bronze fasteners for fastening bronze. B. Steel Bolts and Nuts: Regular hexagon -head bolts, ASTM A 307, Grade A; with hex nuts, ASTM A 563; and, where indicated, flat washers. C. Steel Bolts and Nuts: Regular hexagon -head bolts, ASTM A 325, Type 3; with hex nuts, ASTM A 563, Grade C3; and, where indicated, flat washers. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 055000 - 3 CDG 21403 METAL FABRICATIONS D. Stainless -Steel Bolts and Nuts: Regular hexagon -head annealed stainless -steel bolts, ASTM F 593; with hex nuts, ASTM F 594; and, where indicated, flat washers; Alloy Group 1. E. Anchor Bolts: ASTM F 1554, Grade 36, of dimensions indicated; with nuts, ASTM A 563; and, where indicated, flat washers. 1. Hot -dip galvanize or provide mechanically deposited, zinc coating where item being fastened is indicated to be galvanized. F. Anchors, General: Anchors capable of sustaining, without failure, a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in concrete, as determined by testing according to ASTM E 488/E 488M, conducted by a qualified independent testing agency. G. Cast -in -Place Anchors in Concrete: Either threaded type or wedge type unless otherwise indicated; galvanized ferrous castings, either ASTM A 47/A 47M malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers, and shims as needed, all hot -dip galvanized per ASTM F 2329. H. Post -Installed Anchors: Torque -controlled expansion anchors or chemical anchors. 1. Material for Interior Locations: Carbon -steel components zinc plated to comply with ASTM B 633 or ASTM F 1941, Class Fe/Zn 5, unless otherwise indicated. 2. Material for Exterior Locations and Where Stainless Steel Is Indicated: Alloy Group 1 stainless - steel bolts, ASTM F 593, and nuts, ASTM F 594. 2.3 MISCELLANEOUS MATERIALS A. Shop Primers: Provide primers that comply with Section 099113 "Exterior Painting." B. Universal Shop Primer: Fast -curing, lead- and chromate -free, universal modified -alkyd primer complying with MPI#79 and compatible with topcoat. 1. Use primer containing pigments that make it easily distinguishable from zinc -rich primer. C. Epoxy Zinc -Rich Primer: Complying with MPI#20 and compatible with topcoat. D. Shop Primer for Galvanized Steel: Primer formulated for exterior use over zinc -coated metal and compatible with finish paint systems indicated. E. Galvanizing Repair Paint: High -zinc -dust -content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. F. Bituminous Paint: Cold -applied asphalt emulsion complying with ASTM D 1187/1) 1187M. G. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C I I07/C I I07M. Provide grout specifically recommended by manufacturer for interior and exterior applications. H. Concrete: Comply with requirements in Section 033000 "Cast -in -Place Concrete" for normal -weight, air - entrained, concrete with a minimum 28-day compressive strength of 3000 psi. 2.4 FABRICATION, GENERAL CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 055000 - 4 METAL FABRICATIONS A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flat -head (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that are exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. I. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. J. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors, 1/8 by 1-1/2 inches, with a minimum 6-inch embedment and 2-inch hook, not less than 8 inches from ends and corners of units and 24 inches o.c., unless otherwise indicated. 2.5 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. 1. Fabricate units from slotted channel framing where indicated. 2. Furnish inserts for units installed after concrete is placed. C. Galvanize miscellaneous framing and supports where indicated. D. Prime miscellaneous framing and supports with zinc -rich primer where indicated. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 055000 - 5 CDG 21403 METAL FABRICATIONS 2.6 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possible. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. 1. Provide with integrally welded steel strap anchors for embedding in concrete or masonry construction. C. Galvanize and prime exterior miscellaneous steel trim. 2.7 FINISHES, GENERAL A. Finish metal fabrications after assembly. B. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding surface. 2.8 STEEL AND IRON FINISHES A. Galvanizing: Hot -dip galvanize items imbedded in concrete to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products. 1. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. B. Preparation for Shop Priming Galvanized Items: After galvanizing, thoroughly clean railings of grease, dirt, oil, flux, and other foreign matter, and treat with metallic phosphate process. C. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete, sprayed -on fireproofing, or masonry, or unless otherwise indicated. 1. Shop prime with primers specified in Section 099113 "Exterior Painting" unless zinc -rich primer is indicated. D. Preparation for Shop Priming: Prepare surfaces to comply with SSPC-SP 3, "Power Tool Cleaning." E. Shop Priming: Apply shop primer to comply with SSPC-PA 1, 'Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 055000 - 6 CDG 21403 METAL FABRICATIONS B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. D. Fastening to In -Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in -place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. F. Corrosion Protection: Coat concealed surfaces of aluminum that come into contact with grout, concrete, masonry, wood, or dissimilar metals with the following: I . Cast Aluminum: Heavy coat of bituminous paint. 2. Extruded Aluminum: Two coats of clear lacquer. 3.2 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC- PA I for touching up shop -painted surfaces. I. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Section 099113 "Exterior Painting." C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780/A 780M. END OF SECTION 055000 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 061000 - ROUGH CARPENTRY PART 1 - GENERAL 1.1 1.2 1.3 1.4 t, 061000 - 1 ROUGH CARPENTRY �4 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY A. Section Includes: 1. Rooftop equipment bases and support curbs. i. 2. Wood blocking and nailers. 3. Wood furring. 4. Wood sleepers. 5. Plywood backing panels. B. Related Requirements: I . Section 313116 "Termite Control" for site application of borate treatment to wood framing. - DEFINITIONS A. Exposed Framing: Framing not concealed by other construction. B. Dimension Lumber: Lumber of 2 inches nominal or greater but less than 5 inches nominal in least dimension. C. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. NLGA: National Lumber Grades Authority. 2. WCLIB: West Coast Lumber Inspection Bureau. 3. RIS: Redwood Inspection Service.„ 4. WWPA: Western Wood Products Association. ACTION SUBMITTALS A. Product Data: For each type of process and factory -fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of f' preservative used and net amount of preservative retained. `-.. 2. Include data for fire -retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of a treated materials based on testing by a qualified independent testing agency. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 061000 - 2 CDG 21403 ROUGH CARPENTRY 3. For fire -retardant treatments, include physical properties of treated lumber both before and after exposure to elevated temperatures, based on testing by a qualified independent testing agency according to ASTM D 5664. 4. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 5. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. Fastener Patterns: Full-size templates for fasteners in exposed framing. 1.5 INFORMATIONAL SUBMITTALS A. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: For testing agency providing classification marking for fire -retardant treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. 1.7 DELIVERY, STORAGE, AND HANDLING A. Stack lumber flat with spacers beneath and between each bundle to provide air circulation. Protect lumber from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules -writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece or omit grade stamp and provide certificates of grade compliance issued by grading agency. 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 4. Provide dressed lumber, S4S, unless otherwise indicated. B. Maximum Moisture Content of Lumber: 15 percent for 2-inch nominal thickness or less, 19 percent for more than 2-inch nominal thickness unless otherwise indicated. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 061000 - 3 CDG 21403 ROUGH CARPENTRY 2.2 WOOD -PRESERVATIVE -TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. 2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. Kiln -dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. l . For exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece or omit marking and provide certificates of treatment compliance issued by inspection agency. D. Application: Treat items indicated on Drawings, and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping,] and similar concealed members in contact with masonry or concrete. 3. Wood framing and furring attached directly to the interior of below -grade exterior masonry or concrete walls. 4. Wood framing members that are less than 18 inches above the ground in crawlspaces or unexcavated areas. 5. Wood floor plates that are installed over concrete slabs -on -grade. 2.3 FIRE -RETARDANT -TREATED MATERIALS A. General: Where fire -retardant -treated materials are indicated, use materials complying with requirements in this article, that are acceptable to authorities having jurisdiction, and with fire -test -response characteristics specified as determined by testing identical products per test method indicated by a qualified testing agency. Stamp must be visible upon inspection. B. Fire -Retardant -Treated Lumber and Plywood by Pressure Process: Products with a flame spread index of 25 or less when tested according to ASTM E 84, and with no evidence of significant progressive combustion when the test is extended an additional 20 minutes, and with the flame front not extending more than 10.5 feet beyond the centerline of the burners at any time during the test. 1. Use treatment that does not promote corrosion of metal fasteners. 2. Exterior Type: Treated materials shall comply with requirements specified above for fire - retardant -treated lumber and plywood by pressure process after being subjected to accelerated weathering according to ASTM D 2898. Use for exterior locations and where indicated. 3. Interior Type A: Treated materials shall have a moisture content of 28 percent or less when tested according to ASTM D 3201 at 92 percent relative humidity. Use where exterior type is not indicated. 4. Design Value Adjustment Factors: Treated lumber shall be tested according ASTM D 5664 and design value adjustment factors shall be calculated according to ASTM D 6841. For enclosed roof framing, framing in attic spaces, and where high temperature fire -retardant treatment is indicated, CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 061000 - 4 CDG 21403 ROUGH CARPENTRY provide material with adjustment factors of not less than 0.85 modulus of elasticity and 0.75 for extreme fiber in bending for Project's climatological zone. C. Kiln -dry lumber after treatment to a maximum moisture content of 19 percent. Kiln -dry plywood after treatment to a maximum moisture content of 15 percent. D. Identify fire -retardant -treated wood with appropriate classification marking of qualified testing agency. l . For exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece or omit marking and provide certificates of treatment compliance issued by testing agency. E. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not bleed through, contain colorants, or otherwise adversely affect finishes. F. Application: Treat items indicated on Drawings, and the following: 1. All Concealed blocking. 2.4 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. 3. Rooftop equipment bases and support curbs. 4. Cants. 5. Furring. 6. Grounds. B. For items of dimension lumber size, provide Construction or No. 2 grade lumber of any species. C. For concealed boards, provide lumber with 15 percent maximum moisture content andthe following species and grades: 1. Hem -fir or hem -fir (north); Construction or No. 2 Common grade; NLGA, WCLIB, or WWPA. D. For blocking not used for attachment of other construction, Utility, Stud, or No. 3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose. E. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. F. For furring strips for installing plywood or hardboard paneling, select boards with no knots capable of producing bent -over nails and damage to paneling. 2.5 PLYWOOD BACKING PANELS A. Equipment Backing Panels: DOC PS 1, Exposure 1, C-D Plugged, in thickness indicated or, if not indicated, not less than 3/4-inch nominal thickness. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 061000 - 5 CDG 21403 ROUGH CARPENTRY 2.6 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, pressure -preservative treated, or in area of high relative humidity, provide fasteners with hot -dip zinc coating complying with ASTM A 153/A 153M. B. Nails, Brads, and Staples: ASTM F 1667. C. Power -Driven Fasteners: NES NER-272. D. Wood Screws: ASME B18.6.1. E. Lag Bolts: ASME B 18.2.1. F. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. G. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry assemblies and equal to four times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Carbon -steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5. 2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2. 2.7 MISCELLANEOUS MATERIALS A. Sill -Sealer Gaskets: Closed -cell neoprene foam, 1/4 inch thick, selected from manufacturer's standard widths to suit width of sill members indicated. B. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, butyl rubber or rubberized -asphalt compound, bonded to a high -density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch. C. Adhesives for Gluing Furring and Sleepers to Concrete or Masonry: Formulation complying with ASTM D 3498 that is approved for use indicated by adhesive manufacturer. D. Water -Repellent Preservative: NWWDA-tested and -accepted formulation containing 3-iodo-2-propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking,and similar supports to comply with requirements for attaching other construction. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 061000 - 6 CDG 21403 ROUGH CARPENTRY B. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. C. Install plywood backing panels by fastening to studs; coordinate locations with utilities requiring backing panels. D. Install sill sealer gasket to form continuous seal between sill plates and foundation walls. E. Do not splice structural members between supports unless otherwise indicated. F. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. 1. Provide metal clips for fastening gypsum board or lath at corners and intersections where framing or blocking does not provide a surface for fastening edges of panels. Space clips not more than 16 inches o.c. G. Provide fire blocking in furred spaces, stud spaces, and other concealed cavities as indicated and as follows: 1. Fire block furred spaces of walls, at each floor level, at ceiling, and at not more than 96 inches o.c. with solid wood blocking or noncombustible materials accurately fitted to close furred spaces. 2. Fire block concealed spaces of wood -framed walls and partitions at each floor level, at ceiling line of top story, and at not more than 96 inches o.c. Where fire blocking is not inherent in framing system used, provide closely fitted solid wood blocks of same width as framing members and 2- inch nominal- thickness. 3. Fire block concealed spaces between floor sleepers with same material as sleepers to limit concealed spaces to not more than 100 sq. ft. and to solidly fill space below partitions. 4. Fire block concealed spaces behind combustible cornices and exterior trim at not more than 20 feet o.c. H. Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. I. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative -treated lumber. 1. Use inorganic boron for items that are continuously protected from liquid water. 2. Use copper naphthenate for items not continuously protected from liquid water. J. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. NES NER-272 for power -driven fasteners. 2. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 3. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two -Family Dwellings. K. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight 1_ w connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. L. For exposed work, arrange fasteners in straight rows parallel with edges of members, with fasteners evenly spaced, and with adjacent rows staggered. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 061000 - 7 CDG 21403 ROUGH CARPENTRY 1. Comply with approved fastener patterns where applicable. 2. Use finishing nails unless otherwise indicated. Countersink nail heads and fill holes with wood filler. 3. Use common nails unless otherwise indicated. Drive nails snug but do not countersink nail heads. M. Install 2x6 wood blocking behind gypsum board at all door hardware wall stop locations. Securely attach blocking to adjacent studs. N. Install 2x6 wood blocking behind gypsum board at all toilet accessories and compartment anchor locations. Securely attach blocking to adjacent studs. O. Install 2x6 wood blocking behind gypsum board at all undercounter support bracket locations. Securely attach blocking to adjacent studs. 3.2 WOOD SLEEPER, BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for screeding or attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces unless otherwise indicated. C. Where wood -preservative -treated lumber is installed adjacent to metal decking, install continuous flexible flashing separator between wood and metal decking. D. Provide permanent grounds of dressed, pressure -preservative -treated, key -beveled lumber not less than 1- 1/2 inches wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. 3.3 WOOD FURRING INSTALLATION A. Install level and plumb with closure strips at edges and openings. Shim with wood as required for tolerance of finish work. B. Furring to Receive Plywood or Hardboard Paneling: Install 1-by-3-inch nominal- size furring horizontally at 24 inches o.c. C. Furring to Receive Gypsum Board: Install 1-by-2-inch nominal- size furring vertically at 16 inches o.c. 3.4 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes sufficiently wet that moisture content exceeds that specified, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. END OF SECTION 061000 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 064116 - 1 CDG 21403 PLASTIC -LAMINATE -FACED ARCHITECTURAL CABINETS SECTION 064116 - PLASTIC -LAMINATE -FACED ARCHITECTURAL CABINETS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Plastic -laminate -faced architectural cabinets. 2. Wood furring, blocking, shims, and hanging strips for installing plastic -laminate -faced architectural cabinets unless concealed within other construction before cabinet installation. B. Related Requirements: 1. Section 061000 "Rough Carpentry" for wood furring, blocking, shims, and hanging strips required for installing cabinets and concealed within other construction before cabinet installation. 2. Section 123661 "Simulated Stone Countertops" for countertops scheduled with Solid Surface, Quartz, Granite, or other such materials. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product, including panel products high-pressure decorative laminate adhesive for bonding plastic laminate and cabinet hardware and accessories. B. Shop Drawings: Show location of each item, dimensioned plans and elevations, large-scale details, attachment devices, and other components. 1. Show details full size. 2. Show locations and sizes of furring, blocking, and hanging strips, including concealed blocking and reinforcement specified in other Sections. 3. Show locations and sizes of cutouts and holes for electrical switches and outlets and other items installed in architectural plastic -laminate cabinets. C. Samples for Verification: 1. Wood -grain plastic laminates, 8 by 10 inches, for each type, pattern and surface finish, with one sample applied to core material and specified edge material applied to one edge. 2. Thermoset decorative panels, 8 by 10 inches, for each color, pattern, and surface finish, with edge banding on one edge. 3. Corner pieces as follows: a. Cabinet -front frame joints between stiles and rails, as well as exposed end pieces, 18 inches high by 18 inches wide by 6 inches deep. b. Miter joints for standing trim. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 064116 - 2 CDG 21403 PLASTIC -LAMINATE -FACED ARCHITECTURAL CABINETS 4. Exposed cabinet hardware and accessories, one unit for each type and finish. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer and fabricator. B. Product Certificates: For each type of product including the following: 1. Composite wood products. 2. High-pressure decorative laminate. 3. Adhesives. C. Evaluation Reports: For fire -retardant -treated materials, from ICC-ES. 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: Shop that employs skilled workers who custom fabricate products similar to those required for this Project and whose products have a record of successful in-service performance. B. Installer Qualifications: Fabricator of products and/or Certified participant in AWI's Quality Certification Program. C. Testing Agency Qualifications: For testing agency providing classification marking for fire -retardant - treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. D. Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockups of typical plastic -laminate cabinets as shown on Drawings. 2. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not deliver cabinets until painting and similar operations that could damage woodwork have been completed in installation areas. If cabinets must be stored in other than installation areas, store only in areas where environmental conditions comply with requirements specified in "Field Conditions" Article. 1.7 FIELD CONDITIONS A. Environmental Limitations: Do not deliver or install cabinets until building is enclosed, wet work is complete, and HVAC system is operating and maintaining temperature and relative humidity at occupancy levels during the remainder of the construction period. B. Environmental Limitations: Do not deliver or install cabinets until building is enclosed, wet work is complete, and HVAC system is operating and maintaining temperature between 60 and 90 deg F and relative humidity between 25 and 55 percent during the remainder of the construction period. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 064116 - 3 CDG 21403 PLASTIC -LAMINATE -FACED ARCHITECTURAL CABINETS C. Field Measurements: Where cabinets are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication, and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1. Locate concealed framing, blocking, and reinforcements that support cabinets by field measurements before being enclosed, and indicate measurements on Shop Drawings. D. Established Dimensions: Where cabinets are indicated to fit to other construction, establish dimensions for areas where cabinets are to fit. Provide allowance for trimming at site, and coordinate construction to ensure that actual dimensions correspond to established dimensions. 1.8 COORDINATION r` _ A. Coordinate sizes and locations of framing, blocking, furring, reinforcements, and other related units of Work specified in other Sections to ensure that cabinets can be supported and installed as indicated. PART2-PRODUCTS 2.1 PLASTIC -LAMINATE -FACED ARCHITECTURAL CABINETS A. Quality Standard: Unless otherwise indicated, comply with the "Architectural Woodwork Standards" for grades of architectural plastic -laminate cabinets indicated for construction, finishes, installation, and other requirements. 1. The Contract Documents contain selections chosen from options in the quality standard and additional requirements beyond those of the quality standard. Comply with those selections and requirements in addition to the quality standard. B. Grade: Custom. C. Type of Construction: Reveal overlay. D. Cabinet, Door, and Drawer Front Interface Style: Reveal overlay. E. Reveal Dimension: 1/4 inch. F. High -Pressure Decorative Laminate: NEMA LD 3, grades as indicated or if not indicated, as required by woodwork quality standard. G. Laminate Cladding for Exposed Surfaces (Anything visible when looking at cabinets from either standing or sitting position and tops of upper cabinets): 1. Horizontal Surfaces: Grade HGS. 2. Vertical Surfaces: Grade HGS. 3. Edges: Grade HGS. Install edge banding before face laminate. 4. Pattern Direction: Vertically for drawer fronts, doors, and fixed panels. H. Materials for Semi -exposed Surfaces (areas behind closed doors or drawers): 1. Surfaces Other Than Drawer Bodies: 3/4" Thermoset Decorative Panels CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 064116 - 4 CDG 21403 PLASTIC -LAMINATE -FACED ARCHITECTURAL CABINETS a. Edges of Plastic -Laminate Shelves: PVC edge banding, O.I2 inch thick, matching laminate in color, pattern, and finish. b. Edges of Thermoset Decorative Panel Shelves: PVC or polyester edge banding on all edges. C. For semi -exposed backs of panels with exposed plastic -laminate surfaces (i.e. cabinet doors or drawer fronts), provide surface of high-pressure decorative laminate, NEMA LD 3, Grade VGS. 2. Drawer Sides and Backs: 3/4" Thermoset decorative panels with PVC or polyester edge banding on all edges. 3. Drawer Bottoms: 1/4" Thermoset decorative panels. I. Dust Panels: 1/4-inch plywood or tempered hardboard above compartments and drawers unless located directly under tops. J. Concealed Backs of Panels with Exposed Plastic -Laminate Surfaces: High-pressure decorative laminate, NEMA LD 3, Grade BKL. K. Drawer Construction: Fabricate with exposed fronts fastened to subfront with mounting screws from interior of body. 1. Join subfronts, backs, and sides with Shoulder Lock, glued and pin nailed. L. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements: a. Refer to the Finish and Materials Schedule in Section 099999. 2.2 WOOD MATERIALS A. Wood Products: Provide materials that comply with requirements of referenced quality standard for each type of woodwork and quality grade specified unless otherwise indicated. 1. Wood Moisture Content: 4 to 9 percent. B. Composite Wood Products: Provide materials that comply with requirements of referenced quality standard for each type of woodwork and quality grade specified unless otherwise indicated. 1. Medium -Density Fiberboard: ANSI A208.2, Grade 130. 2. Thermoset Decorative Panels: Medium -density fiberboard finished .with thermally fused, melamine -impregnated decorative paper and complying with requirements of NEMA LD 3, Grade VGL, for test methods 3.3, 3.4, 3.6, 3.8, and 3.10. 3. Hardboard: Tempered Masonite,'VV thick at form shelves where indicated. 2.3 CABINET HARDWARE AND ACCESSORIES A. General: Provide cabinet hardware and accessory materials associated with architectural cabinets except for items specified in Section 087100 "Door Hardware." B. Frameless Concealed Hinges (European Type): BHMA A156.9, BO1602, 170 degrees of opening, self - closing. C. Wire Pulls: Back mounted, solid metal, 4 inches long, 5/16 inch in diameter. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 064116 - 5 CDG 21403 PLASTIC -LAMINATE -FACED ARCHITECTURAL CABINETS D. Catches: Hafele Automatic Door Catch 245.58.754 (245.58.156 for bronze finish where indicated) at all pairs of doors indicated with cam lock. E. Adjustable Shelf Standards and Supports: BHMA A156.9, B04071; with shelf rests, B04081. F. Shelf Rests: BHMA Al56.9, B04013; metal. G. Drawer Slides: BHMA Al56.9. 1. Grade 1HD-100 and Grade 1HD-200: Side mounted; full -extension type; zinc -plated -steel ball - bearing slides. 2. For drawers more than 3 inches high but not more than 6 inches high and not more than 24 inches wide, provide Grade 1HD- 100. 3. For drawers more than 6 inches high or more than 24 inches wide, provide Grade 1 HD-200. 4. For trash bins not more than 20 inches high and 16 inches wide, provide Grade 1HD-200. H. Grommets for Cable Passage through Countertops: 2-inch OD, black, molded -plastic grommets and matching plastic caps with slot for wire passage. 1. Product: Subject to compliance with requirements, provide "TG3 series" by Doug Mockett & Company, Inc. I. Door Locks: BHMA Al56.11, E07121. Contractor is to coordinate keying schedule with Owner. Keying may be, at the Owner's option, either keyed alike, keyed separately, or a combination of the above. J. Drawer Locks: BHMA Al56.11, E07041. Contractor is to coordinate keying schedule with Owner. Keying may be, at the Owner's option, either keyed alike, keyed separately, or a combination of the above. K. Door and Drawer Silencers: BHMA A156.16, L03011. L. Countertop Support: Rakks extruded aluminum counter support bracket in recommended size for countertop depth and height. Off -White Powder coat finish. M. Exposed Hardware Finishes: For exposed hardware, provide finish that complies with BHMA A156.18 for BHMA finish number indicated. 1. Satin Stainless Steel: BHMA 630. N. For concealed hardware, provide manufacturer's standard finish that complies with product class requirements in BHMA A 156.9. 2.4 MISCELLANEOUS MATERIALS A. Furring, Blocking, Shims, and Hanging Strips: Fire -retardant -treated softwood lumber, kiln dried to less than 15 percent moisture content. B. Anchors: Select material, type, size, and finish required for each substrate for secure anchorage. Provide metal expansion sleeves or expansion bolts for post -installed anchors. Use nonferrous -metal or hot -dip galvanized anchors and inserts at inside face of exterior walls and at floors. C. Adhesives: Do not use adhesives that contain urea formaldehyde. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 064116 - 6 CDG 21403 PLASTIC -LAMINATE -FACED ARCHITECTURAL CABINETS D. Adhesives: Use adhesives that meet the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." E. Adhesive for Bonding Plastic Laminate: Unpigmented contact cement. 1. Adhesive for Bonding Edges: Hot -melt adhesive or adhesive specified above for faces. 2.5 FABRICATION A. Sand fire -retardant -treated wood lightly to remove raised grain on exposed surfaces before fabrication. B. Fabricate cabinets to dimensions, profiles, and details indicated. C. Complete fabrication, including assembly and hardware application, to maximum extent possible before shipment to Project site. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. 1. Notify Architect seven days in advance of the dates and times woodwork fabrication will be complete. 2. Trial fit assemblies at fabrication shop that cannot be shipped completely assembled. Install dowels, screws, bolted connectors, and other fastening devices that can be removed after trial fitting. Verify that various parts fit as intended and check measurements of assemblies against field measurements before disassembling for shipment. D. Shop -cut openings to maximum extent possible to receive hardware, appliances, electrical work, and similar items. Locate openings accurately and use templates or roughing -in diagrams to produce accurately sized and shaped openings. Sand edges of cutouts to remove splinters and burrs. E. Install glass to comply with applicable requirements in Section 088000 "Glazing" and in GANA's "Glazing Manual." For glass in wood frames, secure glass with removable stops. PART 3 - EXECUTION 3.1 PREPARATION A. Before installation, condition cabinets to average prevailing humidity conditions in installation areas. B. Before installing cabinets, examine shop -fabricated work for completion and complete work as required. 3.2 INSTALLATION A. Grade: Install cabinets to comply with same grade as item to be installed. B. Assemble cabinets and complete fabrication at Project site to the extent that it was not completed in the shop. C. Install cabinets level, plumb, true, and straight. Shim as required with concealed shims. Install level and plumb to a tolerance of 1/8 inch in 96 inches. D. Scribe and cut cabinets to fit adjoining work, refinish cut surfaces, and repair damaged finish at cuts. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 064116 - 7 CDG 21403 PLASTIC -LAMINATE -FACED ARCHITECTURAL CABINETS E. Anchor cabinets to anchors or blocking built in or directly attached to substrates. Secure with countersunk, concealed fasteners and blind nailing. Use fine finishing nails or finishing screws for exposed fastening, countersunk and filled flush with woodwork. 1. Use filler matching finish of items being installed. F. Cabinets: Install without distortion so doors and drawers fit openings properly and are accurately aligned. Adjust hardware to center doors and drawers in openings and to provide unencumbered operation. Complete installation of hardware and accessory items as indicated. 1. Install cabinets with no more than 1/8 inch in 96-inch sag, bow, or other variation from a straight line. 2. Fasten wall cabinets through back, near top and bottom, and at ends not more than 16 inches o.c. with No. 10 wafer -head screws sized for not less than 1-1/2-inch penetration into wood framing, blocking, or hanging strips. 3.3 ADJUSTING AND CLEANING A. Repair damaged and defective cabinets, where possible, to eliminate functional and visual defects; where not possible to repair, replace woodwork. Adjust joinery for uniform appearance. B. Clean, lubricate, and adjust hardware. C. Clean cabinets on exposed and semi -exposed surfaces. END OF SECTION 064116 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 079200 - JOINT SEALANTS PART 1 - GENERAL 079200 - 1 JOINT SEALANTS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Urethane joint sealants. 3. Latex joint sealants. B. Related Sections: 1. Section 042000 "Unit Masonry" for masonry control and expansion joint fillers and gaskets. 2. Section 079500 "Expansion Control" for building expansion joints. 3. Section 088000 "Glazing" for glazing sealants. 4. Section 092900 "Gypsum Board" for sealing perimeter joints. 5. Section 093000 "Tiling" for sealing tile joints. 6. Section 095113 "Acoustical Panel Ceilings" for sealing edge moldings at perimeters with acoustical sealant. 7. Section 321373 "Concrete Paving Joint Sealants" for sealing joints in pavements, walkways, and curbing. 1.3 ACTION SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C. Samples for Verification: For each kind and color of joint sealant required, provide Samples with joint sealants in 1/2-inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. D. Joint -Sealant Schedule: Include the following information: 1. Joint -sealant application, joint location, and designation. 2. Joint -sealant manufacturer and product name. 3. Joint -sealant formulation. 4. Joint -sealant color. 1.4 INFORMATIONAL SUBMITTALS CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 079200 -2 CDG 21403 JOINT SEALANTS A. Product Certificates: For each kind of joint sealant and accessory, from manufacturer. B. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, indicating that sealants comply with requirements. C. Warranties: Sample of special warranties. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. B. Source Limitations: Obtain each kind of joint sealant from single source from single manufacturer. C. Mockups: Install sealant in mockups of assemblies specified in other Sections that are indicated to receive joint sealants specified in this Section. Use materials and installation methods specified in this Section. 1.6 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint -sealant manufacturer or are below 40 deg F. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint -sealant manufacturer for applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.7 WARRANTY A. Special Manufacturer's Warranty: Manufacturer's standard form in which joint -sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: 5 years from date of Substantial Completion. B. Special warranties specified in this article exclude deterioration or failure of joint sealants from the following: 1. Movement of the structure caused by structural settlement or errors attributable to design or construction resulting in stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression. 2. Disintegration of joint substrates from natural causes exceeding design specifications. 3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. PART2-PRODUCTS CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 079200 - 3 CDG 21403 JOINT SEALANTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint - sealant manufacturer, based on testing and field experience. B. Liquid -Applied Joint Sealants: Comply with ASTM C 920 and other requirements indicated for each liquid -applied joint sealant specified, including those referencing ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint substrates. 1. Suitability for Immersion in Liquids. Where sealants are indicated for Use I for joints that will be continuously immersed in liquids, provide products that have undergone testing according to ASTM C 1247. Liquid used for testing sealants is deionized water, unless otherwise indicated. C. Stain -Test -Response Characteristics: Where sealants are specified to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. D. Suitability for Contact with Food: Where sealants are indicated for joints that will come in repeated contact with food, provide products that comply with 21 CFR 177.2600. E. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range. 2.2 SILICONE JOINT SEALANTS A. Single -Component, Nonsag, Neutral -Curing Silicone Joint Sealant: ASTM C 920, Type S, Grade NS, Class 50, for Use NT. 2.3 URETHANE JOINT SEALANTS A. Single -Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S, Grade NS, Class 50, for Use NT. B. Single -Component, Nonsag, Traffic -Grade, Urethane Joint Sealant: ASTM C 920. Type S, Grade NS, Class 25, for Use T. 2.4 LATEX JOINT SEALANTS A. Latex Joint Sealant: Acrylic latex or siliconized acrylic latex, ASTM C 834, Type OP, Grade NF. 2.5 JOINT SEALANT BACKING A. General: Provide sealant backings of material that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin), Type O (open -cell material), Type B (bicellular material with a surface skin), or any of the preceding types, as approved in writing by joint -sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 079200 - 4 CDG 21403 JOINT SEALANTS 2.6 MISCELLANEOUS MATERIALS A. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil -free compressed air. Porous joint substrates include the following: a. Concrete. b. Masonry. C. Unglazed surfaces of ceramic tile. d. Exterior insulation and finish systems. 3. Remove laitance and form -release agents from concrete. 4. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: a. Metal. b. Glass. C. Porcelain enamel. d. Glazed surfaces of ceramic tile. B. Joint Priming: Prime joint substrates where recommended by joint -sealant manufacturer or as indicated by preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint - sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 079200 - 5 CDG 21403 JOINT SEALANTS C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint -sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. D. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. 4. Provide flush joint profile where indicated per Figure 8B in ASTM C 1193. 5. Provide recessed joint configuration of recess depth and at locations indicated per Figure 8C in ASTM C 1193. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. 3.4 FIELD QUALITY CONTROL A. Evaluation of Field -Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 079200 - 6 CDG 21403 JOINT SEALANTS 3.5 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.6 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 3.7 JOINT -SEALANT SCHEDULE A. Joint -Sealant Application: Exterior joints in horizontal traffic surfaces. 1. Joint Locations: a. Isolation and contraction joints in cast -in -place concrete slabs. 2. Urethane Joint Sealant: Single component, nonsag, traffic grade. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. B. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Control and expansion joints in unit masonry. b. Joints in exterior insulation and finish systems. C. Joints between different materials listed above. d. Perimeter joints between materials listed above and frames of doors and windows. 2. Urethane Joint Sealant: Single component, nonsag, Class 50. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. C. Joint -Sealant Application: Interior joints in horizontal traffic surfaces. 1. Joint Locations: a. Isolation joints in cast -in -place concrete slabs. 2. Urethane Joint Sealant: Single component, nonsag, traffic grade. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. D. Joint -Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterior openings where indicated. C. Vertical joints on exposed surfaces of interior unit masonry walls. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 079200 - 7 CDG 21403 JOINT SEALANTS d. Perimeter joints between interior wall surfaces and frames of interior doors and windows. 2. Joint Sealant: Latex. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. E. Joint -Sealant Application: Mildew -resistant interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Sealant Location: a. Joints between plumbing fixtures and adjoining walls, floors, and counters. 2. Silicone Joint Sealant: Single Component, nonsag, neutral curing, Class 50. 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. END OF SECTION 079200 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 081113 - HOLLOW METAL DOORS AND FRAMES PART I - GENERAL 081113 - 1 HOLLOW METAL DOORS AND FRAMES 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes hollow -metal work. B. Related Requirements: 1. Section 087100 "Door Hardware" for door hardware for hollow -metal doors. 1.3 DEFINITIONS A. Minimum Thickness: Minimum thickness of base metal without coatings according to NAAMM- HMMA 803 or SDI A250.8. 1.4 COORDINATION A. Coordinate anchorage installation for hollow -metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, core descriptions, fire -resistance ratings, and finishes. B. Shop Drawings: Include the following: 1. Elevations of each door type. 2. Details of doors, including vertical- and horizontal -edge details and metal thicknesses. 3. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 4. Locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages, joints, field splices, and connections. 7. Details of accessories. 8. Details of moldings, removable stops, and glazing. 9. Details of conduit and preparations for power, signal, and control systems. C. Samples for Verification: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 081113 - 2 CDG 21403 HOLLOW METAL DOORS AND FRAMES 1. For each type of exposed finish required, prepared on Samples of not less than 3 by 5 inches. 2. For "Doors" and "Frames" subparagraphs below, prepare Samples approximately 12 by 12 inches to demonstrate compliance with requirements for quality of materials and construction: a. Doors: Show vertical -edge, top, and bottom construction; core construction; and hinge and other applied hardware reinforcement. Include separate section showing glazing if applicable. b. Frames: Show profile, corner joint, floor and wall anchors, and silencers. Include separate section showing fixed hollow -metal panels and glazing if applicable. D. Schedule: Provide a schedule of hollow -metal work prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. Coordinate with final Door Hardware Schedule. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver hollow -metal work palletized, packaged, or crated to provide protection during transit and Project -site storage. Do not use non -vented plastic. 1. Provide additional protection to prevent damage to factory -finished units. B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions. C. Store hollow -metal work vertically under cover at Project site with head up. Place on minimum 4-inch- high wood blocking. Provide minimum 1/4-inch space between each stacked door to permit air circulation. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain hollow -metal work from single source from single manufacturer. 2.2 REGULATORY REQUIREMENTS A. Fire -Rated Assemblies: Complying with NFPA 80 and listed and labeled by a qualified testing agency acceptable to authorities having jurisdiction for fire -protection ratings indicated, based on testing at positive pressure according to NFPA 252 or UL 1 OC. 1. Smoke- and Draft -Control Assemblies: Provide an assembly with gaskets listed and labeled for smoke and draft control by a qualified testing agency acceptable to authorities having jurisdiction, based on testing according to UL 1784 and installed in compliance with NFPA 105. 2.3 INTERIOR DOORS AND FRAMES A. Construct interior doors and frames to comply with the standards indicated for materials, fabrication, hardware locations, hardware reinforcement, tolerances, and clearances, and as specified. B. Heavy -Duty Doors and Frames: SDI A250.8, Level 2. r! CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 081113 -3 CDG 21403 HOLLOW METAL DOORS AND FRAMES 1. Physical Performance: Level B according to SDI A250.4. 2. Doors: i a. Type: As indicated in the Door and Frame Schedule. b. Thickness: 1-3/4 inches. C. Face: Uncoated, cold -rolled steel sheet, minimum thickness of 0.042 inch. d. Edge Construction: Model 2, Seamless. e. Core: Manufacturer's standard kraft-paper honeycomb, polystyrene, polyurethane, polyisocyanurate, mineral -board, or vertical steel -stiffener core at manufacturer's discretion. 3. Frames: 1 a. Materials: Uncoated steel sheet, minimum thickness of 0.053 inch. b. Construction: Full profile welded. 4. Exposed Finish: Prime. 2.4 EXTERIOR HOLLOW -METAL DOORS AND FRAMES A. Construct exterior doors and frames to comply with the standards indicated for materials, fabrication, hardware locations, hardware reinforcement, tolerances, and clearances, and as specified. B. Extra -Heavy -Duty Doors and Frames: SDI A250.8, Level 3. 1. Physical Performance: Level A according to SDI A250.4. 2. Doors: a. Type: As indicated in the Door and Frame Schedule. b. Thickness: 1-3/4 inches C. Face: Metallic -coated steel sheet, minimum thickness of 0.053 inch, with minimum A40 coating. d. Edge Construction: Model 2, Seamless. e. Core: Polyurethane. 1) Thermal -Rated Doors: Provide doors fabricated with thermal -resistance value (R- value) of not less than 2.1 deg F x h x sq. ft./Btu when tested according to ASTM C 1363. 3. Frames: a. Materials: Metallic -coated steel sheet, minimum thickness of 0.053 inch, with minimum A40 coating. b. Construction: Full profile welded. N 4. Exposed Finish: Prime. 2.5 FRAME ANCHORS A. Jamb Anchors: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 081113 - 6 CDG 21403 HOLLOW METAL DOORS AND FRAMES E. Hardware Preparation: Factory prepare hollow -metal work to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to SDI A250.6, the Door Hardware Schedule, and templates. 1. Reinforce doors and frames to receive nontemplated, mortised, and surface -mounted door hardware. 2. Comply with applicable requirements in SDI A250.6 and BHMA Al56.115 for preparation of hollow -metal work for hardware. F. Stops and Moldings: Provide stops and moldings around glazed lites and louvers where indicated. Form corners of stops and moldings with mitered hairline joints. 1. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of hollow -metal work. 2. Multiple Glazed Lites: Provide fixed and removable stops and moldings so that each glazed lite is capable of being removed independently. 3. Provide fixed frame moldings on outside of exterior and on secure side of interior doors and r frames. 4. Provide loose stops and moldings on inside of hollow -metal work. 5. Coordinate rabbet width between fixed and removable stops with glazing and installation types indicated. 2.8 STEEL FINISHES A. Prime Finish: Clean, pretreat, and apply manufacturer's standard primer. 1. Shop Primer: Manufacturer's standard, fast -curing, lead- and chromate -free primer complying with SDI A250.10; recommended by primer manufacturer for substrate; compatible with substrate and field -applied coatings despite prolonged exposure. PV 2.9 ACCESSORIES A. Mullions and Transom Bars: Join to adjacent members by welding or rigid mechanical anchors. ,3 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. j B. Examine roughing -in for embedded and built-in anchors to verify actual locations before frame installation. C. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. _ a 3.2 PREPARATION a_ CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 081113 - 7 CDG 21403 HOLLOW METAL DOORS AND FRAMES A. Remove welded -in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. B. Drill and tap doors and frames to receive nontemplated, mortised, and surface -mounted door hardware. 3.3 INSTALLATION A. General: Install hollow -metal work plumb, rigid, properly aligned, and securely fastened in place. Comply with Drawings and manufacturer's written instructions. B. Hollow -Metal Frames: Install hollow -metal frames of size and profile indicated. Comply with SDI A250.11 or NAAMM-HMMA 840 as required by standards specified. Set frames accurately in position; plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. a. At fire -rated openings, install frames according to NFPA 80. b. Where frames are fabricated in sections because of shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. C. Install frames with removable stops located on secure side of opening. d. Install door silencers in frames before grouting. e. Remove temporary braces necessary for installation only after frames have been properly set and secured. f. Check plumb, square, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. g. Field apply bituminous coating to backs of frames that will be filled with grout containing antifreezing agents. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, and secure with postinstalled expansion anchors. a. Floor anchors may be set with power -actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings. 3. Metal -Stud Partitions: Solidly pack mineral -fiber insulation inside frames. 4. Masonry Walls: Coordinate installation of frames to allow for solidly filling space between frames and masonry with grout. 5. In -Place Concrete or Masonry Construction: Secure frames in place with postinstalled expansion anchors. Countersink anchors, and fill and make smooth, flush, and invisible on exposed faces. 6. Installation Tolerances: Adjust hollow -metal door frames for squareness, alignment, twist, and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. C. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor. C. Hollow -Metal Doors: Fit hollow -metal doors accurately in frames, within clearances specified below. Shim as necessary. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 081113 - 8 CDG 21403 HOLLOW METAL DOORS AND FRAMES 1. Non -Fire -Rated Steel Doors: a. Between Door and Frame Jambs and Head: 1/8 inch plus or minus 1/32 inch. b. Between Edges of Pairs of Doors: 1/8 inch to 1/4 inch plus or minus 1/32 inch. C. At Bottom of Door: 5/8 inch plus or minus 1/32 inch. d. Between Door Face and Stop: 1/16 inch to 1/8 inch plus or minus 1/32 inch. 2. Fire -Rated Doors: Install doors with clearances according to NFPA 80. 3. Smoke -Control Doors: Install doors and gaskets according to NFPA 105. D. Glazing: Comply with installation requirements in Section 088000 "Glazing" and with hollow -metal manufacturer's written instructions. 1. Secure stops with countersunk flat- or oval -head machine screws spaced uniformly not more than 9 inches o.c. and not more than 2 inches o.c. from each corner. 3.4 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including hollow -metal work that is warped, bowed, or otherwise unacceptable. B. Remove grout and other bonding material from hollow -metal work immediately after installation. C. Prime -Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air -drying, rust -inhibitive primer. D. Metallic -Coated Surface Touchup: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION 081113 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 087100 - 1 CDG 21403 DOOR HARDWARE SECTION 087100 - DOOR HARDWARE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes: 1. Mechanical door hardware for the following: a. Swinging doors. 2. Cylinders for door hardware specified in other Sections. B. Related Sections: 1. Section 064116 'Plastic -Laminate -Faced Architectural Cabinets" for cabinet door hardware provided with cabinets. C. Products furnished, but not installed, under this Section include the products listed below. Coordinating and scheduling the purchase and delivery of these products remain requirements of this Section. 1. Permanent lock cores to be installed by Owner when applicable. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction and installation details, material descriptions, dimensions of individual components and profiles, and finishes. B. Samples for Verification: For exposed door hardware of each type required, in each finish specified, prepared on Samples of size indicated below. Tag Samples with full description for coordination with the door hardware schedule. Submit Samples before, or concurrent with, submission of door hardware schedule. 1. Sample Size: Full-size units or minimum 2-by-4-inch Samples for sheet and 4-inch long Samples for other products. a. Full-size Samples will be returned to Contractor. Units that are acceptable and remain undamaged through submittal, review, and field comparison process may, after final check of operation, be incorporated into the Work, within limitations of keying requirements. C. Other Action Submittals: 1. Door Hardware Schedule: Prepared by or under the supervision of Installer, detailing fabrication and assembly of door hardware, as well as installation procedures and diagrams. Coordinate final CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 087100 - 2 DOOR HARDWARE door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. a. Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data, Samples, and Shop Drawings. Coordinate submission of door hardware schedule with scheduling requirements of other work to facilitate the fabrication of other work that is critical in Project construction schedule. b. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and Format for the Hardware Schedule." Double space entries, and number and date each page. C. Format: Use same scheduling sequence and format and use same door numbers as in the Contract Documents. d. Content: Include the following information: 1) Identification number, location, hand, fire rating, size, and material of each door and frame. 2) Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule. 3) Complete designations, including name and manufacturer, type, style, function, size, quantity, function, and finish of each door hardware product. 4) Description of electrified door hardware sequences of operation and interfaces with other building control systems. 5) Fastenings and other pertinent information. 6) Explanation of abbreviations, symbols, and codes contained in schedule. 7) Mounting locations for door hardware. 8) List of related door devices specified in other Sections for each door and frame. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For electrified door hardware, from the manufacturer. 1. Certify that door hardware approved for use on types and sizes of labeled fire -rated doors complies with listed fire -rated door assemblies. B. Product Test Reports: For compliance with accessibility requirements, based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for door hardware on doors located in accessible routes. C. Warranty: Special warranty specified in this Section. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For each type of door hardware to include in maintenance manuals. Include final hardware schedule. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Supplier of products and an employer of workers trained and approved by product manufacturers and an Architectural Hardware Consultant who is available during the course of the Work to consult with Contractor, Architect, and Owner about door hardware and keying. 1. Warehousing Facilities: In Project's vicinity. 2. Scheduling Responsibility: Preparation of door hardware and keying schedules. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 087100 - 3 CDG 21403 DOOR HARDWARE 3. Engineering Responsibility: Preparation of data for electrified door hardware, including Shop Drawings, based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project. B. Source Limitations: Obtain each type of door hardware from a single manufacturer. 1. Provide electrified door hardware from same manufacturer as mechanical door hardware, unless otherwise indicated. Manufacturers that perform electrical modifications and that are listed by a testing and inspecting agency acceptable to authorities having jurisdiction are acceptable. C. Fire -Rated Door Assemblies: Where fire -rated door assemblies are indicated, provide door hardware rated for use in assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire -protection ratings indicated, based on testing at positive pressure according to NFPA 252 or UL I OC, unless otherwise indicated. D. Smoke- and Draft -Control Door Assemblies: Where smoke- and draft -control door assemblies are required, provide door hardware that meet requirements of assemblies tested according to UL 1784 and installed in compliance with NFPA 105. Air Leakage Rate: Maximum air leakage of 0.3 cfm/sq. ft. at the tested pressure differential of 0.3-inch wg of water. E. Means of Egress Doors: Latches do not require more than 15 lbf to release the latch. Locks do not require use of a key, tool, or special knowledge for operation. F. Accessibility Requirements: For door hardware on doors in an accessible route, comply with the Texas Accessibility Standards. 1. Provide operating devices that do not require tight grasping, pinching, or twisting of the wrist and that operate with a force of not more than 5 lbf. 2. Comply with the following maximum opening -force requirements: a. Interior, Non -Fire -Rated Hinged Doors: 5 lbf applied perpendicular to door. b. Sliding or Folding Doors: 5 lbf applied parallel to door at latch. C. Fire Doors: Minimum opening force allowable by authorities having jurisdiction. 3. Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch high. 4. Adjust door closer sweep periods so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches from the latch, measured to the leading edge of the door. G. Keying Conference: Conduct conference at Project site to comply with requirements in Section 013100 "Project Management and Coordination." In addition to Owner, Contractor, and Architect, conference participants shall also include Installer's Architectural Hardware Consultant and Owner's security consultant. Incorporate keying conference decisions into final keying schedule after reviewing door hardware keying system including, but not limited to, the following: 1. Function of building, flow of traffic, purpose of each area, degree of security required, and plans for future expansion. 2. Preliminary key system schematic diagram. 3. Requirements for key control system. 4. Requirements for access control. 5. Address for delivery of keys. 6. All locks shall be keyed per Owner's request. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 087100 - 4 CDG 21403 DOOR HARDWARE 1.7 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock -up for door hardware delivered to Project site. B. Tag each item or package separately with identification coordinated with the final door hardware schedule, and include installation instructions, templates, and necessary fasteners with each item or package. C. Deliver keys to manufacturer of key control system for subsequent delivery to Owner. 1.8 COORDINATION A. Coordinate layout and installation of floor -recessed door hardware with floor construction. Cast anchoring inserts into concrete. B. Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. C. Security: Coordinate installation of door hardware, keying, and access control with Owner's security consultant. D. Electrical System Roughing -In: Coordinate layout and installation of electrified door hardware with connections to power supplies and building safety and security systems. E. Existing Openings: Where hardware components are scheduled for application to existing construction or where modifications to existing door hardware are required, field verify existing conditions and coordinate installation of door hardware to suit opening conditions and to provide proper door operation. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures including excessive deflection, cracking, or breakage. b. Faulty operation of doors and door hardware. C. Deterioration of metals, metal finishes, and other materials beyond normal weathering and use. 2. Warranty Period: Three years from date of Substantial Completion, unless otherwise indicated. a. Manual Closers: 10 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 SCHEDULED DOOR HARDWARE CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 087100 - 5 CDG 21403 DOOR HARDWARE A. Provide door hardware for each door as scheduled in Part 3 "Door Hardware Schedule" Article to comply with requirements in this Section. 1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and named manufacturers' products or approved equal with prior written approval obtained prior to bidding process. 2. Sequence of Operation: Provide electrified door hardware function, sequence of operation, and interface with other building control systems indicated. B. Designations: Requirements for design, grade, function, finish, size, and other distinctive qualities of each type of door hardware are indicated in Part 3 "Door Hardware Schedule" Article. Products are identified by using door hardware designations, as follows: 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names are abbreviated in Part 3 "Door Hardware Schedule" Article. 2. References to BHMA Designations: Provide products complying with these designations and requirements for description, quality, and function. 2.2 HINGES A. Hinges: BHMA A156.L Provide template -produced hinges for hinges installed on hollow -metal doors and hollow -metal frames. 2.3 CONTINUOUS HINGES A. Continuous Hinges: BHMA A156.26; minimum 0.120-inch-thick, hinge leaves with minimum overall width of 4 inches; fabricated to full height of door and frame and to template screw locations; with components finished after milling and drilling are complete. B. Continuous, Gear -Type Hinges: Extruded -aluminum, pinless, geared hinge leaves joined by a continuous extruded -aluminum channel cap; with concealed, self-lubricating thrust bearings. 2.4 MECHANICAL LOCKS AND LATCHES A. Lock Functions: As indicated in door hardware schedule. B. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame; finished to match lock or latch. 1. Flat -Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer. 2. Extra -Long -Lip Strikes: For locks used on frames with applied wood casing trim. 3. Aluminum -Frame Strike Box: Manufacturer's special strike box fabricated for aluminum framing. 4. Rabbet Front and Strike: Provide on locksets for rabbeted meeting stiles. 2.5 LOCK CYLINDERS A. Lock Cylinders: Tumbler type, constructed from brass or bronze, stainless steel, or nickel silver. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 087100 - 6 CDG 21403 DOOR HARDWARE 1. Manufacturer: Same manufacturer as for locking devices. B. Construction Cores: Provide construction cores that are replaceable by permanent cores. Provide 10 construction master keys. 2.6 KEYING A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference. 1. Owner's Existing System: Best Keying System. a. Master key or grand master key locks to Owner's existing system. b. Re -key Owner's existing master key system into new keying system. 2. Keyed Alike: Key all cylinders to same change key. B. Keys: Nickel silver. 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation: Information to be furnished by Owner. 2.7 SURFACE CLOSERS A. Surface Closers: BHMA Al56.4; rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key -operated valves and forged -steel main arm. Comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory -sized closers, adjustable to meet field conditions and requirements for opening force. 2.8 DOOR GASKETING A. Door Gasketing: BHMA Al56.22; air leakage not to exceed 0.50 cfm per foot of crack length for gasketing other than for smoke control, as tested according to ASTM E 283; with resilient or flexible seal strips that are easily replaceable and readily available from stocks maintained by manufacturer. 2.9 THRESHOLDS A. Thresholds: BHMA A156.21; fabricated to full width of opening indicated. 2.10 METAL PROTECTIVE TRIM UNITS A. Metal Protective Trim Units: BHMA A156.6; fabricated from 0.050-inch-thick base metal; with manufacturer's standard machine or self -tapping screw fasteners. 2.11 FABRICATION CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 087100 - 7 CDG 21403 DOOR HARDWARE A. Manufacturer's Nameplate: Do not provide products that have manufacturer's name or trade name displayed in a visible location except in conjunction with required fire -rated labels and as otherwise approved by Architect. I. Manufacturer's identification is permitted on rim of lock cylinders only. B. Base Metals: Produce door hardware units of base metal indicated, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. C. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat -head screws with finished heads to match surface of door hardware, unless otherwise indicated. 1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt. 2. Fire -Rated Applications: a. Wood or Machine Screws: For the following: 1) Hinges mortised to doors or frames; use threaded -to -the -head wood screws for wood doors and frames. 2) Strike plates to frames. 3) Closers to doors and frames. b. Steel Through Bolts: For the following unless door blocking is provided: 1) Surface hinges to doors. 2) Closers to doors and frames. 3) Surface -mounted exit devices. 3. Spacers or Sex Bolts: For through bolting of hollow -metal doors. 4. Fasteners for Wood Doors: Comply with requirements in DHI WDHS.2, "Recommended Fasteners for Wood Doors." 5. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. pxlp�vIJ "v CK A. Provide finishes complying with BHMA A156.18 as indicated in door hardware schedule. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 087100 - 8 CDG 21403 DOOR HARDWARE PART 3 - EXECUTION 3.1 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire -rated door assembly construction, wall and floor construction, and other conditions affecting performance. B. Examine roughing -in for electrical power systems to verify actual locations of wiring connections before electrified door hardware installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Steel Doors and Frames: For surface applied door hardware, drill and tap doors and frames according to ANSI/SDI A250.6. B. Wood Doors: Comply with DHI WDHS.5 "Recommended Hardware Reinforcement Locations for Mineral Core Wood Flush Doors." 3.3 INSTALLATION A. Mounting Heights: Mount door hardware units at heights to comply with the following unless otherwise indicated or required to comply with governing regulations. 1. Standard Steel Doors and Frames: ANSI/SDI A250.8. 2. Custom Steel Doors and Frames: HMMA 831. 3. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing. Do not install surface -mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Hinges: Install types and in quantities indicated in door hardware schedule but not fewer than the number recommended by manufacturer for application indicated or one hinge for every 30 inches of door height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots, are provided. D. Lock Cylinders: Install construction cores to secure building and areas during construction period. 1. Replace construction cores with permanent cores as directed by Owner. 2. Furnish permanent cores to Owner for installation. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 087100 - 9 CDG 21403 DOOR HARDWARE E. Key Control System: Tag keys and place them on markers and hooks in key control system cabinet, as determined by final keying schedule. F. Thresholds: Set thresholds for exterior doors and other doors indicated in full bed of sealant complying with requirements specified in Section 079200 "Joint Sealants." G. Stops: Provide floor stops for doors unless wall or other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic. H. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame. 1. Meeting Stile Gasketing: Fasten to meeting stiles, forming seal when doors are closed. J. Door Bottoms: Apply to bottom of door, forming seal with threshold when door is closed. 3.4 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Electric Strikes: Adjust horizontal and vertical alignment of keeper to properly engage lock bolt. 2. Door Closers: Adjust sweep period to comply with accessibility requirements and requirements of authorities having jurisdiction. B. Occupancy Adjustment: Approximately three months after date of Substantial Completion, Installer's Architectural Hardware Consultant shall examine and readjust each item of door hardware, including adjusting operating forces, as necessary to ensure function of doors, door hardware, and electrified door hardware. 3.5 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.6 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain door hardware and door hardware finishes. Refer to Section 017900 "Demonstration and Training." CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 3.7 DOOR HARDWARE SCHEDULE Door Hardware Set No. 1 Locations: 001A; each to have the following: Qty. Item Manufacturer 2 Exit Devices Corbin Russwin 2 Closers Corbin Russwin 2 Thresholds Pemko 2 Door Bottoms Pemko 2 Weatherstrip Pemko 2 Kickplates Rockwood Door Hardware Set No. 2 Locations: 012A, 014A; each to have the following: Qty. Item Manufacturer 1 Lockset Corbin Russwin 1 Latch Protection Hager Plate 087100 - 10 DOOR HARDWARE Product Finish ED5400A x PR9576PM54 612 DC8210A3 612 170A x DW 315 DN x DW 294AV x Opg. K1050 10"x DW-2" 612 Product CL3557NZD 341 D Door Hardware Set No. 3 Locations: 003A, 007A, 008A, 013A, 01313; each to have the following: Qty. Item Manufacturer Product 1 Lockset Corbin Russwin CL3551NZD 1 Wall Stop Rockwood 409 Door Hardware Set No. 4 Locations: 010A; each to have the following: Qty. Item Manufacturer Product 1 Lockset Corbin Russwin CL3557 NZD Door Hardware Set No. 5 Locations: 009A, 011A; each to have the following: Qty. Item Manufacturer Product 1 Push Plate Hager 40R 4x16 1 Pull Plate Hager 45D 4x16 1 Closer Corbin Russwin DC6200M 54 1 Kickplate Rockwood K1050 10"x DW-2" 1 Wall Stop Rockwood 409 Door Hardware Set No. 6 Locations: 002A, 004A, 00413; each to have the following: Qty. Item Manufacturer Product 2 Push Plates Hager 40R 4x16 Finish 612 Paint to match door Finish 612 612 Finish 612 Finish 612 612 612 612 612 Finish 612 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 087100 - 11 CDG 21403 DOOR HARDWARE 2 Pull Plates Hager 45D 4x16 612 2 Closers Corbin Russwin DC6200AI M 54 612 2 Kickplates Rockwood K1050 10"x DW-2" 612 2 Door Holders Rockwood 271D 4510 Door Hardware Set No. 7 Locations: 005A; each to have the following: Qty. Item Manufacturer Product Finish 1 Lockset Corbin Russwin CL3551 NZD 612 1 Closer Corbin Russwin DC6200Al2x36 M54 612 2 Flushbolts Hager 283D 612 2 Kickplates Rockwood K1050 10"x DW-2" 612 1 Latch Protection Hager 341 D Paint to match door. Plate Door Hardware Set No. 8 Locations: 002B, 006A, 004D, 004C, 004E, 002C; each to have the following: Qty. Item Manufacturer Product Finish 1 Exit Device Corbin Russwin ED5200S PR957 6PM54 612 1 Kickplate Rockwood K1050 10" x DW-2" 612 1 Weatherstrip Pemko 294AV x DW 1 Closer Corbin Russwin DC8210A3 612 1 Door Bottom Pemko 315 DN x DW 1 Threshold Pemko 170A x DW Door Hardware Set No. 9 ' Locations: 008B, 013C; each to have the following: Qty. Item Manufacturer Product Finish 1 Lockset Corbin Russwin CL3551NZD 612 1 Kickplate Rockwood K1050 10" x DW-2" 612 1 Weatherstrip Pemko 294AV x DW 1 Closer Corbin Russwin DC8210A3 691 1 Threshold Pemko 170A x DW ry 1 Door Bottom Pemko 315 DN x DW 1 Deadbolt Corbin Russwin DL 3200 612 ` END OF SECTION 087100 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 092900 - 1 CDG 21403 GYPSUM BOARD SECTION 092900 - GYPSUM BOARD PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Interior gypsum board. 2. Tile backing panels. 3. Texture finishes. B. Related Requirements: 1. Section 092216 "Non -Structural Metal Framing" for non-structural framing and suspension systems that support gypsum board panels. 2. Section 093000 "Tiling" for cementitious backer units installed as substrates for ceramic tile. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For the following products: 1. Trim Accessories: Full-size Sample in 12-inch- long length for each trim accessory indicated. 2. Textured Finishes: 12"x12" minimum for each textured finish indicated and on same backing indicated for Work. 1.4 DELIVERY, STORAGE AND HANDLING A. Store materials inside under cover and keep them dry and protected against weather, condensation, direct sunlight, construction traffic, and other potential causes of damage. Stack panels flat and supported on risers on a flat platform to prevent sagging. 1.5 FIELD CONDITIONS A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board manufacturer's written recommendations, whichever are more stringent. B. Do not install paper -faced gypsum panels until installation areas are enclosed and conditioned. C. Do not install panels that are wet, those that are moisture damaged, and those that are mold damaged. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 092900 - 2 CDG 21403 GYPSUM BOARD 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire -Resistance -Rated Assemblies: For fire -resistance -rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. C. Low Emitting Materials: For ceiling and wall assemblies, provide materials and construction identical to those tested in assembly and complying with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." 2.2 GYPSUM BOARD, GENERAL A. Size: Provide maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated. 2.3 INTERIOR GYPSUM BOARD A. Gypsum Board, Type X: ASTM C 1396/C 1396M. 1. Thickness: 5/8 inch. 2. Long Edges: Tapered. B. Moisture- and Mold -Resistant Gypsum Board: ASTM C 1396/C 1396M. With moisture- and mold - resistant core and paper surfaces. 1. Core: 5/8 inch, Type X. 2. Long Edges: Tapered. 3. Mold Resistance: ASTM D 3273, score of 10 as rated according to ASTM D 3274. 2.4 TILE BACKING PANELS A. Glass -Mat, Water -Resistant Backing Board: ASTM C I I78/C 1178M, with manufacturer's standard edges. 1. Core: 5/8 inch, Type X. 2. Mold Resistance: ASTM D 3273, score of 10 as rated according to ASTM D 3274. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 092900 - 3 CDG 21403 GYPSUM BOARD 2.5 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. Comerbead. b. Expansion (control) joint. C. J-bead 2.6 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475/C 475M. B. Joint Tape: 1. Interior Gypsum Board: Paper. 2. Glass -Mat Gypsum Sheathing Board: 10-by-10 glass mesh. 3. Tile Backing Panels: As recommended by panel manufacturer. C. Joint Compound for Interior Gypsum Board: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Prefilling: At open joints and damaged surface areas, use setting -type taping compound. 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use setting -type taping compound. a. Use setting -type compound for installing paper -faced metal trim accessories. 3. Fill Coat: For second coat, use setting -type, sandable topping compound. 4. Finish Coat: For third coat, use setting -type, sandable topping compound. 5. Skim Coat: For final coat of Level 5 finish, use setting -type, sandable topping compound. D. Joint Compound for Tile Backing Panels: 1. Cementitious Backer Units: As recommended by backer unit manufacturer. 2.7 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. 2.8 TEXTURE FINISHES CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 092900 - 4 CDG 21403 GYPSUM BOARD A. Primer: As recommended by textured finish manufacturer. B. Non -Aggregate Finish: Pre -mixed, vinyl texture finish for spray application. 1. Texture: Orange Peel unless noted otherwise or if matching existing adjacent finish. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates including welded hollow -metal frames and framing, with Installer present, for compliance with requirements and other conditions affecting performance. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C 840. B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. C. Install panels with face side out. Butt panels together for a light contact at edges and ends with not more than 1/16 inch of open space between panels. Do not force into place. D. Locate edge and end joints over supports, except in ceiling applications where intermediate supports or gypsum board back -blocking is provided behind end joints. Do not place tapered edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Do not make joints other than control joints at corners of framed openings. E. Form control and expansion joints with space between edges of adjoining gypsum panels. F. Cover both faces of support framing with gypsum panels in concealed spaces (above ceilings, etc.), except in chases braced internally. 1. Unless concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. in area. 2. Fit gypsum panels around ducts, pipes, and conduits. 3. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural members; allow 1/4- to 3/8-inch- wide joints to install sealant. A. Isolate perimeter of gypsum board applied to non -load -bearing partitions at structural abutments, including floor slabs. Provide 1/8- to 1/4-inch- wide spaces at these locations and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. B. Attachment to Steel Framing: Attach panels so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 3.3 092900 - 5 GYPSUM BOARD C. Wood Framing: Install gypsum panels over wood framing, with floating internal comer construction. Do not attach gypsum panels across the flat grain of wide -dimension lumber, including floor joists and headers. Float gypsum panels over these members or provide control joints to counteract wood shrinkage. D. STC-Rated Assemblies: Seal construction at perimeters, behind control joints, and at openings and penetrations with a continuous bead of acoustical sealant. Install acoustical sealant at both faces of partitions at perimeters and through penetrations. Comply with ASTM C 919 and with manufacturer's written recommendations for locating edge trim and closing off sound -flanking paths around or through assemblies, including sealing partitions above acoustical ceilings. E. Install sound attenuation blankets before installing gypsum panels unless blankets are readily installed after panels have been installed on one side. APPLYING INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: 1. Type X: Vertical surfaces unless otherwise indicated. 2. Moisture- and Mold -Resistant Type: All areas subject to moisture that are scheduled to have a painted finish including, but not limited to, all toilet room walls, all kitchen area walls, on all walls on which a sink or water fountain is located (within six feet either side of the fixture). B. Single -Layer Application: 1. On ceilings, apply gypsum panels before wall/partition board application to greatest extent possible and at right angles to framing unless otherwise indicated. 2. On partitions/walls, apply gypsum panels vertically (parallel to framing) unless otherwise indicated or required by fire -resistance -rated assembly, and minimize end joints. a. Stagger abutting end joints not less than one framing member in alternate courses of panels. b. At stairwells and other high walls, install panels horizontally unless otherwise indicated or required by fire -resistance -rated assembly. 3. On Z-furring members, apply gypsum panels vertically (parallel to framing) with no end joints. Locate edge joints over furring members. 4. Fastening Methods: Apply gypsum panels to supports with steel drill screws. C. Multilayer Application: 1. On ceilings, apply gypsum board indicated for base layers before applying base layers on walls/partitions; apply face layers in same sequence. Apply base layers at right angles to framing members and offset face -layer joints one framing member, 16 inches minimum, from parallel base -layer joints, unless otherwise indicated or required by fire -resistance -rated assembly. 2. On partitions/walls, apply gypsum board indicated for base layers and face layers vertically (parallel to framing) with joints of base layers located over stud or furring member and face -layer joints offset at least one stud or furring member with base -layer joints, unless otherwise indicated or required by fire -resistance -rated assembly. Stagger joints on opposite sides of partitions. 3. On Z-furring members, apply base layer vertically (parallel to framing) and face layer either vertically (parallel to framing) or horizontally (perpendicular to framing) with vertical joints offset at least one furring member. Locate edge joints of base layer over furring members. 4. Fastening Methods: Fasten base layers and face layers separately to supports with screws . CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 092900 - 6 CDG 21403 GYPSUM BOARD D. Curved Surfaces: 1. Install panels horizontally (perpendicular to supports) and unbroken, to extent possible, across curved surface plus 12-inch- long straight sections at ends of curves and tangent to them. 2. For double -layer construction, fasten base layer to studs with screws 16 inches o.c. Center gypsum board face layer over joints in base layer, and fasten to studs with screws spaced 12 inches O.C. 3.4 APPLYING TILE BACKING PANELS A. Glass -Mat, Water -Resistant Backing Panels: Comply with manufacturer's written installation instructions and install at locations indicated to receive tile other than at showers and tubs where required to be cementitious backer units. Install with 1/4-inch gap where panels abut other construction or penetrations. B. Where tile backing panels abut other types of panels in same plane, shim surfaces to produce a uniform plane across panel surfaces. 3.5 INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. B. Interior Trim: Install in the following locations: 1. Comerbead: Use at outside corners unless otherwise indicated. 3.6 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints and damaged surface areas. C. Apply joint tape over gypsum board joints, except for trim products specifically indicated as not intended to receive tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C 840: 1. Level 1: Ceiling plenum areas, concealed areas, and where indicated. 2. Level 2: Panels that are substrate for tile or for acoustical tile. 3. Level 4: At panel surfaces that will be exposed to view unless otherwise indicated. a. Primer and its application to surfaces are specified in Section 099123 "Interior Painting." E. Cementitious Backer Units: Finish according to manufacturer's written instructions. 3.7 APPLYING TEXTURE FINISHES CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 092900 - 7 CDG 21403 GYPSUM BOARD , A. Surface Preparation and Primer: Prepare and apply primer to gypsum panels and other surfaces receiving texture finishes. Apply primer to surfaces that are clean, dry, and smooth. B. Texture Finish Application: Mix and apply finish using powered spray equipment, to produce a uniform texture matching approved sample and free of starved spots or other evidence of thin application or of application patterns. C. Prevent texture finishes from coming into contact with surfaces not indicated to receive texture finish by covering them with masking agents, polyethylene film, or other means. If, despite these precautions, texture finishes contact these surfaces, immediately remove droppings and overspray to prevent damage according to texture -finish manufacturer's written recommendations. 3.8 PROTECTION A. Protect adjacent surfaces from drywall compound and promptly remove from floors and other non - drywall surfaces. Repair surfaces stained, marred, or otherwise damaged during drywall application. B. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. } C. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface -- contamination and discoloration. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 093000 - 1 CDG 21403 TILING SECTION 093000 - TILING PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Ceramic tile. 2. Stone thresholds. 3. Waterproof membrane. 4. Crack isolation membrane. B. Related Sections: 1. Section 079200 "Joint Sealants" for sealing of expansion, contraction, control, and isolation joints in tile surfaces. 2. Section 092900 "Gypsum Board" for cementitious backer units and glass -mat, water-resistant { backer board. 1.3 DEFINITIONS A. General: Definitions in the ANSI A108 series of tile installation standards and in ANSI A137.1 apply to Work of this Section unless otherwise specified. B. ANSI A108 Series: ANSI A108.01, ANSI A108.02, ANSI A108.1A, ANSI A108.113, ANSI A108.1C, ANSI A108.4, ANSI A108.5, ANSI A108.6, ANSI A108.8, ANSI A108.9, ANSI A108.10, ANSI A108.11, ANSI A108.12, ANSI A108.13, ANSI A108.14, ANSI A108.15, ANSI A108.16, and ANSI A108.17, which are contained in "American National Standard Specifications for Installation of Ceramic Tile." C. Module Size: Actual tile size plus joint width indicated. D. Face Size: Actual tile size, excluding spacer lugs. 1.4 PERFORMANCE REQUIREMENTS A. Static Coefficient of Friction: For tile installed on walkway surfaces, provide products with the following values as determined by testing identical products per ASTM C 1028: 1. Level Surfaces: Minimum 0.5. 2. Step Treads: Minimum 0.6. f 3. Ramp Surfaces: Minimum 0.8. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 093000 - 2 TILING 1.5 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show locations of each type of tile and tile pattern. Show widths, details, and locations of expansion, contraction, control, and isolation joints in tile substrates and finished tile surfaces. C. Samples for Initial Selection: For each type of tile and grout indicated. Include Samples of accessories involving color selection. D. Samples for Verification: 1. Full-size units of each type and composition of tile and for each color and finish required. For ceramic mosaic tile in color blend patterns, provide full sheets of each color blend. 2. Assembled samples mounted on a rigid panel, with grouted joints, for each type and composition of tile and for each color and finish required. Make samples at least 12 inches square, but not fewer than 4 tiles. Use grout of type and in color or colors approved for completed Work. 3. Full-size units of each type of trim and accessory for each color and finish required. 4. Stone thresholds in 6-inch lengths. 5. Metal edge strips in 6-inch lengths. 1.6 MATERIALS MAINTENANCE SUBMITTALS A. Furnish extra materials that match and are from same production runs as products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Tile and Trim Units: Furnish quantity of full-size units equal to 3 percent of amount installed for each type, composition, color, pattern, and size indicated. 2. Grout: Furnish quantity of grout equal to 3 percent of amount installed for each type, composition, and color indicated. 1.7 QUALITY ASSURANCE A. Source Limitations for Tile: Obtain tile of each type from one source or producer. 1. Obtain tile of each type and color or finish from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from one manufacturer and each aggregate from one source or producer. C. Source Limitations for Other Products: Obtain each of the following products specified in this Section from a single manufacturer for each product: 1. Stone thresholds. 2. Waterproof membrane. 3. Crack isolation membrane. 4. Joint sealants. 5. Cementitious backer units. D. Preinstallation Conference: Conduct conference at Project site. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 093000 - 3 CDG 21403 TILING t 1. Review requirements in ANSI Al08.01 for substrates and for preparation by other trades. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirements in ANSI Al37.1 for labeling tile packages. B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. C. Store aggregates where grading and other required characteristics can be maintained and contamination can be avoided. D. Store liquid materials in unopened containers and protected from freezing. E. Handle tile that has temporary protective coating on exposed surfaces to prevent coated surfaces from contacting backs or edges of other units. If coating does contact bonding surfaces of tile, remove coating from bonding surfaces before setting tile. 1.9 PROJECT CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. PART2-PRODUCTS 2.1 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1 for types, compositions, and other characteristics indicated. 1. Provide tile complying with Standard grade requirements unless otherwise indicated. B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI A108.02, ANSI standards referenced in other Part 2 articles, ANSI standards referenced by TCNA installation methods specified in tile installation schedules, and other requirements specified. C. Factory Blending: For tile exhibiting color variations within ranges, blend tile in factory and package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples. D. Mounting: For factory -mounted tile, provide back- or edge -mounted tile assemblies as standard with manufacturer unless otherwise indicated. t 1. Where tile is indicated for installation in swimming pools on exteriors or in wet areas, do not use back- or edge -mounted tile assemblies unless tile manufacturer specifies in writing that this type of mounting is suitable for installation indicated and has a record of successful in-service performance. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 093000 - 4 CDG 21403 TILING E. Factory -Applied Temporary Protective Coating: Where indicated under tile type, protect exposed surfaces of tile against adherence of mortar and grout by precoating with continuous film of petroleum paraffin wax, applied hot. Do not coat unexposed tile surfaces. 2.2 TILE PRODUCTS A. Products: Refer to Finish and Materials Schedule in Section 099999 for selections. No substitutes. 2.3 THRESHOLDS A. General: Fabricate to sizes and profiles indicated or required to provide transition between adjacent floor finishes. 1. Bevel edges at 1:2 slope, with lower edge of bevel aligned with or up to 1/16 inch above adjacent floor surface. Finish bevel to match top surface of threshold. Limit height of threshold to 1/2 inch or less above adjacent floor surface. 2.4 WATERPROOF MEMBRANE A. General: Manufacturer's standard product that complies with ANSI A118.10 and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer. B. Fabric -Reinforced, Fluid -Applied Membrane: System consisting of liquid -latex rubber or elastomeric polymer and continuous fabric reinforcement. 2.5 CRACK ISOLATION MEMBRANE A. General: Manufacturer's standard product that complies with ANSI A118.12 for standard performance and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer. B. Fabric -Reinforced, Fluid -Applied Membrane: System consisting of liquid -latex rubber or elastomeric polymer and fabric reinforcement. 2.6 SETTING MATERIALS A. Latex -Portland Cement Mortar (Thin Set): ANSI Al 18.4. 1. Provide prepackaged, dry -mortar mix combined with acrylic resin or styrene-butadiene-rubber liquid -latex additive at Project site. 2. For wall applications, provide mortar that complies with requirements for nonsagging mortar in addition to the other requirements in ANSI Al 18.4. 2.7 GROUT MATERIALS A. Standard Cement Grout: ANSI Al 18.6. E_ CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 2.8 ELASTOMERIC SEALANTS 093000 - 5 TILING A. General: Provide sealants, primers, backer rods, and other sealant accessories that comply with the following requirements and with the applicable requirements in Section 079200 "Joint Sealants." Use primers, backer rods, and sealant accessories recommended by sealant manufacturer. B. Colors: Provide colors of exposed sealants to match colors of grout in tile adjoining sealed joints unless otherwise indicated. C. One -Part, Mildew -Resistant Silicone Sealant: ASTM C 920; Type S; Grade NS; Class 25; Uses NT, G, A, and, as applicable to nonporous joint substrates indicated, O; formulated with fungicide, intended for sealing interior ceramic tile joints and other nonporous substrates that are subject to in-service exposures of high humidity and extreme temperatures. D. Multipart, Pourable Urethane Sealant for Use T: ASTM C 920; Type M; Grade P; Class 25; Uses T, M, A, and, as applicable to joint substrates indicated, O. E. Chemical -Resistant Sealants: For chemical -resistant floors, provide chemical -resistant elastomeric sealant of type recommended and produced by chemical -resistant mortar and grout manufacturer for type of application indicated, with proven service record and compatibility with tile and other setting materials, and with chemical resistance equivalent to mortar/grout. 2.9 MISCELLANEOUS MATERIALS A. Trowelable Underlayments and Patching Compounds: Latex -modified, portland cement -based formulation provided or approved by manufacturer of tile -setting materials for installations indicated. B. Temporary Protective Coating: Either product indicated below that is formulated to protect exposed surfaces of tile against adherence of mortar and grout; compatible with tile, mortar, and grout products; and easily removable after grouting is completed without damaging grout or tile. 1. Petroleum paraffin wax, fully refined and odorless, containing at least 0.5 percent oil with a melting point of 120 to 140 deg F per ASTM D 87. 2. Grout release in form of manufacturer's standard proprietary liquid coating that is specially formulated and recommended for use as temporary protective coating for tile. C. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces, specifically approved for materials and installations indicated by tile and grout manufacturers. D. Grout Sealer: Manufacturer's standard silicone product for sealing grout joints and that does not change color or appearance of grout. E. Metal Lath: At existing solid substrates where flattening or trueing is required or where coated or cracked, use metal lath per ANSI Al08.1A. 2.10 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. B. Add materials, water, and additives in accurate proportions. j { I CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 093000 - 6 CDG 21403 TILING C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of installed tile. 1. Verify that substrates for setting tile are firm, dry, clean, free of coatings that are incompatible with tile -setting materials including curing compounds and other substances that contain soap, wax, oil, or silicone; and comply with flatness tolerances required by ANSI A108.01 for installations indicated. 2. Verify that concrete substrates for tile floors installed with thin -set mortar comply with surface finish requirements in ANSI A108.01 for installations indicated. a. Verify that surfaces that received a steel trowel finish have been mechanically scarified. b. Verify that protrusions, bumps, and ridges have been removed by sanding or grinding. 3. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile has been completed. 4. Verify that joints and cracks in the substrates are coordinated with tile joint locations; if not coordinated, adjust joint locations in consultation with Architect. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prepare existing masonry substrates per TCNA's "Handbook for Ceramic, Glass, and Stone Tile Installation," Installation method W222-12 "Solid Backing Mortar Bed Ceramic Tile (One Coat Method)". B. Fill cracks, holes, and depressions in concrete substrates for tile floors installed with thin -set mortar with trowelable leveling and patching compound specifically recommended by tile -setting material manufacturer. C. Where indicated, prepare substrates to receive waterproofing by applying a reinforced mortar bed that complies with ANSI A108.1A and is sloped 1/4 inch per foot toward drains. D. Blending: For tile exhibiting color variations, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. E. Field -Applied Temporary Protective Coating: If indicated under tile type or needed to prevent grout from staining or adhering to exposed tile surfaces, precoat them with continuous film of temporary protective coating, taking care not to coat unexposed tile surfaces. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 093000 - 7 CDG 21403 TILING 3.3 TILE INSTALLATION A. Comply with TCNA's "Handbook for Ceramic, Glass, and Stone Tile Installation" for TCNA installation methods specified in tile installation schedules. Comply with parts of the ANSI A108 Series "Specifications for Installation of Ceramic Tile" that are referenced in TCNA installation methods, specified in tile installation schedules, and apply to types of setting and grouting materials used. For the following installations, follow procedures in the ANSI A108 Series of tile installation standards for providing 95 percent mortar coverage: a. Tile floors composed of tiles 8 by 8 inches or larger. b. Tile floors composed of rib -backed tiles. B. Install tile on existing masonry substrates per TCNA's "Handbook for Ceramic, Glass, and Stone Tile Installation," Installation method W222-12 "Solid Backing Mortar Bed Ceramic Tile (One Coat Method)". C. Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. D. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. E. Provide manufacturer's standard trim shapes where necessary to eliminate exposed tile edges. F. Jointing Pattern: Lay tile in grid pattern unless otherwise indicated. Lay out tile work and center tile fields in both directions in each space or on each wall area. Lay out tile work to minimize the use of pieces that are less than half of a tile. Provide uniform joint widths unless otherwise indicated. 1. For tile mounted in sheets, make joints between tile sheets same width as joints within tile sheets so joints between sheets are not apparent in finished work. 2. Where adjoining tiles on floor, base, walls, or trim are specified or indicated to be same size, align joints. 3. Where tiles are specified or indicated to be whole integer multiples of adjoining tiles on floor, base, walls, or trim, align joints unless otherwise indicated. G. Joint Widths: Unless otherwise indicated, install tile with the following joint widths: 1. Ceramic Mosaic Tile: 1/16 inch. 2. Glazed Wall Tile: 1/16 inch. 3. Decorative Thin Wall Tile: 1/16 inch. H. Lay out tile wainscots to dimensions indicated or to next full tile beyond dimensions indicated. Expansion Joints: Provide expansion joints and other sealant -filled joints, including control, contraction, and isolation joints, where indicated. Form joints during installation of setting materials, mortar beds, and tile. Do not saw -cut joints after installing tiles. Where joints occur in concrete substrates, locate joints in tile surfaces directly above them. Prepare joints and apply sealants to comply with requirements in Section 079200 "Joint Sealants." CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 093000 - 8 CDG 21403 TILING J. Metal Edge Strips: Install where exposed edge of tile flooring meets carpet, wood, or other flooring that finishes flush with or below top of tile and no threshold is indicated. K. Grout Sealer: Apply grout sealer to cementitious grout joints in tile floors according to grout -sealer manufacturer's written instructions. As soon as grout sealer has penetrated grout joints, remove excess sealer and sealer from tile faces by wiping with soft cloth. r--, 3.4 CRACK ISOLATION MEMBRANE INSTALLATION A. Install crack isolation membrane to comply with ANSI A108.17 and manufacturer's written instructions to produce membrane of uniform thickness and bonded securely to substrate. B. Do not install tile or setting materials over crack isolation membrane until membrane has cured. 3.5 CLEANING AND PROTECTING A. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. 1. Remove epoxy and latex-portland cement grout residue from tile as soon as possible. 2. Clean grout smears and haze from tile according to tile and grout manufacturer's written instructions but no sooner than 10 days after installation. Use only cleaners recommended by tile and grout manufacturers and only after determining that cleaners are safe to use by testing on samples of tile and other surfaces to be cleaned. Protect metal surfaces and plumbing fixtures from effects of cleaning. Flush surfaces with clean water before and after cleaning. 3. Remove temporary protective coating by method recommended by coating manufacturer and that is acceptable to tile and grout manufacturer. Trap and remove coating to prevent drain clogging. B. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. if recommended by tile manufacturer, apply coat of neutral protective cleaner to completed tile walls and floors. C. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is completed. D. Before final inspection, remove protective coverings and rinse neutral protective cleaner from tile surfaces. END OF SECTION 093000 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 095113 - ACOUSTICAL PANEL CEILINGS PART 1 - GENERAL 095113 - 1 ACOUSTICAL PANEL CEILINGS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes acoustical panels and exposed suspension systems for ceilings. B. Products furnished, but not installed under this Section, include anchors, clips, and other ceiling attachment devices to be cast in concrete. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified, 6 inches in size. C. Samples for Verification: For each component indicated and for each exposed finish required, prepared on Samples of size indicated below. 1. Acoustical Panel: Set of 6-inch- square Samples of each type, color, pattern, and texture. 2. Exposed Suspension -System Members, Moldings, and Trim: Set of 6-inch- long Samples of each type, finish, and color. 1.4 INFORMATIONAL SUBMITTALS A. Product Test Reports: For each acoustical panel ceiling, for tests performed by a qualified testing agency. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For finishes to include in maintenance manuals. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Acoustical Ceiling Panels: Full-size panels equal to 2 percent of quantity installed. 2. Suspension -System Components: Quantity of each exposed component equal to 2 percent of quantity installed. 3. Hold -Down Clips: Equal to 2 percent of quantity installed. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 095113 - 2 CDG 21403 ACOUSTICAL PANEL CEILINGS 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver acoustical panels, suspension -system components, and accessories to Project site in original, unopened packages and store them in a fully enclosed, conditioned space where they will be protected against damage from moisture, humidity, temperature extremes, direct sunlight, surface contamination, and other causes. B. Before installing acoustical panels, permit them to reach room temperature and a stabilized moisture content. C. Handle acoustical panels carefully to avoid chipping edges or damaging units in any way. 1.8 FIELD CONDITIONS A. Environmental Limitations: Do not install acoustical panel ceilings until spaces are enclosed and weatherproof, wet work in spaces is complete and dry, work above ceilings is complete, and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. 1. Pressurized Plenums: Operate ventilation system for not less than 48 hours before beginning acoustical panel ceiling installation. 1.9 MATERIALS MAINTENANCE SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Acoustical Ceiling Tiles: Furnish full-size, unused materials equal to 5% of amount installed. The materials are to be delivered to location as directed by Owner and the Contractor is to provide written documentation evidencing the amount of material required for the project and the amount of product delivered as extra material. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Surface -Burning Characteristics: Comply with ASTM E 84; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame -Spread Index: Comply with ASTM E 1264 for Class A materials. 2. Smoke -Developed Index: 50 or less. 2.2 ACOUSTICAL PANELS, GENERAL A. Source Limitations: 1. Acoustical Ceiling Panel: Obtain each type from single source from single manufacturer. 2. Suspension System: Obtain each type from single source from single manufacturer. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 095113 - 3 CDG 21403 ACOUSTICAL PANEL CEILINGS B. Source Limitations: Obtain each type of acoustical ceiling panel and supporting suspension system from single source from single manufacturer. C. Glass -Fiber -Based Panels: Made with binder containing no urea formaldehyde. D. Acoustical Panel Standard: Provide manufacturer's standard panels of configuration indicated that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical ratings, and light reflectances unless otherwise indicated. Mounting Method for Measuring NRC: Type E-400; plenum mounting in which face of test specimen is 15-3/4 inches away from test surface according to ASTM E 795. E. Acoustical Panel Colors and Patterns: Match appearance characteristics indicated for each product type. Where appearance characteristics of acoustical panels are indicated by referencing pattern designations in ASTM E 1264 and not manufacturers' proprietary product designations, provide products selected by Architect from each manufacturer's full range that comply with requirements indicated for type, pattern, color, light reflectance, acoustical performance, edge detail, and size. 2.3 ACOUSTICAL PANELS A. Manufacturers: Unless a substitution is otherwise permitted, with written approval from the Architect obtained prior to bidding, provide the manufacturer and product named in the Finish Schedule. B. Classification: Provide panels complying with ASTM E 1264 for type, form, and pattern as follows: 1. Type and Form: Type III, mineral base with painted finish. C. Colors and Patterns: Refer to Finish and Materials Schedule in Section 099999 for selections. D. Broad Spectrum Antimicrobial Fungicide and Bactericide Treatment: Provide acoustical panels treated with manufacturer's standard antimicrobial formulation that inhibits fungus, mold, mildew, and gram - positive and gram -negative bacteria and showing no mold, mildew, or bacterial growth when tested according to ASTM D 3273 and evaluated according to ASTM D 3274 or ASTM G 21. 2.4 METAL SUSPENSION SYSTEMS, GENERAL A. Metal Suspension -System Standard: Provide manufacturer's standard direct -hung metal suspension systems of types, structural classifications, and finishes indicated that comply with applicable requirements in ASTM C 635/C 635M. High -Humidity Finish: Comply with ASTM C 635/C 635M requirements for "Coating Classification for Severe Environment Performance" where high -humidity finishes are indicated. B. Attachment Devices: Size for five times the design load indicated in ASTM C 635/C 635M, Table 1, "Direct Hung," unless otherwise indicated. Comply with seismic design requirements. Anchors in Concrete: Anchors of type and material indicated below, with holes or loops for attaching hangers of type indicated and with capability to sustain, without failure, a load equal to five times that imposed by ceiling construction, as determined by testing according to ASTM E 488 or ASTM E 1512 as applicable, conducted by a qualified testing and inspecting agency. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 095113 - 4 CDG 21403 ACOUSTICAL PANEL CEILINGS a. Corrosion Protection: Carbon -steel components zinc plated to comply with ASTM B 633, Class Fe/Zn 5 (0.005 mm) for Class SC 1 service condition. b. Corrosion Protection: Stainless -steel components complying with ASTM F 593 and ASTM F 594, Group 1 Alloy 304 or 316 for bolts; Alloy 304 or 316 for anchor. C. Corrosion Protection: Components fabricated from nickel -copper -alloy rods complying with ASTM B 164 for UNS No. N04400 alloy. 2. Power -Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion -resistant materials, with clips or other accessory devices for attaching hangers of type indicated and with capability to sustain, without failure, a load equal to 10 times that imposed by ceiling construction, as determined by testing according to ASTM E 1190, conducted by a qualified testing and inspecting agency. C. Wire Hangers, Braces, and Ties: Provide wires complying with the following requirements: 1. Zinc -Coated, Carbon -Steel Wire: ASTM A 641 /A 641 M, Class 1 zinc coating, soft temper. 2. Stainless -Steel Wire: ASTM A 580/A 580M, Type 304, nonmagnetic. 3. Nickel -Copper -Alloy Wire: ASTM B 164, nickel -copper -alloy UNS No. N04400. 4. Size: Select wire diameter so its stress at three times hanger design load (ASTM C 635/C 635M, Table 1, "Direct Hung") will be less than yield stress of wire, but provide not less than 0. 1 35-inch- diameter wire. D. Hold -Down Clips: Where indicated, provide manufacturer's standard hold-down clips spaced 24 inches o.c. on all cross tees. 2.5 METAL SUSPENSION SYSTEM A. Manufacturers: Subject to compliance with requirements, provide suspension systems by the same manufacturer as the acoustic panels. B. Wide -Face, Capped, Double-Web,Steel Suspension System: Main and cross runners roll formed from cold -rolled steel sheet; prepainted, electrolytically zinc coated, or hot -dip galvanized according to ASTM A 653/A 653M, not less than G30 coating designation; with prefinished 15/16-inch- wide metal caps on flanges. 1. Structural Classification: Intermediate -duty system. 2. End Condition of Cross Runners: Override (stepped) type. 3. Face Design: Flat, flush. 4. Cap Material: Steel cold -rolled sheet. 5. Cap Finish: Painted white unless otherwise scheduled. C. Flexible PVC wall angle at designed curved wall surfaces. 1. Basis -of -design product: Flex -Grid Angle by Trim -Tex Drywall Products. 2. Rigid PVC wall attachment angle with Flexible PVC leg to adjust to wall curve. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, including structural framing to which acoustical panel ceilings attach or abut, with Installer present, for compliance with requirements specified in this and other CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 095113 - 5 CDG 21403 ACOUSTICAL PANEL CEILINGS 1.1 C. Sections that affect ceiling installation and anchorage and with requirements for installation tolerances and other conditions affecting performance of acoustical panel ceilings. Examine acoustical panels before installation. Reject acoustical panels that are wet, moisture damaged, or mold damaged. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Measure each ceiling area and establish layout of acoustical panels to balance border widths at opposite edges of each ceiling. Avoid using less -than -half -width panels at borders, and comply with layout shown on reflected ceiling plans. 3.3 INSTALLATION A. 10 General: Install acoustical panel ceilings to comply with ASTM C 636/C 636M and seismic design requirements indicated, according to manufacturer's written instructions and CISCA's "Ceiling Systems Handbook." Suspend ceiling hangers from building's structural members and as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structure or of ceiling suspension system. 2. Splay hangers only where requiredto miss obstructions; offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. 3. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with location of hangers at spacings required to support standard suspension -system members, install supplemental suspension members and hangers in form of trapezes or equivalent devices. 4. Secure wire hangers to ceiling -suspension members and to supports above with a minimum of three tight turns. Connect hangers directly either to structures or to inserts, eye screws, or other devices that are secure and appropriate for substrate and that will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures. 5. Do not support ceilings directly from permanent metal forms or floor deck. Fasten hangers to cast -in -place hanger inserts, postinstalled mechanical or adhesive anchors, or power -actuated fasteners that extend through forms into concrete. 6. When steel framing does not permit installation of hanger wires at spacing required, install carrying channels or other supplemental support for attachment of hanger wires. 7. Do not attach hangers to steel deck tabs. 8. Do not attach hangers to steel roof deck. Attach hangers to structural members. 9. Space hangers not more than 48 inches o.c. along each member supported directly from hangers unless otherwise indicated; provide hangers not more than 8 inches from ends of each member. 10. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced standards and publications. 11. Do not splice hanger wires. System is to be supported by only individually continuous wires. C. Secure bracing wires to ceiling suspension members and to supports with a minimum of four tight turns. Suspend bracing from building's structural members as required for hangers, without attaching to permanent metal forms, steel deck, or steel deck tabs. Fasten bracing wires into concrete with cast -in - place or postinstalled anchors. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 095113 - 6 CDG 21403 ACOUSTICAL PANEL CEILINGS D. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal edges of acoustical panels. 1. Screw attach moldings to substrate at intervals not more than 16 inches o.c. and not more than 3 inches from ends, leveling with ceiling suspension system to a tolerance of 1/8 inch in 12 feet. Miter corners accurately and connect securely. 2. Do not use exposed fasteners, including pop rivets, on moldings and trim. E. Install suspension -system runners so they are square and securely interlocked with one another. Remove and replace dented, bent, or kinked members. F. Install acoustical panels with undamaged edges and fit accurately into suspension -system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat, precise fit. 1. Arrange directionally patterned acoustical panels as follows: a. As indicated on reflected ceiling plans. b. Install panels with pattern running in one direction parallel to long axis of space. C. Install panels in a basket -weave pattern. 2. For square -edged panels, install panels with edges fully hidden from view by flanges of suspension -system runners and moldings. 3. For reveal -edged panels on suspension -system runners, install panels with bottom of reveal in firm contact with top surface of runner flanges. 4. For reveal -edged panels on suspension -system members with box -shaped flanges, install panels with reveal surfaces in firm contact with suspension -system surfaces and panel faces flush with bottom face of runners. 5. Paint cut edges of panel remaining exposed after installation; match color of exposed panel surfaces using coating recommended in writing for this purpose by acoustical panel manufacturer. 6. Install hold-down clips in areas indicated, within 20 feet of any exterior doorways, in areas required by authorities having jurisdiction, and for fire -resistance ratings; space as recommended by panel manufacturer's written instructions unless otherwise indicated. 3.4 FIELD QUALITY CONTROL A. Testing Agency: Owner may engage a qualified testing agency to perform tests and inspections and prepare test reports. B. Acoustical panel ceiling hangers and anchors and fasteners will be considered defective if they do not pass tests and inspections. 3.5 CLEANING A. Clean exposed surfaces of acoustical panel ceilings, including trim, edge moldings, and suspension - system members. Comply with manufacturer's written instructions for cleaning and touchup of minor finish damage. Remove and replace ceiling components that cannot be successfully cleaned and repaired to permanently eliminate evidence of damage. END OF SECTION 095113 0 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 096513 - 1 CDG 21403 RESILIENT BASE AND ACCESSORIES SECTION 096513 - RESILIENT BASE AND ACCESSORIES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Resilient base. 2. Resilient molding accessories. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified, not less than 12 inches long. C. Samples for Verification: For each type of product indicated and for each color, texture, and pattern required in manufacturer's standard -size Samples, but not less than 12 inches long. D. Product Schedule: For resilient base and accessory products. Use same designations indicated on Drawings. 1.4 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Furnish not less than 10 linear feet for every 500 linear feet or fraction thereof, of each type, color, pattern, and size of resilient product installed. 1.5 QUALITY ASSURANCE A. Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Coordinate mockups in this Section with mockups specified in other Sections. 1.6 DELIVERY, STORAGE, AND HANDLING CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 096513 - 2 CDG 21403 RESILIENT BASE AND ACCESSORIES A. Store resilient products and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 50 deg F or more than 90 deg F. 1.7 FIELD CONDITIONS A. Maintain ambient temperatures within range recommended by manufacturer, but not less than 70 deg F or more than 95 deg F, in spaces to receive resilient products during the following time periods: 1. 48 hours before installation. 2. During installation. 3. 48 hours after installation. B. After installation and until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer, but not less than 55 deg F or more than 95 deg F. C. Install resilient products after other finishing operations, including painting, have been completed. PART2-PRODUCTS 2.1 THERMOSET -RUBBER BASE A. Product Standard: ASTM F 1861, Type TS (rubber, vulcanized thermoset), Group I (solid, homogeneous). B. Thickness: 0.125 inch. C. Height: As scheduled. D. Lengths: Coils in manufacturer's standard length. E. Outside Corners: Job formed or preformed. F. Inside Corners: Job formed or preformed. G. Colors: Refer to Finish and Materials Schedule in Section 099999 for selections. No substitutes. 2.2 RUBBER MOLDING ACCESSORY A. Profile and Dimensions: As scheduled. B. Colors and Patterns: Refer to Finish and Materials Schedule in Section 099999 for selections. No substitutes. 2.3 INSTALLATION MATERIALS A. Adhesives: Water-resistant type recommended by resilient -product manufacturer for resilient products and substrate conditions indicated. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 096513 - 3 CDG 21403 RESILIENT BASE AND ACCESSORIES PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. 1. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that might interfere with adhesion of resilient products. B. Proceed with installation only after unsatisfactory conditions have been corrected. 1. Installation of resilient products indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products. B. Concrete Substrates for Resilient Stair Accessories: Prepare horizontal surfaces according to ASTM F 710. 1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners. 2. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents. 3. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. Proceed with installation only after substrate alkalinity falls within range on pH scale recommended by manufacturer in writing, but not less than 5 or more than 9 pH. 4. Moisture Testing: Proceed with installation only after substrates pass testing according to manufacturer's written recommendations, but not less stringent than the following: a. Perform anhydrous calcium chloride test according to ASTM F 1869. Proceed with installation only after substrates have maximum moisture -vapor -emission rate of 3 lb of water/1000 sq. ft. in 24 hours. b. Perform relative humidity test using in situ probes according to ASTM F 2170. Proceed with installation only after substrates have maximum 75 percent relative humidity level. C. Do not install resilient products until they are the same temperature as the space where they are to be installed. 1. At least 48 hours in advance of installation, move resilient products and installation materials into spaces where they will be installed. D. Immediately before installation, sweep and vacuum clean substrates to be covered by resilient products. 3.3 RESILIENT BASE INSTALLATION A. Comply with manufacturer's written instructions for installing resilient base. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 096513 - 4 CDG 21403 RESILIENT BASE AND ACCESSORIES B. Apply resilient base to walls, columns, pilasters, casework and cabinets in toe spaces, and other permanent fixtures in rooms and areas where base is required. C. Install resilient base in lengths as long as practical without gaps at seams and with tops of adjacent pieces aligned. D. Tightly adhere resilient base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. E. Do not stretch resilient base during installation. F. On masonry surfaces or other similar irregular substrates, fill voids along top edge of resilient base with manufacturer's recommended adhesive filler material. G. Preformed Corners: Install preformed corners before installing straight pieces. H. Job -Formed Corners: 1. Outside Corners: Use straight pieces of maximum lengths possible and form with returns not less than 3 inches in length. a. Form without producing discoloration (whitening) at bends. 2. Inside Corners: Use straight pieces of maximum lengths possible and form with returns not less than 3 inches in length. a. Miter corners to minimize open joints. 3.4 RESILIENT ACCESSORY INSTALLATION A. Comply with manufacturer's written instructions for installing resilient accessories. B. Resilient Stair Accessories: 1. Tightly adhere to substrates throughout length of each piece. 2. For treads installed as separate, equal -length units, install to produce a flush joint between units. C. Resilient Molding Accessories: Butt to adjacent materials and tightly adhere to substrates throughout length of each piece. Install reducer strips at edges of floor covering that would otherwise be exposed. 3.5 CLEANING AND PROTECTION A. Comply with manufacturer's written instructions for cleaning and protecting resilient products. B. Perform the following operations immediately after completing resilient -product installation: 1. Remove adhesive and other blemishes from exposed surfaces. 2. Sweep and vacuum horizontal surfaces thoroughly. 3. Damp -mop horizontal surfaces to remove marks and soil. C. Protect resilient products from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 096513 - 5 CDG 21403 RESILIENT BASE AND ACCESSORIES D. Cover resilient products subject to wear and foot traffic until Substantial Completion. i_ END OF SECTION 096513 4j¢{ 4., CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 096813 - 1 CDG 21403 TILE CARPETING SECTION 096813 - TILE CARPETING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes modular carpet tile. B. Related Requirements: 1. Section 024119 "Selective Demolition" for removing existing floor coverings. 2. Section 096513 "Resilient Base and Accessories" for resilient wall base and accessories installed with carpet tile. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include manufacturer's written data on physical characteristics, durability, and fade resistance. 2. Include installation recommendations for each type of substrate. B. Shop Drawings: Show the following: 1. Columns, doorways, enclosing walls or partitions, built-in cabinets, and locations where cutouts are required in carpet tiles. 2. Carpet tile type, color, and dye lot. 3. Type of subfloor. 4. Type of installation. 5. Pattern of installation. 6. Pattern type, location, and direction. 7. Pile direction. 8. Type, color, and location of insets and borders. 9. Type, color, and location of edge, transition, and other accessory strips. 10. Transition details to other flooring materials. C. Samples: For each of the following products and for each color and texture required. Label each Sample with manufacturer's name, material description, color, pattern, and designation indicated on Drawings and in schedules. 1. Carpet Tile: Full-size Sample. 2. Exposed Edge, Transition, and Other Accessory Stripping: 12-inch- long Samples. D. Product Schedule: For carpet tile. Use same designations indicated on Drawings. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 096813 - 2 CDG 21403 TILE CARPETING 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Product Test Reports: For carpet tile, for tests performed by a qualified testing agency. C. Sample Warranty: For special warranty. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For carpet tiles to include in maintenance manuals. Include the following: 1. Methods for maintaining carpet tile, including cleaning and stain -removal products and procedures and manufacturer's recommended maintenance schedule. 2. Precautions for cleaning materials and methods that could be detrimental to carpet tile. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Materials are to be delivered to location as directed by the Owner. The Contractor is to provide written documentation evidencing the amount of material required for the project and the amount of product delivered as extra material. 1. Carpet Tile: Full-size units equal to 6 percent of amount installed for each type indicated, but not less than 10 sq. yd.. 1.7 QUALITY ASSURANCE A. Fire -Test -Response Ratings: Where indicated, provide carpet tile identical to those of assemblies tested for fire response according to NFPA 253 by a qualified testing agency. 1.8 DELIVERY, STORAGE, AND HANDLING A. Comply with CRI 104. 1.9 FIELD CONDITIONS A. Comply with CRI 104 for temperature, humidity, and ventilation limitations. B. Environmental Limitations: Do not deliver or install carpet tiles until spaces are enclosed and weathertight, wet work in spaces is complete and dry, and ambient temperature and humidity conditions are maintained at occupancy levels during the remainder of the construction period. C. Do not install carpet tiles over concrete slabs until slabs have cured and are sufficiently dry to bond with adhesive and concrete slabs have pH range recommended by carpet tile manufacturer. D. Where demountable partitions or other items are indicated for installation on top of carpet tiles, install carpet tiles before installing these items. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 096813 - 3 CDG 21403 TILE CARPETING PART 2 - PRODUCTS 2.1 CARPET TILE A. Products: Refer to Finish and Materials Schedule in Section 099999 for selections. No substitutes. 2.2 INSTALLATION ACCESSORIES A. Trowelable Leveling and Patching Compounds: Latex -modified, hydraulic -cement -based formulation provided or recommended by carpet tile manufacturer. B. Adhesives: Water-resistant, mildew -resistant, nonstaining, pressure -sensitive type to suit products and subfloor conditions indicated, that complies with flammability requirements for installed carpet tile and is recommended by carpet tile manufacturer for releasable installation. C. Transition Strips: Unless otherwise scheduled or indicated on the Drawings, provide resilient material transition strip of profile and width required, of height required to protect exposed edge of carpet, and of maximum lengths to minimize running joints. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for maximum moisture content, alkalinity range, installation tolerances, and other conditions affecting carpet the performance. Examine carpet tile for type, color, pattern, and potential defects. B. Concrete Subfloors: Verify that concrete slabs comply with ASTM F 710 and the following: 1. Slab substrates are dry and free of curing compounds, sealers, hardeners, and other materials that may interfere with adhesive bond. Determine adhesion and dryness characteristics by performing bond and moisture tests recommended by carpet tile manufacturer. 2. Subfloor finishes comply with requirements specified in Section 033000 "Cast -in -Place Concrete" for slabs receiving carpet tile. 3. Subfloors are free of cracks, ridges, depressions, scale, and foreign deposits. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General: Comply with CRI 104, Section 6.2, "Site Conditions; Floor Preparation," and with carpet tile manufacturer's written installation instructions for preparing substrates indicated to receive carpet tile installation. B. Use trowelable leveling and patching compounds, according to manufacturer's written instructions, to fill cracks, holes, depressions, and protrusions in substrates. Fill or level cracks, holes and depressions 1/8 inch wide or wider and protrusions more than 1/32 inch unless more stringent requirements are required by manufacturer's written instructions. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 096813 - 4 CDG 21403 TILE CARPETING C. Remove coatings, including curing compounds, and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, without using solvents. Use mechanical methods recommended in writing by carpet tile manufacturer. D. Clean metal substrates of grease, oil, soil and rust, and prime if directed by adhesive manufacturer. Rough sand painted metal surfaces and remove loose paint. Sand aluminum surfaces, to remove metal oxides, immediately before applying adhesive. E. Broom and vacuum clean substrates to be covered immediately before installing carpet tile. 3.3 INSTALLATION A. General: Comply with CRI 104, Section 14, "Carpet Modules," and with carpet tile manufacturer's written installation instructions. B. Installation Method: Glue down; install every tile with full -spread, releasable, pressure -sensitive adhesive. C. Maintain dye lot integrity. Do not mix dye lots in same area. D. Cut and fit carpet tile to butt tightly to vertical surfaces, permanent fixtures, and built-in furniture including cabinets, pipes, outlets, edgings, thresholds, and nosings. Bind or seal cut edges as recommended by carpet tile manufacturer. E. Extend carpet tile into toe spaces, door reveals, closets, open -bottomed obstructions, removable flanges, alcoves, and similar openings. F. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on finish flooring as marked on subfloor. Use nonpermanent, nonstaining marking device. G. Install pattern parallel to walls and borders. 3.4 CLEANING AND PROTECTION A. Perform the following operations immediately after installing carpet tile: 1. Remove excess adhesive, seam sealer, and other surface blemishes using cleaner recommended by carpet tile manufacturer. 2. Remove yarns that protrude from carpet tile surface. 3. Vacuum carpet tile using commercial machine with face -beater element. B. Protect installed carpet tile to comply with CRI 104, Section 16, "Protecting Indoor Installations." C. Protect carpet tile against damage from construction operations and placement of equipment and fixtures during the remainder of construction period. Use protection methods indicated or recommended in writing by carpet tile manufacturer. END OF SECTION 096813 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099113 - 1 CDG 21403 EXTERIOR PAINTING SECTION 099113 - EXTERIOR PAINTING PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and the application of paint systems on exterior substrates. B. Related Requirements: 1. Section 099123 "Interior Painting" for surface preparation and the application of paint systems on interior substrates. 2. Section 099300 "Staining and Transparent Finishing" for surface preparation and the application of wood stains and transparent finishes on interior wood substrates. 1.3 DEFINITIONS A. Gloss Level 1 (matte): Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B. Gloss Level 3 (eggshell): 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. C. Gloss Level 4 (satin): 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523. D. Gloss Level 5 (semi -gloss): 35 to 70 units at 60 degrees, according to ASTM D 523. E. Gloss Level 6 (gloss): 70 to 85 units at 60 degrees, according to ASTM D 523. F. Gloss Level 7 (high gloss): More than 85 units at 60 degrees, according to ASTM D 523. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches square. 2. Step coats on Samples to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099113 - 2 CDG 21403 EXTERIOR PAINTING D. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. Printout of current "MPI Approved Products List" for each product category specified, with the proposed product highlighted. 3. VOC content. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent, but not less than 1 gal. of each material and color applied. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. B. Do not apply paints in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. PART2-PRODUCTS 2.1 PAINT, GENERAL A. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List." B. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. C. VOC Content: Provide materials that comply with VOC limits of authorities having jurisdiction. D. Colors: Refer to Drawings and Finish and Materials Schedule in Section 099999. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099113 - 3 CDG 21403 EXTERIOR PAINTING ## 2.2 BLOCK FILLERS s A. Block Filler, Latex, Interior/Exterior: MPI #4. i i! 2.3 PRIMERS/SEALERS A. Wood -Knot Sealer: Sealer recommended in writing by topcoat manufacturer for exterior use in paint `} system indicated. 2.4 METAL PRIMERS A. Primer, Galvanized: As recommended in writing by topcoat manufacturer. f. 2.5 WOOD PRIMERS A. Primer, Alkyd for Exterior Wood: MPI #5. 2.6 WATER -BASED PAINTS A. Latex, Exterior Flat (Gloss Level 1): MPI #10. B. Latex, Exterior Semi -Gloss (Gloss Level 5): MPI #11. C. Latex, Exterior, Gloss (Gloss Level 6: MPI #119. 2.7 SOLVENT -BASED PAINTS A. Alkyd, Exterior Flat (Gloss Level 1): MPI #8. l B. Alkyd, Exterior, Semi -Gloss (Gloss Level 5): MPI #94. C. Alkyd, Exterior Gloss (Gloss Level 6): MPI #9. 2.8 EXTERIOR FINISH COATS A. Exterior Elastomeric Coating: Factory -formulated water -based 100% acrylic waterproof elastomeric = " coating: ( No Substitutions). } 1. BASF/Sonneborn `Colorflex'. if B. Anti -Graffiti Coating: Factory -formulated 2-part water -based urethane coating: ( No Substitutions). 1. Sherwin Williams Protective and Marine Coatings "2K Waterbased Urethane Anti -Graffiti Coting, Satin Series." 2.9 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 099113 - 4 EXTERIOR PAINTING 1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying paints if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Masonry (Clay and CMU): 12 percent. 2. Wood: 15 percent. C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. D. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates and paint systems indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface - applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Steel Substrates: Remove rust, loose mill scale, and shop primer if any. Clean using methods recommended in writing by paint manufacturer but not less than the following: 1. SSPC-SP 2, "Hand Tool Cleaning." CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 3.3 099113 - 5 EXTERIOR PAINTING 2. SSPC-SP 3, "Power Tool Cleaning." 3. SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning." 4. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." E. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. F. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. G. Wood Substrates: 1. Scrape and clean knots. Before applying primer, apply coat of knot sealer recommended in writing by topcoat manufacturer for exterior use in paint system indicated. 2. Sand surfaces that will be exposed to view, and dust off. 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. APPLICATION A. Apply paints according to manufacturer's written instructions and recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable items same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed items with prime coat only. 3. Paint both sides and edges of exterior doors and entire exposed surface of exterior door frames. 4. Paint entire exposed surface of window frames and sashes. 5. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 6. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint undercoats same color as topcoat, but tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: 1. Paint the following work where exposed to view: a. Equipment, including panelboards. b. Uninsulated metal piping. C. Pipe hangers and supports. d. Metal conduit. e. Tanks that do not have factory -applied final finishes. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099113 - 6 CDG 21403 EXTERIOR PAINTING 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 EXTERIOR PAINTING SCHEDULE A. Portland Cement Plaster: Provide two finish coats of the following finish system over existing stucco. a. Prep surfaces as recommended by coating manufacturer. b. Finish Coats: Exterior elastomeric coating. B. Steel Substrates: 1. Alkyd System: a. Prime Coat: Primer, alkyd, anticorrosive for metal, MPI #79. b. Prime Coat: Shop primer specified in Section where substrate is specified. C. Intermediate Coat: Exterior alkyd enamel matching topcoat. d. Topcoat: Alkyd, exterior, semi -gloss (Gloss Level 5), MPI #94. C. Galvanized -Metal Substrates: 1. Alkyd System: a. Prime Coat: Primer, galvanized metal, as recommended in writing by topcoat manufacturer for exterior use on galvanized -metal substrates with topcoat indicated. b. Intermediate Coat: Exterior alkyd enamel matching topcoat. C. Topcoat: Alkyd, exterior, semi -gloss (Gloss Level 5), MPI #94. D. Wood Substrates: Including wood trim. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 099113 - 7 EXTERIOR PAINTING 1. Alkyd System: a. Prime Coat: Primer, alkyd for exterior wood, MPI #5. b. Intermediate Coat: Exterior alkyd enamel matching topcoat. C. Topcoat: Alkyd, exterior, semi -gloss (Gloss Level 5), MPI #94. E. Masonry Substrates: Provide two finish coats of the following finish system over exterior brick masonry: 1. Prep surfaces as recommended by manufacturer. 2. Finish Coats: Anti -Graffiti coating. END OF SECTION 099113 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099123 - 1 V CDG 21403 INTERIOR PAINTING SECTION 099123 - INTERIOR PAINTING l PART 1 - GENERAL 1.1 RELATED DOCUMENTS m , A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and the application of paint systems on interior substrates. B. Related Requirements: 1. Section 099113 'Exterior Painting" for surface preparation and the application of paint systems on exterior substrates. L 2. Section 099300 "Staining and Transparent Finishing" for surface preparation and the application of wood stains and transparent finishes on interior wood substrates. 1.3 DEFINITIONS A. Gloss Level 3 (eggshell): 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. B. Gloss Level 5 (semi -gloss): 35 to 70 units at 60 degrees, according to ASTM D 523. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches square. 2. Step coats on Samples to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. C. Product List: For each product indicated, include the following: s 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. Printout of current "MPI Approved Products List" for each product category specified in Part 2, with the proposed product highlighted. 3. VOC content. 1.5 MAINTENANCE MATERIAL SUBMITTALS `i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099123 - 2 CDG 21403 INTERIOR PAINTING A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent, but not less than 1 gal. of each material and color applied. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. PART2-PRODUCTS 2.1 PAINT, GENERAL A. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List." B. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. C. Colors: Refer to Finish and Materials Schedule in Section 099999. 2.2 BLOCK FILLERS A. Block Filler, Latex, Interior/Exterior: MPI #4. 2.3 PRIMERS/SEALERS A. Primer Sealer, Interior, Institutional Low OdorNOC: MPI #149. B. Primer Sealer, Alkyd, Interior: MPI #45. I CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099123 - 3 CDG 21403 INTERIOR PAINTING e. C. Wood -Knot Sealer: Sealer recommended in writing by topcoat manufacturer for use in paint systems indicated. 2.4 METAL PRIMERS A. Primer, Alkyd, Anti -Corrosive, for Metal: MPI #79. B. Primer, Alkyd, Quick Dry, for Metal: MPI #76. C. Primer, Galvanized, Water Based: MPI #134. 1 2 5 WATER -BASED PAINTS A. Latex, Interior, Institutional Low Odor/VOC, (Gloss Level 3): MPI #145. B. Latex, Interior, Institutional Low Odor/VOC, Semi -Gloss (Gloss Level 5): MPI #147. 2.6 SOLVENT -BASED PAINTS A. Alkyd, Interior, Semi -Gloss (Gloss Level 5): MPI #47. 2.7 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Concrete: 12 percent. 2. Masonry (Clay and CMU): 12 percent. 3. Wood: 15 percent. 4. Gypsum Board: 12 percent. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099123 - 4 CDG 21403 INTERIOR PAINTING 5. Plaster: 12 percent. C. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. D. Spray -Textured Ceiling Substrates: Verify that surfaces are dry. E. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. F. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface - applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces or mortar joints exceed that permitted in manufacturer's written instructions. F. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer but not less than the following: 1. SSPC-SP 2, "Hand Tool Cleaning." 2. SSPC-SP 3, "Power Tool Cleaning." 3. SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning." 4. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." G. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. H. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal fabricated from coil stock by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099123 - 5 CDG 21403 INTERIOR PAINTING I. Wood Substrates: 1. Scrape and clean knots, and apply coat of knot sealer before applying primer. 2. Sand surfaces that will be exposed to view, and dust off. 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and to recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 5. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: Paint the following work where exposed in equipment rooms: a. Equipment, including panelboards. b. Uninsulated metal piping. C. Pipe hangers and supports. d. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. 2. Paint the following work where exposed in occupied spaces: a. Uninsulated metal piping. b. Pipe hangers and supports. C. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. d. Other items as directed by Architect. 3. Paint portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets that are visible from occupied spaces. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099123 - 6 CDG 21403 INTERIOR PAINTING 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 INTERIOR PAINTING SCHEDULE A. CMU Substrates: 1. Institutional Low-OdorNOC Latex System: a. Block Filler: Block filler, latex, interior/exterior, MPI #4. b. Intermediate Coat: Latex, interior, institutional low odorNOC, matching topcoat. C. Topcoat: Latex, interior, institutional low odorNOC, (Gloss Level 3), MPI #145. d. Topcoat: Latex, interior, institutional low odorNOC, semi -gloss (Gloss Level 5), MPI #147. B. Steel Substrates: 1. Alkyd System: a. Prime Coat: Primer, alkyd, anti -corrosive, for metal, MPI #79 or primer, alkyd, quick dry, for metal, MPI #76. b. Intermediate Coat: Alkyd, interior, matching topcoat. C. Topcoat: Alkyd, interior, (Gloss Level 3), MPI #51. d. Topcoat: Alkyd, interior, semi -gloss (Gloss Level 5), MPI #47. C. Galvanized -Metal Substrates: 1. Institutional Low-OdorNOC Latex System: a. Prime Coat: Primer, galvanized, water based, MPI #I34. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099123 - 7 CDG 21403 INTERIOR PAINTING b. Intermediate Coat: Latex, interior, institutional low odorNOC, matching topcoat. C. Topcoat: Latex, interior, institutional low odorNOC, (Gloss Level 3), MPI #145. d. Topcoat: Latex, interior, institutional low odorNOC, semi -gloss (Gloss Level 5), MPI #147. D. Wood Substrates: Including wood trim doors wood -based panel products. 1. Alkyd System: a. Prime Coat: Primer sealer, alkyd, interior, MPI #45. b. Intermediate Coat: Alkyd, interior, matching topcoat. C. Topcoat: Alkyd, interior, (Gloss Level 3), MPI #51. d. Topcoat: Alkyd, interior, semi -gloss (Gloss Level 5), MPI #47. E. Gypsum Board Substrates: 1. Institutional Low-OdorNOC Latex System: a. Prime Coat: Primer sealer, interior, institutional low odorNOC, MPI #149. b. Intermediate Coat: Latex, interior, institutional low odorNOC, matching topcoat. C. Topcoat: Latex, interior, institutional low odorNOC, (Gloss Level 3), MPI #145. d. Topcoat: Latex, interior, institutional low odorNOC, semi -gloss (Gloss Level 5), MPI #147. END OF SECTION 099123 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099300 - 3 CDG 21403 STAINING AND TRANSPARENT FINISHING 2.3 PRIMERS AND SEALERS A. Lacquer Sanding Sealer: MPI #84. 2.4 STAINS A. Stain, Interior, Solvent Based, Semi -Transparent: MPI #90. 2.5 LACQUERS A. Lacquer (Clear Satin): MPI #85, Gloss Level 4. 2.6 SOURCE QUALITY CONTROL A. Testing of Materials: Owner reserves the right to invoke the following procedure: I. Owner will engage the services of a qualified testing agency to sample wood finishing materials. Contractor will be notified in advance and may be present when samples are taken. If materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying wood finishes if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying materials from Project site, pay for testing, and refinish surfaces finished with rejected materials. Contractor will be required to remove rejected materials from previously finished surfaces before refinishing with complying materials if the two finishes are incompatible or produce results that, in the opinion of the Architect, are aesthetically unacceptable. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Exterior Wood Substrates: 15 percent, when measured with an electronic moisture meter. C. Maximum Moisture Content of Interior Wood Substrates: 15 percent, when measured with an electronic moisture meter. D. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. E. Proceed with finish application only after unsatisfactory conditions have been corrected. I. Beginning finish application constitutes Contractor's acceptance of substrates and conditions. 3.2 PREPARATION CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099300 - 4 CDG 21403 STAINING AND TRANSPARENT FINISHING A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and finishing. 1. After completing finishing operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. C. Clean and prepare surfaces to be finished according to manufacturer's written instructions for each particular substrate condition and as specified. 1. Remove dust, dirt, oil, and grease by washing with a detergent solution; rinse thoroughly with clean water and allow to dry. Remove grade stamps and pencil marks by sanding lightly. Remove loose wood fibers by brushing. 2. Remove mildew by scrubbing with a commercial wash formulated for mildew removal and as recommended by stain manufacturer. D. Interior Wood Substrates: 1. Scrape and clean knots, and apply coat of knot sealer before applying primer. 2. Apply wood filler paste to open -grain woods, as defined in "MPI Architectural Painting Specification Manual," to produce smooth, glasslike finish. 3. Sand surfaces that will be exposed to view and dust off. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. 3.3 APPLICATION A. Apply finishes according to manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual." 1. Use applicators and techniques suited for finish and substrate indicated. 2. Finish surfaces behind movable equipment and furniture same as similar exposed surfaces. 3. Do not apply finishes over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. B. Apply finishes to produce surface films without cloudiness, holidays, lap marks, brush marks, runs, ropiness, or other surface imperfections. 3.4 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing finish application, clean spattered surfaces. Remove spattered materials by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from finish application. Correct damage by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 099300 - 5 CDG 21403 STAINING AND TRANSPARENT FINISHING D. At completion of construction activities of other trades, touch up and restore damaged or defaced finished wood surfaces. 3.5 INTERIOR WOOD -FINISH -SYSTEM SCHEDULE A. Wood substrates, nontraffic surfaces, including wood trim and wood doors. 1. Semitransparent Stain System: a. Strip existing wood finish, repair, apply filler, sealer, stain, lacquer. END OF SECTION 099300 CITY OF LUBBOCK - MAE SIMMONS COMMUNITY CENTER CDG 21403 099999-1 MATERIAL SCHEDULE 4/29/2016 Material I Code Manufacturer's Description Wall Finishes Paint P1 Sherwin Williams, SW0053 Porcelain (ceilings) P2 Sherwin Williams, SW6141 Softer Tan, semi -gloss finish (kitchen & toilet rooms) P3 Sherwin Williams, SW6143 Basket Beige, eg-shel finish P4 Sherwin Williams, SW2826 Colonial Revival Green Stone, eg-shel finish P5 Sherwin Williams, SW7549 Studio Taupe, semi -gloss finish (door & window frames) Wall Tile WTI Daltile, Modern Dimensions wall tile, 0761 Urban Putty, matte finish, 4.25"xl2.75" WT2 Daltile, Modern Dimensions wall tile, 0166 Elemental Tan, gloss finish, 4.25"x12.75" Rubber Base RB Roppe, Traditional rubber wall base, Pinnacle Type TS, 632 Flax, 4" H Wood Stained Trim WST existing wood trim to be refinished to match PL1. Submit samples for approval. Wall Protection WP Korogard, Traffic Patterns, Orleans, Goblet, TP-R921-92 Fiber Reinforced Panel FRP Marlite, standard FRP, P-140 Ivory (include trim pieces) Flooring Finishes Carpet CPT Patcraft, I0119 Dazzle, 00715 Chic, modular (ashlar installation) Textile Composie Flooring TCF J&J, Kinetex, Velocity 1814, Force 1606, 24" x 24" (install quarter -turned) Floor Tile FT1 Marazzi, Campione, Armstrong, UHAT, 20"x 20" Terrazzo Flooring TF Existing terrazzo is to be reconditioned/ refinished according to the guidelines set forth by the National Terrazzo and Mosaic Association. Sealed Concrete SC concrete to be sealed as per specification Millwork Finishes Plastic Laminate PL1 Wilsonart, Harvest Maple 7953-38 PL2 Wilsonart, Western Suede 4871-60 Metal Laminate ML1 Chemetal, Sheffield 324G Solid Surface Material SSM LG Hausys, Hi -Macs, Galaxy, Cosmos T002 Door Finishes Wood Stained Doors WSD Existing doors to be refinished to match PL1. Submit samples for approval. HM Doors & Frames HMDF Sherwin Williams, SW7549 Studio Taupe, semi -gloss finish Exterior Doors & Trim EDT Match existing color CITY OF LUBBOCK - MAE SIMMONS COMMUNITY CENTER CDG 21403 099999-2 i MATERIAL SCHEDULE 4/29/2016 i Material Code Manufacturer's Description Miscellaneous Finishes Acoustical Ceiling Tiles ACT1 Match existing ceiling tiles as needed Transition Strip TS1 Schluter, Reno-TK, Satin Nickel Anodized Aluminum (AT) Metal Trim MT1 Schluter, Quadec, Satin Nickel Anodized Aluminum (AT) (include all connector and corner pieces to provide complete installation) Ardex FL, Rapid Set, Flexible Sanded Grout, 08 Vintage Linen, 1/8" grout lines Grout G1 (Use with WTI, WT2, FT1) Digital Graphic 3M IJ35 digital graphic film. Image to be determined. Contact Toby Stephens, Elite Sign & Window Film DGWF Design, 806-368-3643, toby@elitesigndesign.com Opaque Window Film OWF Opaque / frosted window film. Contact Toby Stephens, Elite Sign & Design, 806-368-3643, toby@elitesigndesign.com Toilet Partitions TP 1 HDPE panels, Hiney Hiders, Linen, Orange Peel texture \19TER/p9 OF G. S,4 1104A Q� qTF OF 4/29/2016 CITY OF LUBBOCK - MAE SIMMONS COMMUNITY CENTER CDG 21403 099999-3 ROOM FINISH SCHEDULE 4/29/2016 Walls Room Description Floor Base Ceiling North East South West Remarks 001 Vestibule TF RB ACT P3 P3 P3 P3 Existing terrazzo flooring to be refinished. Existing terrazzo flooring to be refinished. DGWF to be installed on clerestory windows. Ceiling beam to be painted P5. Millwork: PLl on base counter of reception. 002 Lobby TF RB ACT P3 P3 P3 P4 PL2 on worksurface/countertop. ML1 on rear decorative panel of reception. SSM on transaction counter. Refer to elevation details on sheet A5. 003 Library CPT RB ACT P3 P3 P4 P3 Existing terrazzo flooring to be refinished. WST to be re -installed at current height. WP1 to be installed below lower wood trim. P2 to P5 P5 P5 P5 be painted between existing low and upper P1 P3 P3 P4 P3 004 Activities Room TF RB wood trim. P3 to be painted above upper wood PS P2 P2 P2 P2 trim to bottom of ceiling beams. P5 to be WP WP WP WP painted on beams and wall at height of the beams to ceiling. P4 to be painted on South wall. 005 Storage SC RB - P2 P2 P2 P2 006 Hallway TF RB ACT P3 P3 P3 P3 Existing terrazzo flooring to be refinished. Millwork: PLl on base and upper cabinets. SSM on 007 Kitchen FT1 FTl ACT P2 P2 P2 P2 countertops. WT2 to be installed in a horizontal brick pattern as a backsplash at millwork. Center tiles in the space. Millwork: PLI on bulkhead braces and 008 Computer Room CPT RB ACT P2 P2 P2 P2 modesty panels. PL2 on worksurfaces. FT1 to be installed in a diagonal pattern. Center tiles in space. WTI to be installed in a straight grid pattern to approximately 76" A.F.F. Center tiles on each wall P2 P2 P2 P2 or shift as necessary to avoid tile cuts smaller than 009 Men's Restroom FT1 FTl ACT WTI WTI WTI WTI 411. WT2 to be installed as decorative horizontal WT2 WT2 WT2 WT2 bands along perimeter at approximately 56" A.F.F. and 64" A.F.F. P2 above tile. Millwork: PL1 on base/skirting. SSM on countertops. CITY OF LUBBOCK - MAE SIMMONS COMMUNITY CENTER CDG 21403 099999-4 ROOM FINISH SCHEDULE Walls Room Description Floor Base Ceiling North East South West Remarks O10 Janitor's Closet SC RB ACT P2, FRPI P2' FRP1 P2, FRP1 P2, FRP1 FRP to be installed at 48" A.F.F. Cap with coordinating trim pieces. Oil Women's Restroom FTI FT1 ACT P2 WTI WT2 P2 WTI WT2 P2 WTI WT2 P2 WTI W72 FTl to be installed in a diagonal pattern. Center tiles in space. WTl to be installed in a straight grid pattern to approximately 76" A.F.F. Center tiles on each wall or shift as necessary to avoid tile cuts smaller than 4". WT2 to be installed as decorative horizontal bands along perimeter at approximately 56" A.F.F. and 64" A.F.F. P2 above tile. Millwork: PLl on base/skirting. SSM on countertops. 012 Storage SC RB Gyp P1 P2 P2 P2 P2 013 Exercise Room TCF RB ACT P3 P3 P3 P4 TCF to be installed quarter -turned. 014 Mechanical SC RB ACT P2 P2 P2 P2 Millwork Notes: PL1 General finish for base and upper cabinetry. PL2 General finish for countertops and worksurfaces in Lobby 002 and Computer room 008. MLl Finish for decorative "block" at rear of reception counter in Lobby 002. SSM Finish for countertops in Kitchen 007 and Toilet rooms 009 and 011 and transaction counter in Lobby 002. WS Wood stain on doors and trim to match PL1. Submit samples for approval. General Notes: 1 All work to be performed according to manufacturer's recommended methods. 2 Any discrepancies noted prior to or during construction are to be directed to architect for further direction. 3 All flooring to be installed to wall under open millwork. 4 Carpet tiles (CPT) to be installed ashlar. TCF tiles to be installed quarter -turned. 5 All grout lines to be 1/8" wide unless noted otherwise. 6 Wall texture to match existing texture where required for a smooth and complete installation. 7 Tile to be centered on walls and floors unless noted otherwise. Adjust where needed to avoid small tile cuts. 8 Metal Trim (MT1) to be installed along top edge and outside comers of wall tile. Do not use bullnose. 9 Use appropriate scheduled transition strip between materials with different heights. Do not use MTl as a transition strip. 10 Use plan North instead of true North when directions on finish schedule are unclear. 11 Existing terrazzo is to be refinished according to guidelines set by the National Terrazzo and Mosaic Association. 12 Wall protection panels to be acclimated and installed according to manufacturer recommendations. Include trim pieces. 13 1 Contact architect to schedule a pre -installation meeting for tile work. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 102113 - 1 CDG 21403 TOILET COMPARTMENTS SECTION 102113 - TOILET COMPARTMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Toilet compartments configured as toilet enclosures and urinal screens. B. Related Sections: 1. Section 061000 "Rough Carpentry" for blocking. 2. Section 102800 "Toilet, Bath, and Laundry Accessories" for toilet tissue dispensers, grab bars, purse shelves, and similar accessories. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: For toilet compartments. Include plans, elevations, sections, details, and attachments to other work. 1. Show locations of cutouts for compartment -mounted toilet accessories. 2. Show locations of reinforcements for compartment -mounted grab bars. 3. Show locations of centerlines of toilet fixtures. 4. Show overhead support or bracing locations. C. Samples for Initial Selection: For each type of unit indicated. Include Samples of hardware and accessories involving material and color selection. D. Samples for Verification: For the following products, in manufacturer's standard sizes unless otherwise indicated: 1. Each type of material, color, and finish required for units, prepared on 6-inch- square Samples of same thickness and material indicated for Work. 2. Each type of hardware and accessory. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of toilet compartment, from manufacturer. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 102113 - 2 CDG 21403 TOILET COMPARTMENTS 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For toilet compartments to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. Comply with requirements in GSA's CID-A-A-60003, "Partitions, Toilets, Complete." B. Surface -Burning Characteristics: As determined by testing identical products according to ASTM E 84, or another standard acceptable to authorities having jurisdiction, by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame -Spread Index: 25 or less. 2. Smoke -Developed Index: 450 or less. C. Regulatory Requirements: Comply with applicable provisions in the Texas Accessibility Standards for toilet compartments designated as accessible. 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of toilet fixtures, walls, columns, ceilings, and other construction contiguous with toilet compartments by field measurements before fabrication. PART 2-PRODUCTS 2.1 MATERIALS A. Aluminum Castings: ASTM B 26/13 26M. B. Aluminum Extrusions: ASTM B 221. C. Brass Castings: ASTM B 584. D. Brass Extrusions: ASTM B 455. E. Steel Sheet: Commercial steel sheet for exposed applications; mill phosphatized and selected for smoothness. 1. Electrolytically Zinc Coated: ASTM A 879/A 879M, 01Z. 2. Hot -Dip Galvanized: ASTM A 653/A 653M, either hot -dip galvanized or galvannealed. F. Stainless -Steel Sheet: ASTM A 666, Type 304, stretcher -leveled standard of flatness. G. Stainless -Steel Castings: ASTM A 743/A 743M. H. Zamac: ASTM B 86, commercial zinc -alloy die castings. I. Particleboard: ANSI A208.1, Grade M-2 with 45-lb density. J. Plastic Laminate: NEMA LD 3, general-purpose HGS grade, 0.048-inch nominal thickness. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 102113 - 3 TOILET COMPARTMENTS 2.2 SOLID -POLYMER UNITS A. Toilet -Enclosure Style: Overhead braced. B. Urinal -Screen Style: Wall hung. C. Door, Panel, Screen, and Pilaster Construction: Solid, high -density polyethylene (HDPE) panel material, not less than 1 inch thick, seamless, with eased edges, no-sightline system, and with homogenous color and pattern throughout thickness of material. I. Heat -Sink Strip: Manufacturer's standard continuous, extruded -aluminum or stainless -steel strip fastened to exposed bottom edges of solid -polymer components to prevent burning. 2. Color and Pattern: Refer to Finish and Materials Schedule in Section 099999 for selections. D. Pilaster Shoes and Sleeves (Caps): Manufacturer's standard design; stainless steel. E. Brackets (Fittings): 1. Full -Height (Continuous) Type: Manufacturer's standard design; stainless steel. F. Overhead Cross Bracing for Ceiling -Hung Units: As recommended by manufacturer and fabricated from solid polymer. 2.3 ACCESSORIES A. Hardware and Accessories: Manufacturer's standard design, heavy-duty operating hardware and accessories. I. Hinges: Continuous, spring -loaded pin & barrel type with covers to hide attachment leaves. No spring components are to be visible. Stainless Steel finish. Basis of Design: Markar — 900 Series. 2. Latch and Keeper: Standard surface -mounted latch unit designed for emergency access and with combination rubber -faced door strike and keeper. Provide units that comply with regulatory requirements for accessibility at compartments designated as accessible. Stainless Steel finish 3. Coat Hook: Manufacturer's standard combination hook and rubber -tipped bumper, sized to prevent in -swinging door from hitting compartment -mounted accessories. 4. Door Bumper: Manufacturer's standard rubber -tipped bumper at out -swinging doors. 5. Door Pull: Manufacturer's standard unit at out -swinging doors that complies with regulatory requirements for accessibility. Provide units on both sides of doors at compartments designated as accessible. Pulls shall be aligned on either side of the door and through -bolted with sex bolts. B. Overhead Bracing: Manufacturer's standard continuous, extruded -aluminum head rail with antigrip profile and in manufacturer's standard finish. C. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel or chrome -plated steel or brass, finished to match the items they are securing, with theft -resistant -type heads. Provide sex - type bolts for through -bolt applications. For concealed anchors, use stainless steel, hot -dip galvanized steel, or other rust -resistant, protective -coated steel. 2.4 FABRICATION CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 102113 - 4 CDG 21403 TOILET COMPARTMENTS A. Overhead -Braced Units: Provide manufacturer's standard corrosion -resistant supports, leveling mechanism, and anchors at pilasters to suit floor conditions. Provide shoes at pilasters to conceal supports and leveling mechanism. B. Door Size and Swings: Unless otherwise indicated, provide 24-inch- wide, in -swinging doors for standard toilet compartments and 36-inch- wide, out -swinging doors with a minimum 32-inch- wide, clear opening for compartments designated as accessible. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Comply with manufacturer's written installation instructions. Install units rigid, straight, level, and plumb. Secure units in position with manufacturer's recommended anchoring devices. 1. Maximum Clearances: a. Pilasters and Panels: 1/2 inch. b. Panels and Walls: 1 inch. 2. Stirrup Brackets: Secure panels to walls and to pilasters with no fewer than three brackets attached at midpoint and near top and bottom of panel. a. Locate wall brackets so holes for wall anchors occur in masonry or tile joints. b. Align brackets at pilasters with brackets at walls. B. Overhead -Braced Units: Secure pilasters to floor and level, plumb, and tighten. Set pilasters with anchors penetrating not less than 1-3/4 inches into structural floor unless otherwise indicated in manufacturer's written instructions. Secure continuous head rail to each pilaster with no fewer than two fasteners. Hang doors to align tops of doors with tops of panels, and adjust so tops of doors are parallel with overhead brace when doors are in closed position. 3.2 ADJUSTING A. Hardware Adjustment: Adjust and lubricate hardware according to hardware manufacturer's written instructions for proper operation. Set hinges on in -swinging doors to hold doors open approximately 30 degrees from closed position when unlatched. Set hinges on out -swinging doors to return doors to fully closed position. END OF SECTION 102113 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 102600 - WALL AND DOOR PROTECTION PART 1 - GENERAL 102600 - 1 WALL AND DOOR PROTECTION 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Corner guards. B. Related Sections: 1. Section 087100 "Door Hardware" for metal armor, kick, mop, and push plates. 1.3 ACTION SUBMITTALS A. Product Data: Include construction details, material descriptions, impact strength, fire -test -response characteristics, dimensions of individual components and profiles, and finishes for each impact -resistant wall protection unit. B. Shop Drawings: For each impact -resistant wall protection unit showing locations and extent. Include sections, details, and attachments to other work. 1. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Samples for Initial Selection: For each type of impact -resistant wall protection unit indicated. 1. Include similar Samples of accent strips and accessories involving color selection. D. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below. 1. Corner Guards: 12 inches long. Include examples of joinery, corners, end caps, top caps, and field splices. 1.4 INFORMATIONAL SUBMITTALS A. Material Certificates: For each impact -resistant plastic material, from manufacturer. B. Material Test Reports: For each impact -resistant plastic material. 1.5 QUALITY ASSURANCE CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 102600 - 2 CDG 21403 WALL AND DOOR PROTECTION A. Source Limitations: Obtain impact -resistant wall protection units from single source from single manufacturer. B. Product Options: Drawings indicate size, profiles, and dimensional requirements of impact -resistant wall protection units and are based on the specific system indicated. Refer to Section 014000 "Quality Requirements." 1. Do not modify intended aesthetic effects, as judged solely by Architect, except with Architect's approval. If modifications are proposed, submit comprehensive explanatory data to Architect for review. C. Surface -Burning 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 qualified testing agency. D. Regulatory Requirements: Comply with applicable provisions in the Texas Accessibility Standards. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store impact -resistant wall protection units in original undamaged packages and containers inside well - ventilated area protected from weather, moisture, soiling, extreme temperatures, and humidity. 1. Maintain room temperature within storage area at not less than 70 deg F during the period plastic materials are stored. 2. Keep plastic sheet material out of direct sunlight. 3. Store plastic wall protection components for a minimum of 72 hours, or until plastic material attains a minimum room temperature of 70 deg F. a. Store corner -guard covers in a vertical position. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install impact -resistant wall protection units until building is enclosed and weatherproof, wet work is complete and dry, and HVAC system is operating and maintaining temperature at 70 deg F for not less than 72 hours before beginning installation and for the remainder of the construction period. PART 2-PRODUCTS 2.1 MATERIALS A. Aluminum Extrusions: Alloy and temper recommended by manufacturer for type of use and finish indicated, but with not less than strength and durability properties specified in ASTM B 221 for Alloy 6063-T5. B. Stainless -Steel Sheet: ASTM A 240/A 240M. 2.2 CORNER GUARDS r CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 102600 - 3 CDG 21403 WALL AND DOOR PROTECTION rA. Surface -Mounted, Metal Corner Guards: Fabricated from one-piece, formed or extruded metal with formed edges; with 90- or 135-degree turn to match wall condition. 1. Material: Stainless steel, Type 304. a. Thickness: Minimum 0.0625 inch. b. Finish: Directional satin, No. 4. 2. Wing Size: Nominal 1-1/2 by 1-1/2 inches. 3. Corner Radius: 1/8 inch. 4. Mounting: Double-faced, adhesive foam tape. 2.3 FABRICATION A. Fabricate impact -resistant wall protection units to comply with requirements indicated for design, dimensions, and member sizes, including thicknesses of components. B. Preform curved semirigid, impact -resistant sheet wall covering in factory for radius and sheet thickness as follows: 1. Sheet Thickness of 0.040 Inch: 24-inch radius. 2. Sheet Thickness of 0.060 Inch: 36-inch radius. C. Assemble components in factory to greatest extent possible to minimize field assembly. Disassemble only as necessary for shipping and handling. D. Fabricate components with tight seams and joints with exposed edges rolled. Provide surfaces free of wrinkles, chips, dents, uneven coloration, and other imperfections. Fabricate members and fittings to produce flush, smooth, and rigid hairline joints. E. Miter corners and ends of wood handrails for returns. 2.4 METAL FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. I . Remove tool and die marks and stretch lines, or blend into finish. 2. Grind and polish surfaces to produce uniform finish, free of cross scratches. 3. Run grain of directional finishes with long dimension of each piece. 4. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. B. Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. PART 3 - EXECUTION 3.1 EXAMINATION CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 102600 - 4 CDG 21403 WALL AND DOOR PROTECTION A. Examine substrates and wall areas, with Installer present, for compliance with requirements for installation tolerances, fire rating, and other conditions affecting performance of work. B. Examine walls to which impact -resistant wall protection will be attached for blocking, grounds, and other solid backing that have been installed in the locations required for secure attachment of support fasteners. 1. For impact -resistant wall protection units attached with adhesive or foam tape, verify compatibility with and suitability of substrates, including compatibility with existing finishes or I primers. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Complete finishing operations, including painting, before installing impact -resistant wall protection system components. B. Before installation, clean substrate to remove dust, debris, and loose particles. 3.3 INSTALLATION A. General: Install impact -resistant wall protection units level, plumb, and true to line without distortions. Do not use materials with chips, cracks, voids, stains, or other defects that might be visible in the finished Work. 1. Install impact -resistant wall protection units in locations and at mounting heights indicated on Drawings or, if not indicated, at heights indicated below: a. 48" a.f.f. for wainscot applications b. Full height of wall to ceiling when no other finish is scheduled above. 2. Provide splices, mounting hardware, anchors, and other accessories required for a complete installation. a. Provide anchoring devices to withstand imposed loads. b. Where splices occur in horizontal runs of more than 20 feet, splice aluminum retainers and plastic covers at different locations along the run, but no closer than 12 inches. C. Adjust end and top caps as required to ensure tight seams. 3.4 CLEANING A. Immediately after completion of installation, clean plastic covers and accessories using a standard, ammonia -based, household cleaning agent. B. Remove excess adhesive using methods and materials recommended in writing by manufacturer. END OF SECTION 102600 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 102800 - 1 CDG 21403 TOILET, BATH, AND LAUNDRY ACCESSORIES SECTION 102800 - TOILET, BATH, AND LAUNDRY ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Accessories found in public and private toilet and shower room facilities, childcare accessories, custodial accessories, and healthcare accessories as scheduled at the end of this Section. B. Owner -Furnished Material: Paper towel, soap, and toilet paper dispensers. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include the following: 1. Construction details and dimensions. 2. Anchoring and mounting requirements, including requirements for cutouts in other work and substrate preparation. 3. Material and finish descriptions. 4. Features that will be included for Project. 5. Manufacturer's warranty. B. Product Schedule: Indicating types, quantities, sizes, and installation locations by room of each accessory required. 1. Identify locations using room designations indicated. 2. Identify products using designations indicated. 1.4 INFORMATIONAL SUBMITTALS A. Warranty: Sample of special warranty. 1.5 QUALITY ASSURANCE A. Source Limitations: For products listed together in the same Part 2 articles, obtain products from single source from single manufacturer. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 102800 - 2 CDG 21403 TOILET, BATH, AND LAUNDRY ACCESSORIES i 1.6 COORDINATION A. Coordinate accessory locations with other work to prevent interference with clearances required for access by people with disabilities, and for proper installation, adjustment, operation, cleaning, and servicing of accessories. B. Deliver inserts and anchoring devices set into concrete or masonry as required to prevent delaying the Work. 1.7 WARRANTY A. Special Mirror Warranty: Manufacturer's standard form in which manufacturer agrees to replace mirrors that develop visible silver spoilage defects and that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 15 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MATERIALS A. Stainless Steel: ASTM A 666, Type 304, 0.031-inch minimum nominal thickness unless otherwise indicated. B. Brass: ASTM B 19, flat products; ASTM B 16/13 16M, rods, shapes, forgings, and flat products with finished edges; or ASTM B 30, castings. C. Steel Sheet: ASTM A 1008/A 1008M, Designation CS (cold rolled, commercial steel), 0.036-inch minimum nominal thickness. D. Galvanized -Steel Sheet: ASTM A 653/A 653M, with G60 hot -dip zinc coating. E. Galvanized -Steel Mounting Devices: ASTM A 153/A 153M, hot -dip galvanized after fabrication. F. Fasteners: Screws, bolts, and other devices of same material as accessory unit and tamper -and -theft resistant where exposed, and of galvanized steel where concealed. G. Chrome Plating: ASTM B 456, Service Condition Number SC 2 (moderate service). H. Mirrors: ASTM C 1503, Mirror Glazing Quality, clear -glass mirrors, nominal 6.0 mm thick. I. ABS Plastic: Acrylonitrile-butadiene-styrene resin formulation. 2.2 FABRICATION A. General: Fabricate units with tight seams and joints, and exposed edges rolled. Hang doors and access panels with full-length, continuous hinges. Equip units for concealed anchorage and with corrosion - resistant backing plates. B. Keys: Provide universal keys for internal access to accessories for servicing and resupplying. Provide minimum of six keys to Owner's representative. i_ CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 102800 - 3 CDG 21403 TOILET, BATH, AND LAUNDRY ACCESSORIES PART 3 - EXECUTION 3.1 INSTALLATION A. Install accessories according to manufacturers' written instructions, using fasteners appropriate to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and firmly anchored in locations and at heights indicated. B. Grab Bars: Install to withstand a downward load of at least 250 lbf, when tested according to ASTM F 446. 3.2 ADJUSTING AND CLEANING A. Adjust accessories for unencumbered, smooth operation. Replace damaged or defective items. B. Remove temporary labels and protective coatings. C. Clean and polish exposed surfaces according to manufacturer's written recommendations. 3.3 TOILET AND BATH ACCESSORY SCHEDULE Kitchen 107 1 ea. Paper Towel Dispenser Owner furnished, Contractor installed 1 ea. Soap Dispenser Owner furnished, Contractor installed Men's 109 1 ea. Paper Towel Dispenser Owner furnished, Contractor installed 1 ea. Soap Dispenser Owner furnished, Contractor installed 1 ea. Framed Mirror B-165 1836 Bobrick r - 1 ea. Toilet Paper Dispenser Owner furnished, Contractor installed j 1 ea. 36" Grab Bar B-6806 x 36 Bobrick [ 1 ea. 42" Grab Bar B-6806 x 42 Bobrick 1 ea. Under Lay. Guard Truebro Women's 111 1 ea. Paper Towel Dispenser Owner furnished, Contractor installed 1 ea. Soap Dispenser Owner furnished, Contractor installed 1 ea. Framed Mirror B-165 1836 Bobrick 2 ea. Toilet Paper Dispenser Owner furnished, Contractor installed 1 ea. 36" Grab Bar B-6806 x 36 Bobrick 1 ea. 42" Grab Bar B-6806 x 42 Bobrick 1 ea. Under Lay. Guard Truebro END OF SECTION 102800 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 123661 - 1 CDG 21403 SIMULATED STONE COUNTERTOPS SECTION 123661 - SIMULATED STONE COUNTERTOPS 17�:71 �Qel �1 �I �I:7:171 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Solid -surface -material countertops and backsplashes. 2. Quartz agglomerate countertops and backsplashes. 1.3 ACTION SUBMITTALS A. Product Data: For countertop materials. B. Shop Drawings: For countertops. Show materials, finishes, edge and backsplash profiles, methods of joining, and cutouts for plumbing fixtures. C. Samples for Verification: For the following products: 1. Countertop material, 6 inches square. 1.4 PROJECT CONDITIONS A. Field Measurements: Verify dimensions of countertops by field measurements after base cabinets are installed but before countertop fabrication is complete. 1.5 COORDINATION A. Coordinate locations of utilities that will penetrate countertops or backsplashes. PART 2 - PRODUCTS 2.1 COUNTERTOPS A. Configuration: Provide countertops with the following front and backsplash style: 1. Front: 1-1/2-inch min. laminated bullnose as indicated on drawimgs. 2. Backsplash: Straight, slightly eased at cove and top. B. Countertops: 1/2-inch- thick. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 123661 - 2 CDG 21403 SIMULATED STONE COUNTERTOPS C. Backsplashes: 1/2-inch- thick. D. Fabrication: Fabricate tops in one piece with shop -applied edges unless otherwise indicated. Comply with manufacturer's written instructions for adhesives, sealers, fabrication, and finishing. 1. Fabricate with loose backsplashes for field assembly. 2.2 COUNTERTOP MATERIALS A. Subtop Material: Medium -density fiberboard or Medium -density fiberboard made with exterior glue. B. Subtop Material at Sinks: medium -density fiberboard made with exterior glue. C. Countertop Products: Refer to Finish and Materials Schedule in Section 099999. No Substitutions. PART 3-EXECUTION 3.1 INSTALLATION A. Install countertops level to a tolerance of 1/8 inch in 8 feet. B. Fasten countertops by screwing through corner blocks of base units into underside of countertop. Pre- drill holes for screws as recommended by manufacturer. Align adjacent surfaces and, using adhesive in color to match countertop, form seams to comply with manufacturer's written instructions. Carefully dress joints smooth, remove surface scratches, and clean entire surface. 1. Install backsplashes and to comply with manufacturer's written instructions for adhesives, sealers, fabrication, and finishing. 2. Seal edges of cutouts in subtops by saturating with varnish. END OF SECTION 123661 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 1 CDG 21403 COMMON WORK RESULTS FOR PLUMBING t SECTION 220510 - COMMON WORK RESULTS FOR PLUMBING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: l . Piping materials and installation instructions common to most piping systems. 2. Transition fittings. 3. Dielectric fittings. 4. Mechanical sleeve seals. 5. Sleeves. 6. Escutcheons. 7. Grout. 8. Plumbing demolition. 9. Equipment installation requirements common to equipment sections. 10. Painting and finishing. 11. Concrete bases. 12. Supports and anchorages. 1.3 DEFINITIONS A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe chases, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaces, and tunnels. B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms. C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations. D. Concealed, Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and in chases. E. Concealed, Exterior Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. 1.4 COORDINATION A. Arrange for pipe spaces, chases, slots, and openings in building structure during progress of construction, to allow for plumbing installations. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 2 CDG 21403 COMMON WORK RESULTS FOR PLUMBING B. Coordinate installation of required supporting devices and set sleeves in poured -in -place concrete and other structural components as they are constructed. C. Coordinate requirements for access panels and doors for plumbing items requiring access that are concealed behind finished surfaces. Access panels and doors are specified in Division 8 Section "Access Doors and Frames." 1.5 GENERAL REQUIREMENTS A. In general, the lines 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 for the plumbing 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 may be run exposed in machinery and equipment spaces, where serving as connections to equipment items in finished rooms where exposed connections are required, and elsewhere as indicated on the drawings or required. D. The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they are under construction. All concealed lines shall be installed as required by the pace of the general construction to precede that general construction. E. The plumbing 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 plumbing 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 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. H. At all times during the progress of the work, the Contractor shall keep the premises clean and free of unnecessary materials and debris. The Contractor shall, on direction at any time from the Architect, clear any designated areas or area of materials and debris. On completion of any portion of the work, the Contractor shall remove from the premises all tools and machinery and all debris occasioned by the work, leaving the premises free of all obstructions and hindrances. I. The Contractor shall be responsible for the proper fitting of his material and apparatus into the space. Should the particular equipment which any bidder proposes to install require other space conditions than .............. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 3 CDG 21403 COMMON WORK RESULTS FOR PLUMBING 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. 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. K. Order of precedence shall be observed in laying out the pipe, ductwork, material, and conduit in order to fit the material into the space above the ceiling and in the chases and walls. The following order shall govern: 1. Items affecting the visual appearance of the inside of the building such as lighting fixtures, diffusers, grilles, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site. 2. Lines requiring grade to function such as sewers, roof drains and condensate drains. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets. L. Piping serving outlets on items of equipment shall be run in the most appropriate manner. Where the equipment has built-in chases, the lines shall be contained therein. Where the equipment is of the open type, the lines shall be run as close as possible to the underside of the top and in a neat and inconspicuous manner. M. 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. N. 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. O. 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. P. Each bidder shall examine the plans and specifications for the General Construction. If these documents show any item requiring work under Division 22 and that work is not indicated on the respective "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. Q. 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. R. 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 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 4 CDG 21403 COMMON WORK RESULTS FOR PLUMBING l additional payments in connection with removing or modifying any part of the existing installations and/or installing any new work. 1.6 SUBMITTALS A. Wherever shop drawings/submittals are called for in these specifications, they shall be furnished by the Contractor for the work involved after review by the Architect as to the make and type of material and in sufficient time so that no delay or changes will be caused. This is done in order to facilitate progress on the job and failure on the part of the Contractor to comply shall render him liable to stand the expense of any and all delays, changes in construction, etc., occasioned by his failure to provide the necessary details. Also, if the Contractor fails to comply with this provision, the Architect reserves the right to go directly to the manufacturer he selects and secure any details he might deem necessary and should there be any charges in connection with this, they shall be borne by the Contractor. B. Shop drawings will be reviewed by the Architect for general compliance with the design concept of the project and general compliance with the information given in the contract documents. Review by the Architect and any action by the Architect in marking shop drawings is subject to the requirements of the entire contract documents. Contractor will be held responsible for quantities, dimensions which shall be confirmed and correlated at the job site, fabrication processes and techniques of construction, coordination of all trades and the satisfactory performance of his work. C. Shop drawings submitted shall not consist of manufacturers' catalogues or tear sheets therefrom that contain no indication of the exact item offered. Rather, the submission of individual items shall designate the exact item offered and shall clearly identify the item with the project. D. All shop drawings shall be submitted at one time and shall consist of a bound catalogue of all shop drawings under each section, properly indexed and certified that they have been checked by the Contractor. E. The omissions of any material from the shop drawings which has been shown on the contract drawings or specified, even though reviewed by the Architect, shall not relieve the Contractor from furnishing and erecting same. 1.7 PERMITS, FEES, ETC. A. The Contractor under each section of these specifications shall arrange for a permit from the local authority. The Contractor shall arrange for all utility services, including sewer, water 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. 1.8 LAWS, CODES, AND ORDINANCES A. All work shall be executed in strict accordance with all local, state and national codes, ordinances and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Architect, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 5 CDG 21403 COMMON WORK RESULTS FOR PLUMBING - 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. 1.9 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. 1.10 COORDINATION OF TRADES A. The Contractor shall be responsible for resolving all coordination required between trades. For example, items furnished under Division 22 which require electrical connections shall be coordinated with Division 26 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 22 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. F. Arrange for pipe spaces, chases, slots, and openings in building structure during progress of construction, to allow for mechanical installations. G. Coordinate installation of required supporting devices and set sleeves in poured -in -place concrete and other structural components as they are constructed. H. Coordinate requirements for access panels and doors for mechanical items requiring access that are concealed behind finished surfaces. Access panels and doors are specified by Architect. 1.11 CUTTING AND PATCHING A. All cutting and patching for work under Division 22 shall be done by the Contractor under the section for which the trade is specified. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 6 CDG 21403 COMMON WORK RESULTS FOR PLUMBING 1.12 QUALITY ASSURANCE A. Electrical Characteristics for Mechanical Equipment: Equipment of higher electrical characteristics may be furnished provided such proposed equipment is approved in writing and connecting electrical services, circuit breakers, and conduit sizes are appropriately modified. If minimum energy ratings or efficiencies are specified, equipment shall comply with requirements. 1.13 SUBSTITUTIONS 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. 1.14 INSTALLATION DRAWINGS A. It shall be incumbent upon the Contractor to prepare special drawings as called for elsewhere herein or as directed by the Architect to coordinate the work under each section, to illustrate changes in his work, to facilitate its concealment in finished spaces to avoid obstructions or to illustrate the adaptability of any item of equipment which he proposes to use. B. These drawings shall be used in the field for the actual installation of the work. Unless otherwise directed, they shall not be submitted for approval but three copies shall be provided to the Architect for his information. 1.15 DELIVERY, STORAGE, AND HANDLING A. Deliver pipes and tubes with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. 1.16 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. t__ t CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 7 CDG 21403 COMMON WORK RESULTS FOR PLUMBING 3 1.17 OPERATING MANUALS A. Prepare and submit 3 copies of the operating manuals bound in hard covers. Three weeks prior to completion of the work, the Architect will check the manuals and any additional material necessary to complete the manuals shall be furnished and inserted by the Contractor. B. Manuals shall contain the following data: f 1. Catalogue data of all equipment. !! 2. Shop drawings of all equipment. 3. Temperature control drawings (reduced in size) 4. Start-up instructions for major equipment. 5. Trouble shooting procedures for major equipment. 6. Wiring diagrams. 7. Recommended maintenance schedule for equipment. 8. Parts list for all items. 9. Name and address of each vendor. ; PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. 2.2 JOINING MATERIALS A. Refer to individual Division 15 piping Sections for special joining materials not listed below. B. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. C. Brazing Filler Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general -duty brazing, unless otherwise indicated; and AWS A5.8, BAgl, silver alloy for refrigerant piping, unless otherwise indicated. D. Welding Filler Metals: Comply with AWS 1310.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. E. Solvent Cements for Joining Plastic Piping: 1. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. 2.3 TRANSITION FITTINGS A. AW WA Transition Couplings: Same size as, and with pressure rating at least equal to and with ends compatible with, piping to be joined. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 8 CDG 21403 COMMON WORK RESULTS FOR PLUMBING m1. Underground Piping NPS 1-I/2 and Smaller: Manufactured fitting or coupling. 2. Underground Piping NPS 2 and Larger: AWWA C219, metal sleeve -type coupling. 3. Aboveground Pressure Piping: Pipe fitting. B. Plastic -to -Metal Transition Fittings: CPVC and PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent -cement -joint end. C. Plastic -to -Metal Transition Adaptors: One-piece fitting with manufacturer's SDR 11 equivalent dimensions; one end with threaded brass insert, and one solvent -cement -joint end. D. Plastic -to -Metal Transition Unions: MSS SP-107, CPVC and PVC four-part union. Include brass end, solvent -cement -joint end, rubber O-ring, and union nut. E. Flexible Transition Couplings for Underground Nonpressure Drainage Piping: ASTM C 1173 with elastomeric sleeve, ends same size as piping to be joined, and corrosion -resistant metal band on each end. 2.4 DIELECTRIC FITTINGS A. Description: Combination fitting of copper alloy and ferrous materials with threaded, solder joint, plain, or weld -neck end connections that match piping system materials. B. Insulating Material: Suitable for system fluid, pressure, and temperature. C. Dielectric Unions: Factory -fabricated, union assembly, for 250-psig minimum working pressure at 180 deg F. D. Dielectric Couplings: Galvanized -steel coupling with inert and noncorrosive, thermoplastic lining; threaded ends; and 300-psig minimum working pressure at 225 deg F. E. Dielectric Nipples: Electroplated steel nipple with inert and noncorrosive, thermoplastic lining; plain, threaded, or grooved ends; and 300-psig minimum working pressure at 225 deg F. 2.5 MECHANICAL SLEEVE SEALS A. Description: Modular sealing element unit, designed for field assembly, to fill annular space between pipe and sleeve. 1. Manufacturers: a. Advance Products & Systems, Inc. b. Calpico, Inc. C. Metraflex Co. d. Pipeline Seal and Insulator, Inc. 2. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 3. Pressure Plates: Carbon steel. Include two for each sealing element. 4. Connecting Bolts and Nuts: Carbon steel with corrosion -resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 9 CDG 21403 COMMON WORK RESULTS FOR PLUMBING 2.6 SLEEVES A. Galvanized -Steel Sheet: 0.0239-inch minimum thickness; round tube closed with welded longitudinal joint. B. Steel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends. 2.7 ACCESS DOORS A. Wherever 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 valves, etc. Provide Milcor Style "UFR" rated access panels as required for installation in rated construction. 2.8 ESCUTCHEONS A. Description: Manufactured wall and ceiling escutcheons and floor plates, with an ID to closely fit around pipe, tube, and insulation of insulated piping and an OD that completely covers opening. B. One -Piece, Deep -Pattern Type: Deep -drawn, box -shaped brass with polished chrome -plated finish. C. Split -Casting, Cast -Brass Type: With concealed hinge and set screw. 1. Finish: Polished chrome -plated. D. One -Piece, Stamped -Steel Type: With set screw or spring clips and chrome -plated finish. E. One -Piece, Floor -Plate Type: Cast-iron floor plate. F. Split -Casting, Floor -Plate Type: Cast brass with concealed hinge and set screw. 2.9 GROUT A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic -cement grout. 1. Characteristics: Post -hardening, volume -adjusting, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications. 2. Design Mix: 5000-psi, 28-day compressive strength. 3. Packaging: Premixed and factory packaged. PART 3 - EXECUTION 3.1 PLUMBING DEMOLITION A. Refer to Division 1 Sections "Cutting and Patching" and "Selective Demolition" for general demolition requirements and procedures. B. Disconnect, demolish, and remove plumbing systems, equipment, and components indicated to be removed. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 10 CDG 21403 COMMON WORK RESULTS FOR PLUMBING 1. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. 2. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material. 3. Equipment to Be Removed: Disconnect and cap services and remove equipment. 4. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. 5. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. C. If pipe, insulation, or equipment to remain is damaged in appearance or is unserviceable, remove damaged or unserviceable portions and replace with new products of equal capacity and quality. 3.2 PIPING SYSTEMS - COMMON REQUIREMENTS A. Install piping according to the following requirements and Division 15 Sections specifying piping systems. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. " Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings. C. Install piping in concealed locations, unless otherwise indicated and except in equipment rooms and service areas. D. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. E. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. F. Install piping to permit valve servicing. G. Install piping at indicated slopes. H. Install piping free of sags and bends. I. Install fittings for changes in direction and branch connections. J. Install piping to allow application of insulation. K. Select system components with pressure rating equal to or greater than system operating pressure. L. Install escutcheons for penetrations of walls, ceilings, and floors according to the following: 1. Piping: a. Piping with Fitting or Sleeve Protruding from Wall: One-piece, deep -pattern type. b. Chrome -Plated Piping: One-piece, cast -brass type with polished chrome -plated finish. C. Insulated Piping: One-piece, stamped -steel type with spring clips. d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece, cast -brass type with polished chrome -plated finish. e. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece, cast -brass type with polished chrome -plated finish. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - I 1 CDG 21403 COMMON WORK RESULTS FOR PLUMBING I f. Bare Piping in Unfinished Service Spaces: One-piece, cast -brass type with polished `' chrome -plated finish. g. Bare Piping in Equipment Rooms: One-piece, cast -brass type. 1 `' h. Bare Piping at Floor Penetrations in Equipment Rooms: One-piece, floor -plate type. M. Permanent sleeves are not required for holes formed by removable PE sleeves. N. Install sleeves for pipes passing through concrete and masonry walls and concrete floor and roof slabs. O. Install sleeves for pipes passing through concrete and masonry walls, gypsum -board partitions, and concrete floor and roof slabs. Cut sleeves to length for mounting flush with both surfaces. a. Exception: Extend sleeves installed in floors of mechanical equipment areas or other wet areas 2 inches above finished floor level. Extend cast-iron sleeve fittings below floor slab as required to secure clamping ring if ring is specified. 2. Install sleeves in new walls and slabs as new walls and slabs are constructed. 3. Install sleeves that are large enough to provide 1/4-inch annular clear space between sleeve and pipe or pipe insulation. Use the following sleeve materials: a. Steel Pipe Sleeves: For pipes smaller than NPS 6. b. Steel Sheet Sleeves: For pipes NPS 6 and larger, penetrating gypsum -board partitions. C. Stack Sleeve Fittings: For pipes penetrating floors with membrane waterproofing. Secure flashing between clamping flanges. Install section of cast-iron soil pipe to extend sleeve to 2 inches above finished floor level. Refer to Division 7 Section "Sheet Metal Flashing and Trim" for flashing. 1) Seal space outside of sleeve fittings with grout. 4. Except for underground wall penetrations, seal annular space between sleeve and pipe or pipe insulation, using joint sealants appropriate for size, depth, and location of joint. Refer to Division 7 Section "Joint Sealants" for materials and installation. P. Aboveground, Exterior -Wall Pipe Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. 1. Install steel pipe for sleeves smaller than 6 inches in diameter. 2. Install cast-iron "wall pipes" for sleeves 6 inches and larger in diameter. 3. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. Q. Underground, Exterior -Wall Pipe Penetrations: Install cast-iron "wall pipes" for sleeves. Seal pipe penetrations using mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. I CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 12 CDG 21403 COMMON WORK RESULTS FOR PLUMBING R. Fire -Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at pipe penetrations. Seal pipe penetrations with firestop materials. Refer to Division 7 Section "Through - Penetration Firestop Systems" for materials. Verify final equipment locations for roughing -in. T. Refer to equipment specifications in other Sections of these Specifications for roughing -in requirements. 3.3 LOCATION AND DETECTION A. Below ground: 1. Non -Metallic: Non-metallic pipe installed below ground shall have installed in the same trench a detectable plastic tape that conforms in to the APWA color coding as follows: a. Orange — Telecommunications b. Blue — Water C. Green — Sanitary and Sewer Systems d. Yellow — Gas 2. Such tape shall consist of one layer of aluminum foil laminated between two layers of inert plastic film. Tape shall be approved 2 1/8" wide and shall be imprinted with a continuous traceable for a minimum of eight years after direct burial. Product shall be Terra Tape Detectable or approved equal. Tape shall be installed per manufacturer's instructions, but no less than 12" above the buried line. 3. Provide 16 gauge direct burial tracer wire with all non-metallic underground pipe. Wire shall be single strand, 14 gauge minimum with 4/64" vinyl insulation which is UL approved for direct underground burial when used in a National Electric Code Class II circuit. B. Metallic: 1. Below ground metallic piping shall have identifying tape similar to that specified for below ground non-metallic except that the aluminum foil for location is not required. 3.4 PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and Division 15 Sections specifying piping systems. B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. D. Soldered Joints: Apply ASTM B 813, water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead-free solder alloy complying with ASTM B 32. E. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter, using copper -phosphorus brazing filler metal complying with AWS A5.8. F. Threaded Joints: Thread pipe with tapered pipe threads according to ASME 131.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 13 CDG 21403 COMMON WORK RESULTS FOR PLUMBING i 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. G. Welded Joints: Construct joints according to AWS D10.12, using qualified processes and welding operators according to Part 1 "Quality Assurance" Article. H. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. I. Plastic Piping Solvent -Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe -handling practice of cleaners, primers, and solvent cements. 2. PVC Pressure Piping: Join schedule number ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other -than -schedule -number PVC pipe and socket fittings according to ASTM D 2855. 3. PVC Nonpressure Piping: Join according to ASTM D 2855. , J. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3139. 1 K. Plastic Nonpressure Piping Gasketed Joints: Join according to ASTM D 3212. 3.5 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3. Dry Piping Systems: Install dielectric unions and flanges to connect piping materials of dissimilar metals. 4. Wet Piping Systems: Install dielectric coupling and nipple fittings to connect piping materials of dissimilar metals. 3.6 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS A. Install equipment to allow maximum possible headroom unless specific mounting heights are not indicated. B. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, unless otherwise indicated. C. Install plumbing equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference to other installations. Extend grease fittings to accessible locations. D. Install equipment to allow right of way for piping installed at required slope. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220510 - 14 t, CDG 21403 COMMON WORK RESULTS FOR PLUMBING i 3.7 PAINTING ry , A. Painting of plumbing systems, equipment, and components is specified in Division 9 Sections "Interior Painting" and "Exterior Painting." B. Damage and Touchup: Repair marred and damaged factory -painted finishes with materials and procedures to match original factory finish C. Paint all exposed pipe, cabinets, hangers and supports, and miscellaneous metal. D. Paint all insulated surfaces exposed to view, including piping, equipment, etc. size surfaces until a smooth, non grainy surface is obtained. t, E. Generally, painting is required on all surfaces such that no exposed bare metal or insulation surface is visible. F. 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. END OF SECTION 220510 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220529 - 1 CDG 21403 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT SECTION 220529 - HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Metal pipe hangers and supports. 2. Trapeze pipe hangers. 3. Metal framing systems. 4. Fastener systems. 5. Pipe stands. 6. Pipe positioning systems. 7. Equipment supports. 1.3 DEFINITIONS A. MSS: Manufacturers Standardization Society of The Valve and Fittings Industry Inc. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. 1.5 QUALITY ASSURANCE A. Structural Steel Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code. PART 2-PRODUCTS 2.1 METAL PIPE HANGERS AND SUPPORTS A. Carbon -Steel Pipe Hangers and Supports: 1. Description: MSS SP-58, Types 1 through 58, factory -fabricated components. 2. Galvanized Metallic Coatings: Pregalvanized or hot dipped. 3. Nonmetallic Coatings: Plastic coating, jacket, or liner. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220529 - 2 CDG 21403 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 4. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion to support bearing surface of piping. 5. Hanger Rods: Continuous -thread rod, nuts, and washer made of carbon steel. B. Copper Pipe Hangers: 1. Description: MSS SP-58, Types 1 through 58, copper -coated -steel, factory -fabricated components. 2. Hanger Rods: Continuous -thread rod, nuts, and washer made of copper -coated steel. 2.2 TRAPEZE PIPE HANGERS A. Description: MSS SP-69, Type 59, shop- or field -fabricated pipe -support assembly made from structural carbon -steel shapes with MSS SP-58 carbon -steel hanger rods, nuts, saddles, and U-bolts. 2.3 METAL FRAMING SYSTEMS A. MFMA Manufacturer Metal Framing Systems: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc. C. Flex -Strut Inc. d. GS Metals Corp. e. Thomas & Betts Corporation. f. Unistrut Corporation; Tyco International, Ltd. 2. Description: Shop- or field -fabricated pipe -support assembly for supporting multiple parallel pipes. 3. Standard: MFMA-4. 4. Channels: Continuous slotted steel channel with inturned lips. 5. Channel Nuts: Formed or stamped steel nuts or other devices designed to fit into channel slot and, when tightened, prevent slipping along channel. 2.4 FASTENER SYSTEMS A. Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement concrete with pull- out, tension, and shear capacities appropriate for supported loads and building materials where used. B. Mechanical -Expansion Anchors: Insert -wedge -type, [zinc -coated] [stainless-] steel anchors, for use in hardened portland cement concrete; with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. 2.5 EQUIPMENT SUPPORTS A. Description: Welded, shop- or field -fabricated equipment support made from structural carbon -steel shapes. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220529 - 3 CDG 21403 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT i 7 2.6 MISCELLANEOUS MATERIALS` A. Structural Steel: ASTM A 36/A 36M, carbon -steel plates, shapes, and bars; black and galvanized. B. Grout: ASTM C 1107, factory -mixed and -packaged, dry, hydraulic -cement, nonshrink and nonmetallic grout; suitable for interior and exterior applications. 1. Properties: Nonstaining, noncorrosive, and nongaseous. 2. Design Mix: 5000-psi, 28-day compressive strength. PART 3 - EXECUTION 3.1 HANGER AND SUPPORT INSTALLATION A. Metal Pipe -Hanger Installation: Comply with MSS SP-69 and MSS SP-89. Install hangers, supports, clamps, and attachments as required to properly support piping from the building structure. B. Metal Trapeze Pipe -Hanger Installation: Comply with MSS SP-69 and MSS SP-89. Arrange for grouping of parallel runs of horizontal piping, and support together on field -fabricated trapeze pipe hangers. 1. Pipes of Various Sizes: Support together and space trapezes for smallest pipe size or install intermediate supports for smaller diameter pipes as specified for individual pipe hangers. 2. Field fabricate from ASTM A 36/A 36M, carbon -steel shapes selected for loads being supported. Weld steel according to AWS D1.1/D1.1M. C. Metal Framing System Installation: Arrange for grouping of parallel runs of piping, and support together on field -assembled metal framing systems. D. Fastener System Installation: 1. Install powder -actuated fasteners for use in lightweight concrete or concrete slabs less than 4 inches thick in concrete after concrete is placed and completely cured. Use operators that are licensed by powder -actuated tool manufacturer. Install fasteners according to powder -actuated tool manufacturer's operating manual. 2. Install mechanical -expansion anchors in concrete after concrete is placed and completely cured. Install fasteners according to manufacturer's written instructions. E. Install hangers and supports complete with necessary attachments, inserts, bolts, rods, nuts, washers, and other accessories. F. Equipment Support Installation: Fabricate from welded -structural -steel shapes. G. Install hangers and supports to allow controlled thermal and seismic movement of piping systems, to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends, and similar units. H. Install lateral bracing with pipe hangers and supports to prevent swaying. I. Install building attachments within concrete slabs or attach to structural steel. Install additional attachments at concentrated loads, including valves, flanges, and strainers, NPS 1-1/2 and larger and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten inserts to forms and install reinforcing bars through openings at top of inserts. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220529 - 4 CDG 21403 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 1 J. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment. K. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and to not exceed maximum pipe deflections allowed by ASME B31.9 for building services piping. L. Insulated Piping: 1. Attach clamps and spacers to piping. a. Piping Operating above Ambient Air Temperature: Clamp may project through insulation. b. Piping Operating below Ambient Air Temperature: Use thermal -hanger shield insert with clamp sized to match OD of insert. C. Do not exceed pipe stress limits allowed by ASME B31.9 for building services piping. 2. Install MSS SP-58, Type 39, protection saddles if insulation without vapor barrier is indicated. Fill interior voids with insulation that matches adjoining insulation. 3. Install MSS SP-58, Type 40, protective shields on cold piping with vapor barrier. Shields shall span an arc of 180 degrees. 4. Shield Dimensions for Pipe: Not less than the following: a. NPS 1/4 to NPS 3-1/2: 12 inches long and 0.048 inch thick. b. NPS 4: 12 inches long and 0.06 inch thick. C. NPS 5 and NPS 6: 18 inches long and 0.06 inch thick. 3.2 EQUIPMENT SUPPORTS A. Fabricate structural -steel stands to suspend equipment from structure overhead or to support equipment above floor. B. Grouting: Place grout under supports for equipment and make bearing surface smooth. C. Provide lateral bracing, to prevent swaying, for equipment supports. 3.3 METAL FABRICATIONS A. Cut, drill, and fit miscellaneous metal fabrications for trapeze pipe hangers and equipment supports. B. Fit exposed connections together to form hairline joints. Field weld connections that cannot be shop welded because of shipping size limitations. C. Field Welding: Comply with AWS D1.1/D1.1M procedures for shielded, metal arc welding; appearance and quality of welds; and methods used in correcting welding work; and with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. Finish welds at exposed connections so no roughness shows after finishing and so contours of welded surfaces match adjacent contours. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220529 - 5 CDG 21403 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 4 3.4 ADJUSTING A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to achieve indicated slope of pipe. B. Trim excess length of continuous -thread hanger and support rods to 1-1/2 inches. 3.5 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field -painted surfaces. 1. Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils. B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing -repair paint to comply with ASTM A 780. 3.6 HANGER AND SUPPORT SCHEDULE A. Specific hanger and support requirements are in Sections specifying piping systems and equipment. B. Comply with MSS SP-69 for pipe -hanger selections and applications that are not specified in piping system Sections. C. Use hangers and supports with galvanized metallic coatings for piping and equipment that will not have field -applied finish. D. Use nonmetallic coatings on attachments for electrolytic protection where attachments are in direct contact with copper tubing. E. Use carbon -steel pipe hangers and supports, metal trapeze pipe hangers and attachments for general service applications. F. Use copper -plated pipe hangers and copper attachments for copper piping and tubing. G. Use padded hangers for piping that is subject to scratching. H. Use thermal -hanger shield inserts for insulated piping and tubing. I. Horizontal -Piping Hangers and Supports: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Adjustable, Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated or insulated, stationary pipes NPS 1/2 to NPS 30. 2. Yoke -Type Pipe Clamps (MSS Type 2): For suspension of up to 1050 deg F, pipes NPS 4 to NPS 24, requiring up to 4 inches of insulation. 3. Carbon- or Alloy -Steel, Double -Bolt Pipe Clamps (MSS Type 3): For suspension of pipes NPS 3/4 to NPS 36, requiring clamp flexibility and up to 4 inches of insulation. 4. Steel Pipe Clamps (MSS Type 4): For suspension of cold and hot pipes NPS 1/2 to NPS 24 if little or no insulation is required. 5. Pipe Hangers (MSS Type 5): For suspension of pipes NPS 1/2 to NPS 4, to allow off -center closure for hanger installation before pipe erection. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220529 - 6 CDG 21403 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 6. Adjustable, Swivel Split- or Solid -Ring Hangers (MSS Type 6): For suspension of noninsulated, stationary pipes NPS 3/4 to NPS 8. 7. Adjustable, Steel Band Hangers (MSS Type 7): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8. 8. Adjustable Band Hangers (MSS Type 9): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8. 9. Adjustable, Swivel -Ring Band Hangers (MSS Type 10): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8. 10. Split Pipe Ring with or without Turnbuckle Hangers (MSS Type 11): For suspension of noninsulated, stationary pipes NPS 3/8 to NPS 8. 11. Extension Hinged or Two -Bolt Split Pipe Clamps (MSS Type 12): For suspension of noninsulated, stationary pipes NPS 3/8 to NPS 3. 12. U-Bolts (MSS Type 24): For support of heavy pipes NPS 1/2 to NPS 30. 13. Clips (MSS Type 26): For support of insulated pipes not subject to expansion or contraction. 14. Pipe Saddle Supports (MSS Type 36): For support of pipes NPS 4 to NPS 36, with steel -pipe base stanchion support and cast-iron floor flange or carbon -steel plate. ..., 15. Pipe Stanchion Saddles (MSS Type 37): For support of pipes NPS 4 to NPS 36, with steel -pipe base stanchion support and cast-iron floor flange or carbon -steel plate, and with U-bolt to retain pipe. 16. Adjustable Pipe Saddle Supports (MSS Type 38): For stanchion -type support for pipes NPS 2-1/2 ' to NPS 36 if vertical adjustment is required, with steel -pipe base stanchion support and cast-iron floor flange. 17. Single -Pipe Rolls (MSS Type 41): For suspension of pipes NPS 1 to NPS 30, from two rods if longitudinal movement caused by expansion and contraction might occur. 18. Adjustable Roller Hangers (MSS Type 43): For suspension of pipes NPS 2-1/2 to NPS 24, from single rod if horizontal movement caused by expansion and contraction might occur. 19. Complete Pipe Rolls (MSS Type 44): For support of pipes NPS 2 to NPS 42 if longitudinal movement caused by expansion and contraction might occur but vertical adjustment is not necessary. 20. Pipe Roll and Plate Units (MSS Type 45): For support of pipes NPS 2 to NPS 24 if small horizontal movement caused by expansion and contraction might occur and vertical adjustment is not necessary. 21. Adjustable Pipe Roll and Base Units (MSS Type 46): For support of pipes NPS 2 to NPS 30 if vertical and lateral adjustment during installation might be required in addition to expansion and contraction. Vertical -Piping Clamps: Unless otherwise indicated and except as specified in piping system Sections, install the following types: Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers NPS 3/4 to NPS 24. Carbon- or Alloy -Steel Riser Clamps (MSS Type 42): For support of pipe risers NPS 3/4 to NPS 24 if longer ends are required for riser clamps. K. Hanger -Rod Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches for heavy loads. 2. Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations. 3. Swivel Turnbuckles (MSS Type 15): For use with MSS Type 11, split pipe rings. 4. Malleable -Iron Sockets (MSS Type 16): For attaching hanger rods to various types of building attachments. 5. Steel Weldless Eye Nuts (MSS Type 17): For 120 to 450 deg F piping installations. L. Building Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types: i. . t CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220529 - 7 CDG 21403 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT- 1. Steel or Malleable Concrete Inserts (MSS Type 18): For upper attachment to suspend pipe hangers from concrete ceiling. 2. Top -Beam C-Clamps (MSS Type 19): For use under roof installations with bar joist construction, to attach to top flange of structural shape. 3. Side -Beam or Channel Clamps (MSS Type 20): For attaching to bottom flange of beams, channels, or angles. 1--; 4. Center -Beam Clamps (MSS Type 21): For attaching to center of bottom flange of beams. 5. Welded Beam Attachments (MSS Type 22): For attaching to bottom of beams if loads are considerable and rod sizes are large. 6. C-Clamps (MSS Type 23): For structural shapes. 7. Top -Beam Clamps (MSS Type 25): For top of beams if hanger rod is required tangent to flange edge. 8. Side -Beam Clamps (MSS Type 27): For bottom of steel I -beams. 9. Steel -Beam Clamps with Eye Nuts (MSS Type 28): For attaching to bottom of steel I -beams for jCCC( heavy loads. 4 10. Linked -Steel Clamps with Eye Nuts (MSS Type 29): For attaching to bottom of steel I -beams for heavy loads, with link extensions. 11. Malleable -Beam Clamps with Extension Pieces (MSS Type 30): For attaching to structural steel. 12. Welded -Steel Brackets: For support of pipes from below or for suspending from above by using clip and rod. Use one of the following for indicated loads: a. Light (MSS Type 31): 750 lb. b. Medium (MSS Type 32): 1500 lb. C. Heavy (MSS Type 33): 3000 lb. 13. Side -Beam Brackets (MSS Type 34): For sides of steel or wooden beams. 14. Plate Lugs (MSS Type 57): For attaching to steel beams if flexibility at beam is required. 15. Horizontal Travelers (MSS Type 58): For supporting piping systems subject to linear horizontal movement where headroom is limited. M. Saddles and Shields: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel -Pipe -Covering Protection Saddles (MSS Type 39): To fill interior voids with insulation that matches adjoining insulation. 2. Protection Shields (MSS Type 40): Of length recommended in writing by manufacturer to prevent crushing insulation. 3. Thermal -Hanger Shield Inserts: For supporting insulated pipe. N. Spring Hangers and Supports: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Restraint -Control Devices (MSS Type 47): Where indicated to control piping movement. 2. Spring Cushions (MSS Type 48): For light loads if vertical movement does not exceed 1-1/4 inches. 3. Spring -Cushion Roll Hangers (MSS Type 49): For equipping Type 41, roll hanger with springs. 4. Spring Sway Braces (MSS Type 50): To retard sway, shock, vibration, or thermal expansion in piping systems. 5. Variable -Spring Hangers (MSS Type 51): Preset to indicated load and limit variability factor to 25 percent to allow expansion and contraction of piping system from hanger. 6. Variable -Spring Base Supports (MSS Type 52): Preset to indicated load and limit variability factor to 25 percent to allow expansion and contraction of piping system from base support. 7. Variable -Spring Trapeze Hangers (MSS Type 53): Preset to indicated load and limit variability factor to 25 percent to allow expansion and contraction of piping system from trapeze support. 8. Constant Supports: For critical piping stress and if necessary to avoid transfer of stress from one support to another support, critical terminal, or connected equipment. Include auxiliary stops for CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220529 - 8 CDG 21403 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT erection, hydrostatic test, and load -adjustment capability. These supports include the following types: a. Horizontal (MSS Type 54): Mounted horizontally. b. Vertical (MSS Type 55): Mounted vertically. C. Trapeze (MSS Type 56): Two vertical -type supports and one trapeze member. O. Comply with MSS SP-69 for trapeze pipe -hanger selections and applications that are not specified in piping system Sections. P. Comply with MFMA-103 for metal framing system selections and applications that are not specified in piping system Sections. Q. Use powder -actuated fasteners or mechanical -expansion anchors instead of building attachments where required in concrete construction. R. Use pipe positioning systems in pipe spaces behind plumbing fixtures to support supply and waste piping for plumbing fixtures. END OF SECTION 220529 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 220719 - PLUMBING PIPING INSULATION PART 1 - GENERAL 220719 - 1 PLUMBING PIPING INSULATION t i t 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes insulating the plumbing piping. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include thermal conductivity, water -vapor permeance thickness, and jackets (both factory- and field -applied, if any). 1.4 QUALITY ASSURANCE A. Installer Qualifications: Skilled mechanics who have successfully completed an apprenticeship program or another craft training program certified by the Department of Labor, Bureau of Apprenticeship and Training. B. Surface -Burning Characteristics: For insulation and related materials, as determined by testing identical products according to ASTM E 84 by a testing agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing agency. 1. Insulation Installed Indoors: Flame -spread index of 25 or less, and smoke -developed index of 50 or less. 2. Insulation Installed Outdoors: Flame -spread index of 75 or less, and smoke -developed index of 150 or less. C. Comply with the following applicable standards and other requirements specified for miscellaneous components: 1. Supply and Drain Protective Shielding Guards: ICC A117.1. 1.5 DELIVERY, STORAGE, AND HANDLING A. Packaging: Insulation material containers shall be marked by manufacturer with appropriate ASTM standard designation, type and grade, and maximum use temperature. i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220719 - 2 CDG 21403 PLUMBING PIPING INSULATION 1.6 COORDINATION A. Coordinate sizes and locations of supports, hangers, and insulation shields specified in Division 22 Section "Hangers and Supports for Plumbing Piping and Equipment." ... B. Coordinate clearance requirements with piping Installer for piping insulation application. Before preparing piping Shop Drawings, establish and maintain clearance requirements for installation of - insulation and field -applied jackets and finishes and for space required for maintenance. 1.7 SCHEDULING A. Schedule insulation application after pressure testing systems and, where required, after installing and testing heat tracing. Insulation application may begin on segments that have satisfactory test results. B. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction. PART2-PRODUCTS 2.1 INSULATION MATERIALS A. Comply with requirements in "Piping Insulation Schedule, General," "Indoor Piping Insulation Schedule," "Outdoor, Aboveground Piping Insulation Schedule," and "Outdoor, Underground Piping Insulation Schedule" articles for where insulating materials shall be applied. B. Mineral -Fiber, Preformed Pipe Insulation: 1. Products: Subject to compliance with requirements, provide one of the following: a. Fibrex Insulations Inc.; Coreplus 1200. b. Johns Manville; Micro-Lok. C. Knauf Insulation; 1000-Degree Pipe Insulation. d. Manson Insulation Inc.; Alley-K. e. Owens Corning; Fiberglas Pipe Insulation. 2. Type I, 850 Deg F Materials: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 547, Type 1, Grade A, with factory -applied ASJ. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. 2.2 INSULATING CEMENTS ( A. Mineral -Fiber Insulating Cement: Comply with ASTM C 195. t B. Expanded or Exfoliated Vermiculite Insulating Cement: Comply with ASTM C 196. C. Mineral -Fiber, Hydraulic -Setting Insulating and Finishing Cement: Comply with ASTM C 449. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220719 - 3 CDG 21403 PLUMBING PIPING INSULATION - 2.3 ADHESIVES A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated, unless otherwise indicated. B. Mineral -Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A. 1. For indoor applications, use adhesive that has a VOC content of 80 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Use adhesive that complies with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers," including 2004 Addenda. C. ASJ Adhesive, and FSK Jacket Adhesive: Comply with MIL-A-3316C, Class 2, Grade A for bonding insulation jacket lap seams and joints. 1. For indoor applications, use adhesive that has a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Use adhesive that complies with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers," including 2004 Addenda. 2.4 MASTICS A. Materials shall be compatible with insulation materials, jackets, and substrates; comply with MIL-PRF- 19565C, Type II. 1. For indoor applications, use mastics that have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). B. Vapor -Barrier Mastic: Water based; suitable for indoor use on below -ambient services. i 1. Water -Vapor Permeance: ASTM E 96/E 96M, Procedure B, 0.013 perm at 43-mil dry film thickness. 2. Service Temperature Range: Minus 20 to plus 180 deg F. 3. Solids Content: ASTM D 1644, 58 percent by volume and 70 percent by weight. 4. Color: White. Iz C. Vapor -Barrier Mastic: Solvent based; suitable for outdoor use on below -ambient services. 1. Water -Vapor Permeance: ASTM F 1249, 0.05 perm at 30-mil dry film thickness. 2. Service Temperature Range: Minus 50 to plus 220 deg F. 3. Solids Content: ASTM D 1644, 33 percent by volume and 46 percent by weight. i_ J 4. Color: White. i 2.5 SEALANTS' A. Joint Sealants: 1. Materials shall be compatible with insulation materials, jackets, and substrates. 2. Permanently flexible, elastomeric sealant. 3. Service Temperature Range: Minus 100 to plus 300 deg F. 4. Color: White or gray. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220719 - 4 CDG 21403 PLUMBING PIPING INSULATION p- 5. For indoor applications, use sealants that have a VOC content of 420 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 6. Use sealants that comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers," including 2004 Addenda. B. ASJ Flashing Sealants, and Vinyl, PVDC, and PVC Jacket Flashing Sealants: 1. Materials shall be compatible with insulation materials, jackets, and substrates. 2. Fire- and water-resistant, flexible, elastomeric sealant. 3. Service Temperature Range: Minus 40 to plus 250 deg F. 4. Color: White. 5. For indoor applications, use sealants that have a VOC content of 420 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 6. Use sealants that comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers," including 2004 Addenda. 2.6 FACTORY -APPLIED JACKETS A. Insulation system schedules indicate factory -applied jackets on various applications. When factory - applied jackets are indicated, comply with the following: 1. ASJ: White, kraft-paper, fiberglass -reinforced scrim with aluminum -foil backing; complying with ASTM C 1136, Type I. 2.7 TAPES A. ASJ Tape: White vapor -retarder tape matching factory -applied jacket with acrylic adhesive, complying with ASTM C 1136. 1. Width: 3 inches. 2. Thickness: 11.5 mils. 3. Adhesion: 90 ounces force/inch in width. 4. Elongation: 2 percent. 5. Tensile Strength: 40 lbf/inch in width. 6. ASJ Tape Disks and Squares: Precut disks or squares of ASJ tape. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation tolerances and other conditions affecting performance of insulation application. 1. Verify that systems to be insulated have been tested and are free of defects. 2. Verify that surfaces to be insulated are clean and dry. B. Proceed with installation only after unsatisfactory conditions have been corrected. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 k1p) 3.3 PREPARATION 220719 - 5 PLUMBING PIPING INSULATION A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. B. Mix insulating cements with clean potable water; if insulating cements are to be in contact with stainless - steel surfaces, use demineralized water. GENERAL INSTALLATION REQUIREMENTS A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of piping including fittings, valves, and specialties. B. Install insulation materials, forms, vapor barriers or retarders, jackets, and thicknesses required for each item of pipe system as specified in insulation system schedules. C. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state. D. Install insulation with longitudinal seams at top and bottom of horizontal runs. E. Install multiple layers of insulation with longitudinal and end seams staggered. F. Do not weld brackets, clips, or other attachment devices to piping, fittings, and specialties. G. Keep insulation materials dry during application and finishing. H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer. L Install insulation with least number of joints practical. J. Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor -barrier mastic. 1. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on anchor legs from point of attachment to supported item to point of attachment to structure. Taper and seal ends at attachment to structure with vapor -barrier mastic. 3. Install insert materials and install insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulation material manufacturer. 4. Cover inserts with jacket material matching adjacent pipe insulation. Install shields over jacket, arranged to protect jacket from tear or puncture by hanger, support, and shield. K. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses. L. Install insulation with factory -applied jackets as follows: 1. Draw jacket tight and smooth. 2. Cover circumferential joints with 3-inch- wide strips, of same material as insulation jacket. Secure strips with adhesive and outward clinching staples along both edges of strip, spaced 4 inches o.c. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220719 - 6 CDG 21403 PLUMBING PIPING INSULATION 3. Overlap jacket longitudinal seams at least 1-1/2 inches. Install insulation with longitudinal seams at bottom of pipe. Clean and dry surface to receive self-sealing lap. Staple laps with outward clinching staples along edge at 2 inches o.c. a. For below -ambient services, apply vapor -barrier mastic over staples. 4. Cover joints and seams with tape, according to insulation material manufacturer's written instructions, to maintain vapor seal. 5. Where vapor barriers are indicated, apply vapor -barrier mastic on seams and joints and at ends adjacent to pipe flanges and fittings. M. Cut insulation in a manner to avoid compressing insulation more than 75 percent of its nominal thickness. N. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement. O. Repair damaged insulation facings by applying same facing material over damaged areas. Extend patches at least 4 inches beyond damaged areas. Adhere, staple, and seal patches similar to buttjoints. P. For above -ambient services, do not install insulation to the following: 1. Vibration -control devices. 2. Testing agency labels and stamps. 3. Nameplates and data plates. 4. Cleanouts. 3.4 PENETRATIONS A. Insulation Installation at Underground Exterior Wall Penetrations: Terminate insulation flush with sleeve seal. Seal terminations with flashing sealant. B. Insulation Installation at Aboveground Exterior Wall Penetrations: Install insulation continuously through wall penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation inside wall surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside wall flashing and overlap wall flashing at least 2 inches. 4. Seal jacket to wall flashing with flashing sealant. C. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install insulation continuously through walls and partitions. D. Insulation Installation at Fire -Rated Wall and Partition Penetrations: Install insulation continuously through penetrations of fire -rated walls and partitions. 1. Comply with requirements in Division 07 Section "Penetration Firestopping" for firestopping and fire -resistive joint sealers. E. Insulation Installation at Floor Penetrations: 1. Pipe: Install insulation continuously through floor penetrations. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220719 - 7 CDG 21403 PLUMBING PIPING INSULATION 2. Seal penetrations through fire -rated assemblies. Comply with requirements in Division 07 Section "Penetration Firestopping." 3.5 GENERAL PIPE INSULATION INSTALLATION A. Requirements in this article generally apply to all insulation materials except where more specific requirements are specified in various pipe insulation material installation articles. B. Insulation Installation on Fittings, Valves, Strainers, Flanges, and Unions: 1. Install insulation over fittings, valves, strainers, flanges, unions, and other specialties with continuous thermal and vapor -retarder integrity unless otherwise indicated. 2. Insulate pipe elbows using preformed fitting insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with insulating cement finished to a smooth, hard, and uniform contour that is uniform with adjoining pipe insulation. 3. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive. 4. Insulate valves using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to and including the bonnets, valve stuffing -box studs, bolts, and nuts. Fill joints, seams, and irregular surfaces with insulating cement. 5. Insulate strainers using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and irregular surfaces with insulating cement. Insulate strainers so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below -ambient services, provide a design that maintains vapor barrier. 6. Ina-ulate flanges and unions using a section of oversized preformed pipe insulation. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. 7. Cover segmented insulated surfaces with a layer of finishing cement and coat with a mastic. Install vapor -barrier mastic for below -ambient services and a breather mastic for above -ambient services. Reinforce the mastic with fabric -reinforcing mesh. Trowel the mastic to a smooth and well -shaped contour. 8. For services not specified to receive a field -applied jacket except for flexible elastomeric, install fitted PVC cover over elbows, tees, strainers, valves, flanges, and unions. Terminate ends with PVC end caps. Tape PVC covers to adjoining insulation facing using PVC tape. 9. Stencil or label the outside insulation jacket of each union with the word "union." Match size and color of pipe labels. C. Insulate instrument connections for thermometers, pressure gages, pressure temperature taps, test connections, flow meters, sensors, switches, and transmitters on insulated pipes. Shape insulation at these connections by tapering it to and around the connection with insulating cement and finish with finishing cement, mastic, and flashing sealant. 3.6 INSTALLATION OF MINERAL -FIBER INSULATION A. Insulation Installation on Straight Pipes and Tubes: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 220719 - 8 CDG 21403 PLUMBING PIPING INSULATION 1. Secure each layer of preformed pipe insulation to pipe with wire or bands and tighten bands without deforming insulation materials. 2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor -barrier mastic and joint sealant. 3. For insulation with factory -applied jackets on above -ambient surfaces, secure laps with outward clinched staples at 6 inches o.c. 4. For insulation with factory -applied jackets on below -ambient surfaces, do not staple longitudinal tabs. Instead, secure tabs with additional adhesive as recommended by insulation material manufacturer and seal with vapor -barrier mastic and flashing sealant. B. Insulation Installation on Pipe Flanges: 1. Install preformed pipe insulation to outer diameter of pipe flange. 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with mineral -fiber blanket insulation. 4. Install jacket material with manufacturer's recommended adhesive, overlap seams at least 1 inch, and seal joints with flashing sealant. C. Insulation Installation on Pipe Fittings and Elbows: 1. Install preformed sections of same material as straight segments of pipe insulation when available. 2. When preformed insulation elbows and fittings are not available, install mitered sections of pipe insulation, to a thickness equal to adjoining pipe insulation. Secure insulation materials with wire or bands. D. Insulation Installation on Valves and Pipe Specialties: 1. Install preformed sections of same material as straight segments of pipe insulation when available. 2. When preformed sections are not available, install mitered sections of pipe insulation to valve body. 3. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 4. Install insulation to flanges as specified for flange insulation application. 3.7 FINISHES A. Insulation with ASJ, Glass -Cloth, or Other Paintable Jacket Material: Paint jacket with paint system identified below and as specified in Division 09 painting Sections. B. Color: Final color as selected by Architect. Vary first and second coats to allow visual inspection of the completed Work. 3.8 FIELD QUALITY CONTROL A. Perform tests and inspections. B. All insulation applications will be considered defective Work if sample inspection reveals noncompliance with requirements. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 221116 - 6 DOMESTIC WATER PIPING a. Roughing -in Inspection: Arrange for inspection of piping before concealing or closing -in after roughing -in and before setting fixtures. b. Final Inspection: Arrange final inspection for authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. 3. Reinspection: If authorities having jurisdiction find that piping will not pass tests or inspections, make required corrections and arrange for reinspection. 4. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. C. Piping Tests: 1. Fill domestic water piping. Check components to determine that they are not air bound and that piping is full of water. 2. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit a separate report for each test, complete with diagram of portion of piping tested. 3. Leave new, altered, extended, or replaced domestic water piping uncovered and unconcealed until it has been tested and approved. Expose work that was covered or concealed before it was tested. 4. Cap and subject piping to static water pressure of 50 psig above operating pressure, without exceeding pressure rating of piping system materials. Isolate test source and allow to stand for four hours. Leaks and loss in test pressure constitute defects that must be repaired. 5. Repair leaks and defects with new materials and retest piping or portion thereof until satisfactory results are obtained. 6. Prepare reports for tests and for corrective action required. D. Domestic water piping will be considered defective if it does not pass tests and inspections. E. Prepare test and inspection reports. 3.9 ADJUSTING A. Perform the following adjustments before operation: 1. Close drain valves, hydrants, and hose bibbs. 2. Open shutoff valves to fully open position. 3. Open throttling valves to proper setting. 4. Adjust balancing valves in hot -water -circulation return piping to provide adequate flow. a. Manually adjust ball -type balancing valves in hot -water -circulation return piping to provide flow of hot water in each branch. b. Adjust calibrated balancing valves to flows indicated. Remove plugs used during testing of piping and for temporary sealing of piping during installation. Remove and clean strainer screens. Close drain valves and replace drain plugs. Remove filter cartridges from housings and verify that cartridges are as specified for application where used and are clean and ready for use. Check plumbing specialties and verify proper settings, adjustments, and operation. 3.10 CLEANING A. Clean and disinfect potable and non -potable domestic water piping as follows: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221116 - 7 CDG 21403 DOMESTIC WATER PIPING 1. Purge new piping and parts of existing piping that have been altered, extended, or repaired before using. 2. Use purging and disinfecting procedures prescribed by authorities having jurisdiction; if methods are not prescribed, use procedures described in either AWWA C651 or AWWA C652 or follow procedures described below: a. Flush piping system with clean, potable water until dirty water does not appear at outlets. b. Fill and isolate system according to either of the following: 1) Fill system or part thereof with water/chlorine solution with at least 50 ppm of chlorine. Isolate with valves and allow to stand for 24 hours. C. Flush system with clean, potable water until no chlorine is in water coming from system after the standing time. d. Submit water samples in sterile bottles to authorities having jurisdiction. Repeat procedures if biological examination shows contamination. B. Prepare and submit reports of purging and disinfecting activities. C. Clean interior of domestic water piping system. Remove dirt and debris as work progresses. 3.11 PIPING SCHEDULE A. Aboveground domestic water piping, All Sizes, shall be the following: 1. Hard copper tube, ASTM B 88, Type L; wrought- copper solder joint fittings; and soldered joints. 3.12 VALVE SCHEDULE A. Drawings indicate valve types to be used. Where specific valve types are not indicated, the following requirements apply: 1. Shutoff Duty: Use ball or gate valves for piping NPS 2 and smaller. Use butterfly, ball, or gate valves with flanged ends for piping NPS 2-1/2 and larger. 2. Throttling Duty: Use ball valves for piping NPS 2 and smaller. Use ball valves with flanged ends for piping NPS 2-1/2 and larger. 3. Hot -Water Circulation Piping, Balancing Duty: Memory -stop balancing valves. 4. Drain Duty: Hose -end drain valves. END OF SECTION 221116 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221119 - 1 CDG 21403 DOMESTIC WATER PIPING SPECIALTIES SECTION 221119 - DOMESTIC WATER PIPING SPECIALTIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following domestic water piping specialties: 1. Drain valves. 2. Water hammer arresters. 3. Air vents. 1.3 PERFORMANCE REQUIREMENTS A. Minimum Working Pressure for Domestic Water Piping Specialties: 125 psig, unless otherwise indicated. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Operation and Maintenance Data: For domestic water piping specialties to include in emergency, operation, and maintenance manuals. 1.5 QUALITY ASSURANCE A. NSF Compliance: 1. Comply with NSF 14, "Plastics Piping Components and Related Materials," for plastic domestic water piping components. 2. Comply with NSF 61, "Drinking Water System Components - Health Effects; Sections 1 through 9." PART 2 - PRODUCTS 2.1 DRAIN VALVES A. Ball -Valve -Type, Hose -End Drain Valves: 1. Standard: MSS SP-110 for standard -port, two-piece ball valves. 2. Pressure Rating: 400-psig minimum CWP. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221119 - 2 CDG 21403 DOMESTIC WATER PIPING SPECIALTIES 3. Size: NPS 3/4. 4. Body: Copper alloy. 5. Ball: Chrome -plated brass. 6. Seats and Seals: Replaceable. 7. Handle: Vinyl -covered steel. 8. Inlet: Threaded or solder joint. 9. Outlet: Threaded, short nipple with garden -hose thread complying with ASME 131.20.7 and cap with brass chain. 2.2 WATER HAMMER ARRESTERS A. Water Hammer Arresters: j, 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Josam Company. b. MIFAB, Inc. C. PPP Inc. d. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. e. Tyler Pipe; Wade Div. f. Watts Drainage Products Inc. g. Zurn Plumbing Products Group; Specification Drainage Operation. a_t 2. Standard: ASSE 1010 or PDI-WH 201. 3. Type: Copper Shell, hydro -pneumatic air cushion and O-Ring sealed piston. 4. Size: PDI WH-2010 Sizes A through F. 2.3 AIR VENTS s. A. Bolted -Construction Automatic Air Vents: 1. Body: Bronze. 2. Pressure Rating: 125-psig minimum pressure rating at 140 deg F. 3. Float: Replaceable, corrosion -resistant metal. 4. Mechanism and Seat: Stainless steel. r 5. Size: NPS 1/2 minimum inlet. 6. Inlet and Vent Outlet End Connections: Threaded. PART 3 - EXECUTION 3.1 INSTALLATION A. Refer to Division 22 Section "Common Work Results for Plumbing" for piping joining materials, joint construction, and basic installation requirements. B. Install water hammer arresters in water piping according to PDI-WH 2O1. C. Install air vents at high points of water piping. Install drain piping and discharge onto floor drain. f CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 PART 3 - EXECUTION 3.1 PIPING INSTALLATION 221316 - 2 SANITARY WASTE AND VENT PIPING A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on coordination drawings. B. Install piping in concealed locations unless otherwise indicated and except in equipment rooms and service areas. C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. E. Install piping to permit valve servicing. F. Install piping at indicated slopes. G. Install piping free of sags and bends. H. Install fittings for changes in direction and branch connections. I. Install piping to allow application of insulation. J. Make changes in direction for soil and waste drainage and vent piping using appropriate branches, bends, and long -sweep bends. Sanitary tees and short -sweep 1/4 bends may be used on vertical stacks if change in direction of flow is from horizontal to vertical. Use long -turn, double Y-branch and 1/8-bend fittings if two fixtures are installed back to back or side by side with common drain pipe. Straight tees, elbows, and crosses may be used on vent lines. Do not change direction of flow more than 90 degrees. Use proper size of standard increasers and reducers if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited. K. Lay buried building drainage piping beginning at low point of each system. Install true to grades and alignment indicated, with unbroken continuity of invert. Place hub ends of piping upstream. Install required gaskets according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. Maintain swab in piping and pull past each joint as completed. L. Install soil and waste drainage and vent piping at the following minimum slopes unless otherwise indicated: 1. Building Sanitary Drain: 2 percent downward in direction of flow for piping NPS 3 and smaller; 1 percent downward in direction of flow for piping NPS 4 and larger. 2. Horizontal Sanitary Drainage Piping: 2 percent downward in direction of flow. 3. Vent Piping: 1 percent down toward vertical fixture vent or toward vent stack. M. Install aboveground PVC piping according to ASTM D 2665. N. Plumbing Specialties: 1. Install backwater valves in sanitary waster gravity -flow piping. Comply with requirements for backwater valves specified in Division 22 Section "Sanitary Waste Piping Specialties." CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221316 - 3 CDG 21403 SANITARY WASTE AND VENT PIPING 2. Install cleanouts at grade and extend to where building sanitary drains connect to building sanitary sewers in sanitary drainage gravity -flow piping. Install cleanout fitting with closure plug inside the building in sanitary drainage force -main piping. Comply with requirements for cleanouts specified in Division 22 Section "Sanitary Waste Piping Specialties." 3. Install drains in sanitary drainage gravity -flow piping. Comply with requirements for drains specified in Division 22 Section "Sanitary Waste Piping Specialties." O. Install sleeves for piping penetrations of walls, ceilings, and floors. P. Install sleeve seals for piping penetrations of concrete walls and slabs. Q. Install escutcheons for piping penetrations of walls, ceilings, and floors. 3.2 JOINT CONSTRUCTION A. Plastic, Nonpressure-Piping, Solvent -Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe -handling practice of cleaners, primers, and solvent cements. 2. PVC Piping: Join according to ASTM D 2855 and ASTM D 2665 Appendixes. 3.3 HANGER AND SUPPORT INSTALLATION A. Comply with requirements for pipe hanger and support devices and installation specified in Division 22 Section "Hangers and Supports for Plumbing Piping and Equipment." 1. Install carbon -steel pipe hangers for horizontal piping in noncorrosive environments. 2. Install carbon -steel pipe support clamps for vertical piping in noncorrosive environments. 3. Install individual, straight, horizontal piping runs: a. 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers. b. Longer Than 100 Feet: MSS Type 43, adjustable roller hangers. C. Longer Than 100 Feet if Indicated: MSS Type 49, spring cushion rolls. 4. Multiple, Straight, Horizontal Piping Runs 100 Feet or Longer: MSS Type 44, pipe rolls. Support pipe rolls on trapeze. 5. Base of Vertical Piping: MSS Type 52, spring hangers. B. Support horizontal piping and tubing within 12 inches of each fitting, valve, and coupling. C. Support vertical piping and tubing at base and at each floor. D. Rod diameter may be reduced one size for double -rod hangers, with 3/8-inch minimum rods. E. Install hangers for PVC piping with the following maximum horizontal spacing and minimum rod diameters: 1. NPS 1-1/2 and NPS 2: 48 inches with 3/8-inch rod. 2. NPS 3: 48 inches with 1/2-inch rod. 3. NPS 4 and NPS 5: 48 inches with 5/8-inch rod. F. Install supports for vertical PVC piping every 48 inches. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221316 - 4 CDG 21403 SANITARY WASTE AND VENT PIPING G. Support piping and tubing not listed above according to MSS SP-69 and manufacturer's written instructions. 3.4 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect soil and waste piping to exterior sanitary sewerage piping. Use transition fitting to join dissimilar piping materials. C. Connect drainage and vent piping to the following: 1. Plumbing Fixtures: Connect drainage piping in sizes indicated, but not smaller than required by plumbing code. 2. Plumbing Fixtures and Equipment: Connect atmospheric vent piping in sizes indicated, but not smaller than required by authorities having jurisdiction. 3. Plumbing Specialties: Connect drainage and vent piping in sizes indicated, but not smaller than required by plumbing code. 4. Install test tees (wall cleanouts) in conductors near floor and floor cleanouts with cover flush with floor. 5. Equipment: Connect drainage piping as indicated. Provide shutoff valve if indicated and union for each connection. Use flanges instead of unions for connections NPS 2-1/2 and larger. D. Where installing piping adjacent to equipment, allow space for service and maintenance of equipment. E. Make connections according to the following unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3.5 IDENTIFICATION A. Identify exposed sanitary waste and vent piping. Comply with requirements for identification specified in Division 22 Section "Identification for Plumbing Piping and Equipment." 3.6 FIELD QUALITY CONTROL A. During installation, notify authorities having jurisdiction at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction. 1. Roughing -in Inspection: Arrange for inspection of piping before concealing or closing -in after roughing -in and before setting fixtures. 2. Final Inspection: Arrange for final inspection by authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. B. Reinspection: If authorities having jurisdiction find that piping will not pass test or inspection, make required corrections and arrange for reinspection. C. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221316 - 5 CDG 21403 SANITARY WASTE AND VENT PIPING s D. Test sanitary drainage and vent piping according to procedures of authorities having jurisdiction or, in absence of published procedures, as follows: 1. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested. 2. Leave uncovered and unconcealed new, altered, extended, or replaced drainage and vent piping until it has been tested and approved. Expose work that was covered or concealed before it was tested. 3. Roughing -in Plumbing Test Procedure: Test drainage and vent piping except outside leaders on completion of roughing -in. Close openings in piping system and fill with water to point of overflow, but not less than 10-foot head of water. From 15 minutes before inspection starts to completion of inspection, water level must not drop. Inspect joints for leaks. 4. Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained. 5. Prepare reports for tests and required corrective action. 3.7 CLEANING AND PROTECTION A. Clean interior of piping. Remove dirt and debris as work progresses. B. Protect drains during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work. C. Place plugs in ends of uncompleted piping at end of day and when work stops. D. Exposed PVC Piping: Protect plumbing vents exposed to sunlight with two coats of water -based latex paint. 3.8 PIPING SCHEDULE A. Soil, waste, and vent piping above grade and below slab, All Sizes, shall be the following: 1. Solid -wall PVC pipe, PVC socket fittings, and solvent -cemented joints. Cellular Core piping is NOT acceptable. If Cellular Core piping is installed then it will be required to be replaced. END OF SECTION 221316 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221319 - 1 CDG 21403 SANITARY WASTE PIPING SPECIALTIES SECTION 221319 - SANITARY WASTE PIPING SPECIALTIES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following sanitary drainage piping specialties: 1. Floor drains. 2. Roof flashing assemblies. 3. Miscellaneous sanitary drainage piping specialties. 4. Flashing materials. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1.4 QUALITY ASSURANCE A. Drainage piping specialties shall bear label, stamp, or other markings of specified testing agency. B. Comply with NSF 14, "Plastics Piping Components and Related Materials," for plastic sanitary piping specialty components. 1.5 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. B. Coordinate size and location of roof penetrations. PART 2 - PRODUCTS 2.1 FLOOR DRAINS A. Floor Drains: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Josam Company; Josam Div. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221319 - 2 CDG 21403 SANITARY WASTE PIPING SPECIALTIES b. MIFAB, Inc. C. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. d. Tyler Pipe; Wade Div. e. Watts Drainage Products Inc. f. Zurn Plumbing Products Group. 2. Provide all floor drains with trap guards equal to ProSet Systems Trap Guard. Install guard according to manufacturer's requirements. 3. Floor Drain, FD: a. Fixture: Floor Drains shall be coated cast iron, two piece body, non puncturing flashing collar with weep holes and 6" adjustable satin Nikaloy round strainer equal to Josam 30000-6A. 2.2 FLOOR SINKS A. Floor Sinks: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Josam Company; Josam Div. b. MIFAB, Inc. C. Smith, Jay R. Mfg. Co.; Division of Smith Industries, Inc. d. Tyler Pipe; Wade Div. e. Watts Drainage Products Inc. f. Zurn Plumbing Products Group. 2. Floor Sink, FS: a. Fixture: Floor Sink shall be square cast iron 12xl2x6 with acid resisting interior, double drainage flange with weep holes, aluminum internal dome strainer, and cast iron, non traffic, acid -resisting Grate equal to Josam 49340-4-55 (3/4 grate). 2.3 ROOF FLASHING ASSEMBLIES A. Description: Manufactured assembly made of 4.0-lb/sq. ft., 0.0625-inch- thick, lead flashing collar and skirt extending at least 8 inches from pipe, with galvanized -steel boot reinforcement and counterflashing fitting. 1. Open -Top Vent Cap: Without cap. 2.4 MISCELLANEOUS SANITARY DRAINAGE PIPING SPECIALTIES A. Deep -Seal Traps: 1. Description: Cast-iron or bronze casting, with inlet and outlet matching connected piping and cleanout trap -seal primer valve connection. 2. Size: Same as connected waste piping. a. NPS 2: 4-inch- minimum water seal. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221319 - 3 CDG 21403 SANITARY WASTE PIPING SPECIALTIES b. NPS 2-1/2 and Larger: 5-inch- minimum water seal. B. Air -Gap Fittings: 1. Standard: ASME Al 12.1.2, for fitting designed to ensure fixed, positive air gap between installed inlet and outlet piping. 2. Body: Bronze or cast iron. 3. Inlet: Opening in top of body. 4. Outlet: Larger than inlet. 5. Size: Same as connected waste piping and with inlet large enough for associated indirect waste piping. 2.5 FLASHING MATERIALS A. Lead Sheet: ASTM B 749, Type L51121, copper bearing, with the following minimum weights and thicknesses, unless otherwise indicated: 1. General Use: 4.0-lb/sq. ft., 0.0625-inch thickness. 2. Vent Pipe Flashing: 3.0-lb/sq. ft., 0.0469-inch thickness. 3. Burning: 6-lb/sq. ft., 0.0938-inch thickness. B. Fasteners: Metal compatible with material and substrate being fastened. C. Metal Accessories: Sheet metal strips, clamps, anchoring devices, and similar accessory units required for installation; matching or compatible with material being installed. D. Bituminous Coating: SSPC-Paint 12, solvent -type, bituminous mastic. PART 3 - EXECUTION 3.1 INSTALLATION A. Install cleanouts in aboveground piping and building drain piping according to the following, unless otherwise indicated: 1. Size same as drainage piping up to NPS 4. Use NPS 4 for larger drainage piping unless larger cleanout is indicated. 2. Locate at each change in direction of piping greater than 45 degrees. 3. Locate at minimum intervals of 50 feet for piping NPS 4 and smaller and 100 feet for larger piping. 4. Locate at base of each vertical soil and waste stack. B. For floor cleanouts for piping below floors, install cleanout deck plates with top flush with finished floor. C. For cleanouts located in concealed piping, install cleanout wall access covers, of types indicated, with frame and cover flush with finished wall. D. Install floor drains at low points of surface areas to be drained. Set grates of drains flush with finished floor, unless otherwise indicated. 1. Position floor drains for easy access and maintenance. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221319 - 4 -. CDG 21403 SANITARY WASTE PIPING SPECIALTIES 2. Set floor drains below elevation of surrounding finished floor to allow floor drainage. Set with grates depressed according to the following drainage area radii: ,, a. Radius, 30 Inches or Less: Equivalent to 1 percent slope, but not less than 1/4-inch total depression. b. Radius, 30 to 60 Inches: Equivalent to 1 percent slope. C. Radius, 60 Inches or Larger: Equivalent to 1 percent slope, but not greater than 1-inch total .� depression. 3. Install floor -drain flashing collar or flange so no leakage occurs between drain and adjoining flooring. Maintain integrity of waterproof membranes where penetrated. 4. Install individual traps for floor drains connected to sanitary building drain, unless otherwise indicated. E. Install roof flashing assemblies on sanitary stack vents and vent stacks that extend through roof. F. Install flashing fittings on sanitary stack vents and vent stacks that extend through roof. G. Install deep -seal traps on floor drains and other waste outlets. H. Install air -gap fittings on draining -type backflow preventers and on indirect -waste piping discharge into sanitary drainage system. I. Install traps on plumbing specialty drain outlets. Omit traps on indirect wastes unless trap is indicated. 3.2 CONNECTIONS A. Piping installation requirements are specified in other Division 22 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Install piping adjacent to equipment to allow service and maintenance. 3.3 FLASHING INSTALLATION A. Fabricate flashing from single piece unless large pans, sumps, or other drainage shapes are required. Join flashing according to the following if required: 1. Lead Sheets: Burn joints of lead sheets 6.0-lb/sq. ft., 0.0938-inch thickness or thicker. Solder joints of lead sheets 4.0-lb/sq. ft., 0.0625-inch thickness or thinner. B. Install sheet flashing on pipes, sleeves, and specialties passing through or embedded in floors and roofs with waterproof membrane. 1. Pipe Flashing: Sleeve type, matching pipe size, with minimum length of 10 inches, and skirt or flange extending at least 8 inches around pipe. 2. Sleeve Flashing: Flat sheet, with skirt or flange extending at least 8 inches around sleeve. 3. Embedded Specialty Flashing: Flat sheet, with skirt or flange extending at least 8 inches around specialty. C. Set flashing on floors and roofs in solid coating of bituminous cement. D. Secure flashing into sleeve and specialty clamping ring or device. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 221319 - 5 CDG 21403 SANITARY WASTE PIPING SPECIALTIES- E. Install flashing for piping passing through roofs with counterflashing or commercially made flashing fittings, according to Division 07 Section "Sheet Metal Flashing and Trim." F. Extend flashing up vent pipe passing through roofs and turn down into pipe, or secure flashing into cast- iron sleeve having calking recess. G. Fabricate and install flashing and pans, sumps, and other drainage shapes. 3.4 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 3.5 PROTECTION A. Protect drains during remainder of construction period to avoid clogging with dirt or debris and to prevent damage from traffic or construction work. B. Place plugs in ends of uncompleted piping at end of each day or when work stops. END OF SECTION 221319 I " CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 224100 - 1 CDG 21403 PLUMBING FIXTURES SECTION 224100 - PLUMBING FIXTURES 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 plumbing fixtures and related components: 1.3 DEFINITIONS A. Accessible Fixture: Plumbing fixture that can be approached, entered, and used by people with disabilities. 1.4 SUBMITTALS A. Product Data: For each type of plumbing fixture indicated. Include selected fixture and trim, fittings, accessories, appliances, appurtenances, equipment, and supports. Indicate materials and finishes, dimensions, construction details, and flow -control rates. 1.5 QUALITY ASSURANCE A. Source Limitations: Obtain plumbing fixtures, faucets, and other components of each category through one source from a single manufacturer. 1. Exception: If fixtures, faucets, or other components are not available from a single manufacturer, obtain similar products from other manufacturers specified for that category. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Regulatory Requirements: Comply with requirements in ICC A117.1, "Accessible and Usable Buildings and Facilities"; Public Law 90-480, "Architectural Barriers Act"; and Public Law 101-336, "Americans with Disabilities Act"; for plumbing fixtures for people with disabilities. D. Regulatory Requirements: Comply with requirements in Public Law 102-486, "Energy Policy Act," about water flow and consumption rates for plumbing fixtures. E. NSF Standard: Comply with NSF 61, "Drinking Water System Components --Health Effects," for fixture materials that will be in contact with potable water. F. Select combinations of fixtures and trim, faucets, fittings, and other components that are compatible. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 224100 - 2 CDG 21403 PLUMBING FIXTURES PART2-PRODUCTS 2.1 GENERAL REQUIREMENTS A. Manufacturers for plumbing fixtures and related trim: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Fixtures: 1) Kohler Co. 2) American Standard Co. 3) Eljer 4) Sloan b. Faucets: 1) T&S Brass 2) Chicago Faucet 3) Delta Commercial 4) Moen Commercial C. Flushometers 1) Sloan Valve Company 2) Zurn Industries d. Seats 1) Bemis Manufacturing 2) Centoco Manufacturing 3) Church C. Sinks 1) Elkay Manufacturing Co 2) Just Manufacturing Co 3) Advance Tabco f. Shower Valves 1) Leonard Valve Company 2) Bradley Corporation 3) Willoughby Industries 4) Symmons g. Carriers 1) Josam Company 2) MIFAB, Inc. 3) Smith, Jay R. Mfg 4) Tyler Pipe; Wade Div 5) Watts Drainage Products 6) Zurn Plumbing Products Group h. Mop Basins 1) Stern -Williams 2) Fiat i. P-Traps, Stops and Supplies CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 1) 2) 3) 4) 5) 2.2 WATER CLOSETS McGuire Manufacturing Kohler Co. Brasscraft Chicago Faucet T&S Brass A. Water Closet; WC `A': 224100 - 3 PLUMBING FIXTURES Fixture: Kohler K-4406, 1.28-1.6GPF water saver, elongated bowl, siphon jet, standard height, with bolt covers. Flush Valve: Sloan Regal 111-1.6 Quiet Exposed Diaphragm Type with ADA Non -Hold -Open Handle, Vandal Resistant Stop Cap, And No External Volume Adjustment. Seat: Bemis 1955C white solid plastic open front. B. Water Closets; WC `B': 1. Fixture: Kohler K-4405, 1.28-1.6GPF water saver, elongated bowl, siphon jet, handicapped 16- 3/4" height, with bolt covers. TAS compliant. 2. Flush Valve: Sloan Regal 111-1.6 Quiet Exposed Diaphragm Type with ADA Non -Hold -Open Handle, Vandal Resistant Stop Cap, And No External Volume Adjustment. TAS compliant. 3. Seat: Bemis 1955C white solid plastic open front. 2.3 URINALS A. Urinals; U: 1. Fixture: Kohler K-5016-ET vitreous china, wall hung, siphon jet, with 3/4" top spud. Verify mounting height with Architect. TAS compliant. 2. Flush Valve: Sloan Regal 186-1 Quiet Exposed Diaphragm Type with ADA Non -Hold -Open Handle, Vandal Resistant Stop Cap, And No External Volume Adjustment. TAS compliant. 3. Carrier: Josam 17550-UR floor mounted Urinal Carrier with hanger plate, adjustable supporting rods, rectangular structural uprights and welded feet. 2.4 LAVATORIES A. Lavatories; L: 1. Fixture: Kohler K-2196 vitreous china 20" x 17" self rim, with 4" drillings. TAS compliant. 2. Supply: T&S Brass B-2711, 4" Centerset Single Lever Faucet with %2" IPS Male Inlet Shanks, Temperature Limit Stop and Ceramic Cartridge. TAS compliant. 3. Tailpiece: McGuire 155WC Cast Brass Chrome Plated Offset Wheelchair Strainer with polished chrome cast brass elbow and 17 gauge 1-1/4" inch seamless brass offset tailpiece. 4. P-trap: McGuire 8872C-F P-trap shall be chrome plated cast brass body with cleanout, with 17 gauge seamless wall bend, slip nuts and Chrome Plated Forged Brass Set Screw Flange. 5. Stops, risers: McGuire BV2165-F Supply kit shall include commercial pattern chrome plated Quarter -Turn Brass Ball Valve with convertible loose key handle, Chrome Plated copper riser and Chrome Plated Forged Brass Set Screw Flange. 6. Protective Insulation: Plumberex X4333/X4114, Insulate per ADA 4.19.4 and or IBC all exposed lavatories drain piping, hot/cold stops and supplies. Protectors will consist of molded closed cell PVC, with anti -fungal and anti -microbial properties. To be one piece continuous smooth design. 1� CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 2.5 2.6 2.7 SINKS A. Sinks; S: 224100 - 4 PLUMBING FIXTURES 1. Fixture: Elkay LRAD-3321, 33"x 21-1/4", 6" deep, double compartment with off -center drain outlets, 18 gage type 304 self rimming stainless steel with 3 holes. TAS compliant. 2. Supply: T&S B-2730, Single Lever Faucet with 9" Spout, swivel base, flexible supplies, 10" deck plate, side spray and ceramic cartridge with temperature limit stop. TAS compliant. 3. Strainer: McGuire 1151 WC, adjustable brass offset sink strainer with 17 gauge seamless brass waste arm and tailpiece, cast brass slip nuts and heavy cast elbow. 4. P-trap: McGuire 8912C-F P-trap shall be chrome plated cast brass body with cleanout, with 17 gauge seamless wall bend, slip nuts and Chrome Plated Forged Brass Set Screw Flange. 5. Stops, risers: McGuire BV2165-F Supply kit shall include commercial pattern chrome plated Quarter -Turn Brass Ball Valve with convertible loose key handle, Chrome Plated copper riser and Chrome Plated Forged Brass Set Screw Flange. 6. Protective Insulation: Plumberex X4333/X4114, Insulate per ADA 4.19.4 and or IBC all exposed lavatories drain piping, hot/cold stops and supplies. Protectors will consist of molded closed cell PVC, with anti -fungal and anti -microbial properties. To be one piece continuous smooth design. ELECTRIC WATER COOLERS A. Electric Water Coolers; EWC: 1. Fixture: Halsey Taylor HTVBBL-WF-Q, Self Contained Filtered electronic refrigerated wall - mounted bi-level water cooler with stainless steel basin, integral drain strainer self closing solenoid valve and polymer cabinet. Verify mounting height with Architect. TAS compliant. 2. Apron: Halsey Taylor HTAPRHTV, Cane touch apron, polymer construction. Apron shall extend to exactly 27" A.F.F. as per TAS requirements. 3. P-trap: McGuire 8872C P-trap shall be chrome plated cast brass body with cleanout, with 17 gauge seamless wall bend, slip nuts and Chrome Plated Set Screw Flange. 4. Stop: McGuire BV 175 Supply shall include commercial pattern chrome plated Quarter -Turn Brass Ball Valve with convertible loose key handle. 5. Carrier: Josam 17560-WCBL floor mounted Water Cooler Carrier with rectangular structural uprights and welded feet. PROTECTIVE SHIELDING GUARDS A. Protective Shielding Piping Enclosures, provide on all sinks and lavatories with exposed trim: Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Plumberex b. TRUEBRO, Inc. 2. Description: Insulate per ADA 4.19.4 and or IBC all exposed lavatories drain piping, hot/cold stops and supplies. Protectors will consist of molded closed cell PVC, with anti -fungal and anti- microbial properties. To be one piece continuous smooth design. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 224100 - 5 CDG 21403 PLUMBING FIXTURES PART 3 - EXECUTION 3.1 EXAMINATION A. Examine roughing -in of water supply and sanitary drainage and vent piping systems to verify actual locations of piping connections before plumbing fixture installation. B. Examine cabinets, counters, floors, and walls for suitable conditions where fixtures will be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Assemble plumbing fixtures, trim, fittings, and other components according to manufacturers' written instructions. ' B. Install off -floor supports, affixed to building substrate, for wall -mounting fixtures. 1. Use carrier supports with waste fitting and seal for back -outlet fixtures. 1_ 2. Use carrier supports without waste fitting for fixtures with tubular waste piping. 3. Use chair -type carrier supports with rectangular steel uprights for accessible fixtures. C. Install floor -mounting fixtures on closet flanges or other attachments to piping or building substrate. D. Install wall -mounting fixtures with tubular waste piping attached to supports. E. Install counter -mounting fixtures in and attached to casework. F. Install fixtures level and plumb according to roughing -in drawings. G. Install water -supply piping with stop on each supply to each fixture to be connected to water distribution piping. Attach supplies to supports or substrate within pipe spaces behind fixtures. Install stops in r #t locations where they can be easily reached for operation. 1. Exception: Use ball, gate, or globe valves if supply stops are not specified with fixture. Valves are specified in Division 15 Section "Valves." H. Install semi cast brass trap and tubular waste piping on drain outlet of each fixture to be directly connected to sanitary drainage system. I. Install tubular waste piping on drain outlet of each fixture to be indirectly connected to drainage system. J. Install tanks for accessible, tank -type water closets with lever handle mounted on wide side of compartment. K. Install toilet seats on water closets. L. Install trap -seal liquid in dry urinals. M. Install faucet -spout fittings with specified flow rates and patterns in faucet spouts if faucets are not available with required rates and patterns. Include adapters if required. N. Install shower flow -control fittings with specified maximum flow rates in shower arms. t. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 224100 - 6 PLUMBING FIXTURES O. Install traps on fixture outlets. 1. Exception: Omit trap on fixtures with integral traps. 2. Exception: Omit trap on indirect wastes, unless otherwise indicated. P. Install disposer in outlet of each sink indicated to have disposer. Install switch where indicated or in wall adjacent to sink if location is not indicated. Q. Seal joints between fixtures and walls, floors, and countertops using sanitary -type, one -part, mildew - resistant silicone sealant. Match sealant color to fixture color. Sealants are specified in Division 7 Section "Joint Sealants." 3.3 CONNECTIONS A. Piping installation requirements are specified in other Division 15 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect fixtures with water supplies, stops, and risers, and with traps, soil, waste, and vent piping. Use size fittings required to match fixtures. C. Ground equipment according to Division 16 Section "Grounding and Bonding." D. Connect wiring according to Division 16 Section "Conductors and Cables." 3.4 FIELD QUALITY CONTROL A. Verify that installed plumbing fixtures are categories and types specified for locations where installed. B. Check that plumbing fixtures are complete with trim, faucets, fittings, and other specified components. C. Inspect installed plumbing fixtures for damage. Replace damaged fixtures and components. D. Test installed fixtures after water systems are pressurized for proper operation. Replace malfunctioning fixtures and components, then retest. Repeat procedure until units operate properly. E. Install fresh batteries in sensor -operated mechanisms. 3.5 ADJUSTING A. Operate and adjust faucets and controls. Replace damaged and malfunctioning fixtures, fittings, and controls. B. Adjust water pressure at faucets and flushometer valves to produce proper flow and stream. C. Replace washers and seals of leaking and dripping faucets and stops. D. Install fresh batteries in sensor -operated mechanisms. f CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 224100 - 7 CDG 21403 PLUMBING FIXTURES ' 3.6 CLEANING A. Clean fixtures, faucets, and other fittings with manufacturers' recommended cleaning methods and materials. Do the following: 1. Remove faucet spouts and strainers, remove sediment and debris, and reinstall strainers and m spouts. i- - 2. Remove sediment and debris from drains. B. After completing installation of exposed, factory -finished fixtures, faucets, and fittings, inspect exposed finishes and repair damaged finishes. 3.7 PROTECTION A. Provide protective covering for installed fixtures and fittings. B. Do not allow use of plumbing fixtures for temporary facilities unless approved in writing by Owner. END OF SECTION 224100 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230510 - 1 CDG 21403 COMMON WORK RESULTS FOR HVAC ( I SECTION 230510 - COMMON WORK RESULTS FOR HVAC PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Equipment installation requirements common to equipment sections. 2. Painting and finishing. 1.3 DEFINITIONS A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duct chases, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaces, and tunnels. B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms. C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations. D. Concealed, Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and chases. E. Concealed, Exterior Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. 1.4 COORDINATION A. Arrange for pipe spaces, chases, slots, and openings in building structure during progress of construction, to allow for HVAC installations. B. Coordinate installation of required supporting devices and set sleeves in poured -in -place concrete and other structural components as they are constructed. C. Coordinate requirements for access panels and doors for HVAC items requiring access that are concealed behind finished surfaces. Access panels and doors are specified in Division 8 Section "Access Doors and Frames." CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230510 - 2 CDG 21403 COMMON WORK RESULTS FOR HVAC 1.5 GENERAL REQUIREMENTS 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 1 excepted where the drawings or conditions at the building necessitate deviating from these standards. B. All piping and ductwork for the mechanical trade shall be concealed in chases in finished areas, except as indicated on the drawings. Horizontal lines run in areas that have ceilings shall be run concealed in those ceilings, unless otherwise specifically indicated or directed. C. Piping and ductwork may be run exposed in machinery and equipment spaces, where serving as connections to equipment items in finished rooms where exposed connections are required, and elsewhere as indicated on the drawings or required. D. The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they are under construction. All concealed lines shall be installed as required by the pace of the general construction to precede that general construction. 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 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. H. At all times during the progress of the work, the Contractor shall keep the premises clean and free of unnecessary materials and debris. The Contractor shall, on direction at any time from the Architect, clear any designated areas or area of materials and debris. On completion of any portion of the work, the Contractor shall remove from the premises all tools and machinery and all debris occasioned by the work, leaving the premises free of all obstructions and hindrances. I. The Contractor shall be responsible for the proper fitting of his material and apparatus into the space. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the drawings, he shall arrange for such space with the Architect before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such necessary changes at his (the Contractor's) own expense. 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. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230510 - 3 CDG 21403 COMMON WORK RESULTS FOR HVAC K. Order of precedence shall be observed in laying out the pipe, ductwork, material, and conduit in order to l fit the material into the space above the ceiling and in the chases and walls. The following order shall govern: l 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, roof drains and condensate drains. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets. L. Piping 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. M. 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. N. 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. O. 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. P. Each bidder shall examine the plans and specifications for the General Construction. if these documents show any item requiring work under Division 23 and that work is not indicated on the respective "M" 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. Q. 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. R. 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 SUBMITTALS A. Wherever shop drawings/submittals are called for in these specifications, they shall be furnished by the Contractor for the work involved after review by the Architect as to the make and type of material and in sufficient time so that no delay or changes will be caused. This is done in order to facilitate progress on the job and failure on the part of the Contractor to comply shall render him liable to stand the expense of CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230510 - 4 €- CDG 21403 COMMON WORK RESULTS FOR HVAC 1 any and all delays, changes in construction, etc., occasioned by his failure to provide the necessary details. Also, if the Contractor fails to comply with this provision, the Architect reserves the right to go directly to the manufacturer he selects and secure any details he might deem necessary and should there be any charges in connection with this, they shall be borne by the Contractor. B. Shop drawings will be reviewed by the Architect for general compliance with the design concept of the project and general compliance with the information given in the contract documents. Review by the Architect and any action by the Architect in marking shop drawings is subject to the requirements of the entire contract documents. Contractor will be held responsible for quantities, dimensions which shall be confirmed and correlated at the job site, fabrication processes and techniques of construction, coordination of all trades and the satisfactory performance of his work. C. Shop drawings submitted shall not consist of manufacturers' catalogues or tear sheets therefrom that contain no indication of the exact item offered. Rather, the submission of individual items shall designate the exact item offered and shall clearly identify the item with the project. D. All shop drawings shall be submitted at one time and shall consist of a bound catalogue of all shop drawings under each section, properly indexed and certified that they have been checked by the Contractor. E. The omissions of any material from the shop drawings which has been shown on the contract drawings or specified, even though reviewed by the Architect, shall not relieve the Contractor from furnishing and erecting same. 1.7 PERMITS, FEES, ETC. A. The Contractor under each section of these specifications shall arrange for a permit from the local authority. The Contractor shall arrange for all utility services, including sewer, water 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. 1.8 LAWS, CODES, AND ORDINANCES A. All work shall be executed in strict accordance with all local, state and national codes, ordinances and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Architect, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. 1.9 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 famish all fuel and materials necessary for making tests. Notify the Architect a minimum of 24 hours in advance of all tests. i �., 1 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230510 - 5 CDG 21403 COMMON WORK RESULTS FOR HVAC 1.10 COORDINATION OF TRADES A. The Contractor shall be responsible for resolving all coordination required between trades. For example, items furnished under Division 23 which require electrical connections shall be coordinated with Division 26 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 23 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. F. Arrange for pipe spaces, chases, slots, and openings in building structure during progress of construction, to allow for mechanical installations. G. Coordinate installation of required supporting devices and set sleeves in poured -in -place concrete and other structural components as they are constructed. H. Coordinate requirements for access panels and doors for mechanical items requiring access that are concealed behind finished surfaces. Access panels and doors are specified by Architect. 1.11 CUTTING AND PATCHING A. All cutting and patching for work under Division 23 shall be done by the Contractor under the section for which the trade is specified. 1.12 QUALITY ASSURANCE A. Electrical Characteristics for Mechanical Equipment: Equipment of higher electrical characteristics may be furnished provided such proposed equipment is approved in writing and connecting electrical services, circuit breakers, and conduit sizes are appropriately modified. If minimum energy ratings or efficiencies are specified, equipment shall comply with requirements. I CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230510 - 6 - CDG 21403 COMMON WORK RESULTS FOR HVAC r 1.13 SUBSTITUTIONS 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. 1.14 USE OF SYSTEMS A. It is considered that it will be necessary to operate the mechanical systems to provide heating and ventilation in portions of the building that are enclosed. As systems or portions of systems become operable, they shall be operated as required to maintain habitable conditions in enclosed portions of the building that are still under construction and portions that are fully complete as may be required to properly protect installed piping, equipment and finishes. B. In order to provide protection to ducts, plenums, etc. install temporary filters over or in return air openings until all finished painting is completed. Protect supply outlets, coils, etc. as necessary in each case. C. Except for operation of cooling equipment to prove its performance and to adjust and balance the systems, that equipment will not be operated for comfort of construction workers. D. During warm weather the Contractor shall arrange for the operation of systems to supply 100 percent outside air. The systems controls shall be reset to their normal cycle of operation in each case during the times that heating is required and when the cooling equipment is operated. E. Immediately prior to the time that the systems are to be accepted by the Owner, each system shall be I carefully examined and if ductwork is dirty, it shall be carefully cleaned by men skilled in that type of work. All filters shall be put in first class condition by replacement of filters and/or other procedures as directed. F. The use of the equipment for maintaining environmental and/or protective temperature conditions shall in no way constitute acceptance of that equipment and the connected piping, ducts, insulation, finishes, etc. by the Owner. Furthermore, it shall in no way shorten the guarantee period hereinafter specified. The Contractor shall either secure extended warranties from the vendors of equipment or shall purchase insurance to provide proper coverage on the equipment through the guarantee period and shall file with the Architect substantiating affidavits from equipment manufacturers or a copy of the insurance policy covering the equipment through the guarantee period. The personal underwriting of the Contractor for 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. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 1.15 INSTALLATION DRAWINGS 230510 - 7 COMMON WORK RESULTS FOR HVAC - i A. It shall be incumbent upon the Contractor to prepare special drawings as called for elsewhere herein or as directed by the Architect to coordinate the work under each section, to illustrate changes in his work, to facilitate its concealment in finished spaces to avoid obstructions or to illustrate the adaptability of any item of equipment which he proposes to use. B. These drawings shall be used in the field for the actual installation of the work. Unless otherwise directed, they shall not be submitted for approval but three copies shall be provided to the Architect for his information. 1.16 OPERATING INSTRUCTIONS A. The Contractor for each section of the work hereunder shall, in cooperation with the representatives of the manufacturers of the various equipment items, carefully instruct the Owner's representatives in the proper operation of each item of equipment and of each system. During the balancing and adjusting of systems, the Owner's representative shall be made familiar with all procedures. 1.17 OPERATING MANUALS A. Prepare and submit 3 copies of the operating manuals bound in hard covers. Three weeks prior to completion of the work, the Architect will check the manuals and any additional material necessary to complete the manuals shall be furnished and inserted by the Contractor. B. Manuals shall contain the following data: 1. Catalogue data of all equipment. 2. Shop drawings of all equipment. 3. Temperature control drawings (reduced in size) 4. Start-up instructions for major equipment. 5. Trouble shooting procedures for major equipment. 6. Wiring diagrams. 7. Recommended maintenance schedule for equipment. 8. Parts list for all items. 9. Name and address of each vendor. PART2-PRODUCTS 2.1 ACCESS DOORS 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 Milcor Style "UFR" rated access panels as required for installation in rated construction. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230510 - 8 CDG 21403 COMMON WORK RESULTS FOR HVAC PART 3 - EXECUTION 3.1 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS A. Install equipment to allow maximum possible headroom unless specific mounting heights are not indicated. B. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, unless otherwise indicated. C. Install HVAC equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference to other installations. Extend grease fittings to accessible locations. D. Install equipment to allow right of way for piping installed at required slope. 3.2 PAINTING A. Painting of HVAC systems, equipment, and components is specified in Division 9 Sections "Interior Painting" and "Exterior Painting." B. Damage and Touchup: Repair marred and damaged factory -painted finishes with materials and procedures to match original factory finish C. Paint all exposed pipe, cabinets, hangers and supports, and miscellaneous metal. D. Paint all exposed sheet metal. E. Paint all insulated surfaces exposed to view, including piping, equipment, etc. size surfaces until a smooth, non grainy surface is obtained. F. Generally, painting is required on all surfaces such that no exposed bare metal or insulation surface is visible. G. 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. END OF SECTION 230510 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230529 - 1 CDG 21403 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT SECTION 230529 - HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Equipment supports. 1.3 DEFINITIONS A. MSS: Manufacturers Standardization Society of The Valve and Fittings Industry Inc. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. 1.5 QUALITY ASSURANCE A. Structural Steel Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." PART 2-PRODUCTS 2.1 EQUIPMENT SUPPORTS A. Description: Welded, shop- or field -fabricated equipment support made from structural carbon -steel shapes. 2.2 MISCELLANEOUS MATERIALS A. Structural Steel: ASTM A 36/A 36M, carbon -steel plates, shapes, and bars; black and galvanized. B. Grout: ASTM C 1107, factory -mixed and -packaged, dry, hydraulic -cement, nonshrink and nonmetallic grout; suitable for interior and exterior applications. 1. Properties: Nonstaining, noncorrosive, and nongaseous. 2. Design Mix: 5000-psi, 28-day compressive strength. E CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230529 - 2 CDG 21403 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT PART 3 - EXECUTION 3.1 HANGER AND SUPPORT INSTALLATION A. Install hangers and supports complete with necessary attachments, inserts, bolts, rods, nuts, washers, and other accessories. B. Equipment Support Installation: Fabricate from welded -structural -steel shapes. C. Install hangers and supports to allow controlled thermal and seismic movement of piping systems, to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends, and similar units. D. Install lateral bracing with pipe hangers and supports to prevent swaying. E. Install building attachments within concrete slabs or attach to structural steel. Install additional attachments at concentrated loads, including valves, flanges, and strainers, NPS 1-1/2 and larger and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten inserts to forms and install reinforcing bars through openings at top of inserts. F. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment. 3.2 EQUIPMENT SUPPORTS A. Fabricate structural -steel stands to suspend equipment from structure overhead or to support equipment above floor. B. Grouting: Place grout under supports for equipment and make bearing surface smooth. C. Provide lateral bracing, to prevent swaying, for equipment supports. 3.3 METAL FABRICATIONS A. Cut, drill, and fit miscellaneous metal fabrications for trapeze pipe hangers and equipment supports. B. Fit exposed connections together to form hairline joints. Field weld connections that cannot be shop welded because of shipping size limitations. C. Field Welding: Comply with AWS D1.1/D1.1M procedures for shielded, metal arc welding; appearance and quality of welds; and methods used in correcting welding work; and with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. Finish welds at exposed connections so no roughness shows after finishing and so contours of welded surfaces match adjacent contours. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230529 - 3 CDG 21403 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 3.4 ADJUSTING A. Trim excess length of continuous -thread hanger and support rods to 1-1/2 inches. 3.5 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field -painted surfaces. 1. Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils. B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing -repair paint to comply with ASTM A 780. 3.6 HANGER AND SUPPORT SCHEDULE A. Specific hanger and support requirements are in Sections specifying piping systems and equipment. B. Use hangers and supports with galvanized metallic coatings for equipment that will not have field -applied finish. C. Use nonmetallic coatings on attachments for electrolytic protection where attachments are in direct contact with copper tubing. D. Comply with MFMA-103 for metal framing system selections and applications that are not specified in piping system Sections. E. Use powder -actuated fasteners or mechanical -expansion anchors instead of building attachments where required in concrete construction. END OF SECTION 230529 I c CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230553 - 1 CDG 21403 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT SECTION 230553 - IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Equipment labels. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1.4 COORDINATION A. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. B. Coordinate installation of identifying devices with locations of access panels and doors. C. Install identifying devices before installing acoustical ceilings and similar concealment. PART2-PRODUCTS 2.1 EQUIPMENT LABELS A. Metal Labels for Equipment: 1. Material and Thickness: Brass, 0.032-inch, Stainless steel, 0.025-inch, Aluminum, 0.032-inch or anodized aluminum, 0.032-inch minimum thickness, and having predrilled or stamped holes for attachment hardware. 2. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch. 3. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three -fourths the size of principal lettering. 4. Fasteners: Stainless -steel rivets or self -tapping screws. 5. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. B. Label Content: Include equipment's Drawing designation or unique equipment number.. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 230553 - 2 CDG 21403 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT C. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by-1l-inch bond paper. Tabulate equipment identification number and identify Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. Equipment schedule shall be included in operation and maintenance data. PART 3 - EXECUTION 3.1 PREPARATION A. Clean equipment surfaces of substances that could impair bond of identification devices, including dirt, oil, grease, release agents, and incompatible primers, paints, and encapsulants. 3.2 EQUIPMENT LABEL INSTALLATION A. Install or permanently fasten labels on each major item of mechanical equipment. B. Locate equipment labels where accessible and visible. END OF SECTION 230553 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 233113 - 1 CDG 21403 METAL DUCTS SECTION 233113 - METAL DUCTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Single -wall ducts and fittings. 2. Sheet metal materials. 3. Sealants and gaskets. 4. Hangers and supports. 1.3 PERFORMANCE REQUIREMENTS 1.4 PERFORMANCE REQUIREMENTS A. Delegated Duct Design: Duct construction, including sheet metal thicknesses, seam and joint construction, reinforcements, and hangers and supports, shall comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" and performance requirements and design criteria indicated. 1. Static -Pressure Classes: a. Exhaust Ducts (Negative Pressure): 1.5-inch wg. B. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1. 1.5 SUBMITTALS A. Product Data: For each type of the following products: 1. Liners and adhesives. 2. Sealants and gaskets. : CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 233113 - 2 CDG 21403 METAL DUCTS 1.6 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel," for hangers and supports. AWS D9.1M/D9.1, "Sheet Metal F_ Welding Code," for duct joint and seam welding. B. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1M, "Structural Welding Code - Steel," for hangers and supports. 2. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum," for aluminum supports. 3. AWS D9.IM/D9.1, "Sheet Metal Welding Code," for duct joint and seam welding. C. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 5 - "Systems and Equipment" and Section 7 - "Construction and System Start -Up." D. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.1, Section 6.4.4 - "HVAC System Construction and Insulation." PART2-PRODUCTS 2.1 DUCTS AND FITTINGS A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" based on indicated static -pressure class unless otherwise indicated. B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 1-4, "Transverse (Girth) Joints," for static - pressure class, applicable sealing requirements, materials involved, duct -support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 1-5, "Longitudinal Seams - Rectangular Ducts," for static -pressure class, applicable sealing requirements, materials involved, duct - support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." D. Elbows, Transitions, Offsets, Branch Connections, and Other Duct Construction: Select types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 2, "Fittings and Other Construction," for static -pressure class, applicable sealing requirements, materials involved, duct -support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." E. Formed -On Flanges: Ducts with transverse duct joints 28" and larger shall be constructed according to SMACNA's "HVAC Duct Construction Standards --Metal and Flexible," Figure 1- 4, using corner, bolt, cleat, and gasket details. Manufacturers: a. Ductmate Industries, Inc. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 233113 -3 CDG 21403 METAL DUCTS i b. Lockformer. 2. The installation of flanged system shall be in accordance with the manufacturers printed instruction and installation manuals. 3. 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. F. Cross Breaking or Cross Beading: Cross break or cross bead duct sides 19 inches and larger and 0.0359 inch thick or less, with more than 10 sq. ft. of nonbraced panel area unless ducts are lined. 2.2 SHEET METAL MATERIALS A. General Material Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct 1 construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections. B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M. 1. Galvanized Coating Designation: G90. 2. Finishes for Surfaces Exposed to View: Mill phosphatized. C. Reinforcement Shapes and Plates: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized. Where black- and galvanized -steel shapes and plates are used to reinforce aluminum ducts, isolate the different metals with butyl rubber, neoprene, or EPDM gasket materials. D. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch minimum diameter for lengths longer than 36 inches. 2.3 SEALANT AND GASKETS A. General Sealant and Gasket Requirements: Surface -burning characteristics for sealants and gaskets shall be a maximum flame -spread index of 25 and a maximum smoke -developed index of 50 when tested according to UL 723; certified by an NRTL. B. Water -Based Joint and Seam Sealant: Flexible, adhesive sealant, resistant to UV light when cured, UL 723 listed, and complying with NFPA requirements for Class 1 ducts. C. Flange Gaskets: Butyl rubber, neoprene, or EPDM polymer with polyisobutylene plasticizer. D. Round Duct Joint O-Ring Seals: 1. Seal shall provide maximum leakage class of 3 cfin/100 sq. ft. at 1-inch wg and shall be rated for 10-inch wg static -pressure class, positive or negative. 2. EPDM O-ring to seal in concave bead in coupling or fitting spigot. 3. Double -lipped, EPDM O-ring seal, mechanically fastened to factory -fabricated couplings and fitting spigots. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 2.4 HANGERS AND SUPPORTS 233113 - 4 METAL DUCTS { A. Hanger Rods for Noncorrosive Environments: Cadmium -plated steel rods and nuts. B. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 4-1, "Rectangular Duct Hangers Minimum Size," and Table 4-2, "Minimum Hanger Sizes for Round Duct." C. Duct Attachments: Sheet metal screws, blind rivets, or self -tapping metal screws; compatible with duct materials. D. Trapeze and Riser Supports: 1. Supports for Galvanized -Steel Ducts: Galvanized -steel shapes and plates. PART 3 - EXECUTION 3.1 DUCT INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of duct system. Indicated duct locations, configurations, and arrangements were used to size ducts and calculate friction loss for air -handling equipment sizing and for other design considerations. Install duct systems as indicated unless deviations to layout are approved on Shop Drawings and Coordination Drawings. B. Install ducts according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" unless otherwise indicated. C. Install round and flat -oval ducts in maximum practical lengths. D. Install ducts with fewest possible joints. E. Install factory- or shop -fabricated fittings for changes in direction, size, and shape and for branch connections. F. Unless otherwise indicated, install ducts vertically and horizontally, and parallel and perpendicular to building lines. G. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building. H. Install ducts with a clearance of 1 inch, plus allowance for insulation thickness. I. Route ducts to avoid passing through transformer vaults and electrical equipment rooms and enclosures. J. Where ducts pass through non -fire -rated interior partitions and exterior walls and are exposed to view, cover the opening between the partition and duct or duct insulation with sheet metal flanges of same metal thickness as the duct. Overlap openings on four sides by at least 1-1/2 inches. i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 233113 -5 CDG 21403 METAL DUCTS K. Where ducts pass through fire -rated interior partitions and exterior walls, install fire dampers. Comply with requirements in Division 23 Section "Air Duct Accessories" for fire and smoke dampers. L. Protect duct interiors from moisture, construction debris and dust, and other foreign materials. Comply with SMACNA's "IAQ Guidelines for Occupied Buildings Under Construction," Appendix G, "Duct Cleanliness for New Construction Guidelines." 3.2 DUCT SEALING A. Seal ducts for duct static -pressure, seal classes, and leakage classes specified in "Duct Schedule" Article according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." B. Seal ducts to the following seal classes according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible": 1. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." 2. Unconditioned Space, Exhaust Ducts: Seal Class C. 3. Conditioned Space, Exhaust Ducts: Seal Class B. 3.3 HANGER AND SUPPORT INSTALLATION A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 5, "Hangers and Supports." B. Building Attachments: Concrete inserts, powder -actuated fasteners, or structural -steel fasteners appropriate for construction materials to which hangers are being attached. 1. Where practical, install concrete inserts before placing concrete. 2. Install powder -actuated concrete fasteners after concrete is placed and completely cured. 3. Use powder -actuated concrete fasteners for standard -weight aggregate concretes or for slabs more than 4 inches thick. 4. Do not use powder -actuated concrete fasteners for lightweight -aggregate concretes or for slabs less than 4 inches thick. 5. Do not use powder -actuated concrete fasteners for seismic restraints. C. Hanger Spacing: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 5-1, "Rectangular Duct Hangers Minimum Size," and Table 5-2, "Minimum Hanger Sizes for Round Duct," for maximum hanger spacing; install hangers and supports within 24 inches of each elbow and within 48 inches of each branch intersection. D. Hangers Exposed to View: Threaded rod and angle or channel supports. E. Support vertical ducts with steel angles or channel secured to the sides of the duct with welds, bolts, sheet metal screws, or blind rivets; support at each floor and at a maximum intervals of 16 feet. F. Install upper attachments to structures. Select and size upper attachments with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 233I 13 - 6 CDG 21403 METAL DUCTS f 3.4 CONNECTIONS A. Make connections to equipment with flexible connectors complying with Division 23 Section "Air Duct Accessories." B. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for branch, outlet and inlet, and terminal unit connections. 3.5 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Leakage Tests: 1. Comply with SMACNA's "HVAC Air Duct Leakage Test Manual." Submit a test report for each test. 2. Disassemble, reassemble, and seal segments of systems to accommodate leakage testing and for compliance with test requirements. 3. Test for leaks before applying external insulation. 4. Conduct tests at static pressures equal to maximum design pressure of system or section being tested. If static -pressure classes are not indicated, test system at maximum system design pressure. Do not pressurize systems above maximum design operating pressure. C. Duct system will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. 3.6 DUCT SCHEDULE A. Fabricate ducts with galvanized sheet steel. B. Intermediate Reinforcement: 1. Galvanized -Steel Ducts: Galvanized steel or carbon steel coated with zinc -chromate primer. C. Elbow Configuration: 1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-2, "Rectangular Elbows." a. Velocity 1000 fpm or Lower: 1) Radius Type RE 1 with minimum 0.5 radius -to -diameter ratio. 2) Mitered Type RE 4 without vanes. b. Velocity 1000 to 1500 fpm: 1) Radius Type RE 1 with minimum 1.0 radius -to -diameter ratio. 2) Radius Type RE 3 with minimum 0.5 radius -to -diameter ratio and two vanes. 3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows." i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 C. Velocity 1500 fpm or Higher: 233113 - 7 METAL DUCTS 1) Radius Type RE 1 with minimum 1.5 radius -to -diameter ratio. 2) Radius Type RE 3 with minimum 1.0 radius -to -diameter ratio and two vanes. 3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows." 2. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-2, "Rectangular Elbows." a. Radius Type RE 1 with minimum 1.5 radius -to -diameter ratio. b. Radius Type RE 3 with minimum 1.0 radius -to -diameter ratio and two vanes. C. Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows." 3. Round Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-4, "Round Duct Elbows." a. Minimum Radius -to -Diameter Ratio and Elbow Segments: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 3-1, "Mitered Elbows." Elbows with less than 90-degree change of direction have proportionately fewer segments. 1) Velocity 1000 fpm or Lower: 0.5 radius -to -diameter ratio and three segments for 90-degree elbow. 2) Velocity 1000 to 1500 fpm: 1.0 radius -to -diameter ratio and four segments for 90- degree elbow. 3) Velocity 1500 fpm or Higher: 1.5 radius -to -diameter ratio and five segments for 90-degree elbow. 4) Radius -to Diameter Ratio: 1.5. D. Branch Configuration: 1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-6, "Branch Connection." a. Rectangular Main to Rectangular Branch: 45-degree entry. b. Rectangular Main to Round Branch: Spin in. 2. Round and Flat Oval: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-5, "90 Degree Tees and Laterals," and Figure 3-6, "Conical Tees." Saddle taps are permitted in existing duct. a. Velocity 1000 fpm or Lower: 90-degree tap. b. Velocity 1000 to 1500 fpm: Conical tap. C. Velocity 1500 fpm or Higher: 45-degree lateral. END OF SECTION 233113 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 233423 - HVAC POWER VENTILATORS PART 1 - GENERAL 233423 - 1 HVAC POWER VENTILATORS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Centrifugal roof ventilators. 1.3 PERFORMANCE REQUIREMENTS A. Project Altitude: Base fan -performance ratings on actual Project site elevations. B. Operating Limits: Classify according to AMCA 99. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, operating characteristics, and furnished specialties and accessories. Also include the following: 1. Certified fan performance curves with system operating conditions indicated. 2. Certified fan sound -power ratings. 3. Motor ratings and electrical characteristics, plus motor and electrical accessories. 4. Material thickness and finishes, including color charts. 5. Dampers, including housings, linkages, and operators. 6. Roof curbs. 1.5 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. AMCA Compliance: Fans shall have AMCA-Certified performance ratings and shall bear the AMCA- Certified Ratings Seal. C. UL Standards: Power ventilators shall comply with UL 705. Power ventilators for use for restaurant kitchen exhaust shall also comply with UL 762. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 233423 - 2 CDG 21403 HVAC POWER VENTILATORS 1.6 COORDINATION A. Coordinate sizes and locations of equipment supports, and wall penetrations with actual equipment provided. 1.7 EXTRA MATERIALS A. Fumish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. PART2-PRODUCTS 2.1 CENTRIFUGAL ROOF VENTILATORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Greenheck Fan Corporation. 2. Loren Cook Company. 3. PennBarry. A. Housing: Steel, lined with acoustical insulation. B. Fan Wheel: Centrifugal wheels directly mounted on motor shaft. Fan shrouds, motor, and fan wheel shall be removable for service. C. Grille: Plastic, louvered grille with flange on intake and thumbscrew attachment to fan housing. D. Electrical Requirements: Junction box for electrical connection on housing and receptacle for motor plug-in. E. Accessories: 1. Disconnect Switch: Nonfusible type, with thermal -overload protection mounted inside fan housing, factory wired through an internal aluminum conduit. 2. Bird Screens: Removable, 1/2-inch mesh, aluminum or brass wire. 3. Dampers: Counterbalanced, parallel -blade, backdraft dampers mounted in curb base; factory set to close when fan stops. 4. Belt Tensioner 2.2 MOTORS A. Comply with NEMA designation, temperature rating, service factor, enclosure type, and efficiency requirements for motors specified in Division 23 Section "Common Motor Requirements for HVAC Equipment." 1. Motor Sizes: Minimum size as indicated. If not indicated, large enough so driven load will not require motor to operate in service factor range above 1.0. 2. Controllers, Electrical Devices, and Wiring: Comply with requirements for electrical devices and connections specified in Division 26 Sections. B. Enclosure Type: Totally enclosed, fan cooled. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 233423 - 3 CDG 21403 HVAC POWER VENTILATORS - 2.3 SOURCE QUALITY CONTROL A. Certify sound -power level ratings according to AMCA 301, "Methods for Calculating Fan Sound Ratings from Laboratory Test Data." Factory test fans according to AMCA 300, "Reverberant Room Method for Sound Testing of Fans." Label fans with the AMCA-Certified Ratings Seal. B. Certify fan performance ratings, including flow rate, pressure, power, air density, speed of rotation, and efficiency by factory tests according to AMCA 210, "Laboratory Methods of Testing Fans for Aerodynamic Performance Rating." Label fans with the AMCA-Certified Ratings Seal. PART 3 - EXECUTION 3.1 INSTALLATION A. Install power ventilators level and plumb. B. Install units with clearances for service and maintenance. C. Secure roof -mounted fans to roof curbs with cadmium -plated hardware. See Division 07 Section "Roof Accessories" for installation of roof curbs. D. Label units according to requirements specified in Division 23 Section "Identification for HVAC Piping and Equipment." 3.2 CONNECTIONS A. Duct installation and connection requirements are specified in other Division 23 Sections. Drawings indicate general arrangement of ducts and duct accessories. Make final duct connections with flexible connectors. Flexible connectors are specified in Division 23 Section "Air Duct Accessories." B. Install ducts adjacent to power ventilators to allow service and maintenance. C. Ground equipment according to Division 26 Section "Grounding and Bonding for Electrical Systems." D. Connect wiring according to Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." 3.3 FIELD QUALITY CONTROL A. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. B. Tests and Inspections: 1. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connections to ducts and electrical components are complete. Verify that proper thermal -overload protection is installed in motors, starters, and disconnect switches. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 233423 - 4 CDG 21403 HVAC POWER VENTILATORS 3. Verify that cleaning and adjusting are complete. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive system, align and adjust belts, and install belt guards. 5. Adjust belt tension. 6. Adjust damper linkages for proper damper operation. 7. Verify lubrication for bearings and other moving parts. 8. Remove and replace malfunctioning units and retest as specified above. C. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Prepare test and inspection reports. 3.4 ADJUSTING A. Adjust damper linkages for proper damper operation. B. Adjust belt tension. C. Comply with requirements in Division 23 Section "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting, and balancing procedures. D. Replace fan and motor pulleys as required to achieve design airflow. E. Lubricate bearings. END OF SECTION 233423 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 233713 - DIFFUSERS, REGISTERS, AND GRILLES PART 1 - GENERAL 233713 - 1 DIFFUSERS, REGISTERS, AND GRILLES 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes ceiling- and wall -mounted diffusers, registers, and grilles. 1.3 SUBMITTALS A. Product Data: For each type of product indicated, include the following: 1. Data Sheet: Indicate materials of construction, finish, and mounting details; and performance data including throw and drop, static -pressure drop, and noise ratings. 2. Diffuser, Register, and Grille Schedule: Indicate drawing designation, room location, quantity, model number, size, and accessories furnished. PART 2-PRODUCTS 2.1 GRILLES AND REGISTERS A. Grilles and registers shall be furnished and installed as scheduled on the drawings. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Kreuger. b. METALAIRE, Inc. C. Nailor Industries Inc. d. Price Industries. C. Titus. 2.2 SOURCE QUALITY CONTROL A. Verification of Performance: Rate diffusers, registers, and grilles according to ASHRAE 70, "Method of Testing for Rating the Performance of Air Outlets and Inlets." CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 233713 - 2 CDG 21403 DIFFUSERS, REGISTERS, AND GRILLES PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas where diffusers, registers, and grilles are to be installed for compliance with requirements for installation tolerances and other conditions affecting performance of equipment. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install diffusers, registers, and grilles level and plumb. B. Ceiling -Mounted Outlets and Inlets: Drawings indicate general arrangement of ducts, fittings, and accessories. Air outlet and inlet locations have been indicated to achieve design requirements for air volume, noise criteria, airflow pattern, throw, and pressure drop. Make final locations where indicated, as much as practical. For units installed in lay -in ceiling panels, locate units in the center of panel. Where architectural features or other items conflict with installation, notify Architect for a determination of final location. C. Install diffusers, registers, and grilles with airtight connections to ducts and to allow service and maintenance of dampers, air extractors, and fire dampers. 3.3 ADJUSTING A. After installation, adjust diffusers, registers, and grilles to air patterns indicated, or as directed, before starting air balancing. END OF SECTION 233713 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260510 - 1 CDG 21403 COMMON WORK RESULTS FOR ELECTRICAL SECTION 260510 - COMMON WORK RESULTS FOR ELECTRICAL 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. Section Includes: 1. Electrical equipment coordination and installation. 2. Sleeves for raceways and cables. 3. Sleeve seals. 4. Grout. 5. Common electrical installation requirements. 1.3 DEFINITIONS A. EPDM: Ethylene-propylene-diene terpolymer rubber. B. NBR: Acrylonitrile-butadiene rubber. 1.4 SUBMITTALS A. Product Data: For sleeve seals. 1.5 COORDINATION A. Coordinate arrangement, mounting, and support of electrical equipment: 1. To allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated. 2. To provide for ease of disconnecting the equipment with minimum interference to other installations. 3. To allow right of way for piping and conduit installed at required slope. 4. So connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions and of the working and access space of other equipment. B. Coordinate installation of required supporting devices and set sleeves in cast -in -place concrete, masonry walls, and other structural components as they are constructed. C. Coordinate location of access panels and doors for electrical items that are behind finished surfaces or otherwise concealed. Access doors and panels are specified in Division 8 Section "Access Doors and Frames." CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260510 - 2 CDG 21403 COMMON WORK RESULTS FOR ELECTRICAL 1 D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 7 Section "Through -Penetration Firestop Systems." PART2-PRODUCTS 2.1 SLEEVES FOR RACEWAYS AND CABLES A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. B. Cast -Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. C. Sleeves for Rectangular Openings: Galvanized sheet steel. 1. Minimum Metal Thickness: a. For sleeve cross-section rectangle perimeter less than 50 inches and no side more than 16 inches, thickness shall be 0.052 inch. b. For sleeve cross-section rectangle perimeter equal to, or more than, 50 inches and 1 or more sides equal to, or more than, 16 inches, thickness shall be 0.138 inch. 2.2 SLEEVE SEALS A. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Advance Products & Systems, Inc. b. Calpico, Inc. C. Metraflex Co. d. Pipeline Seal and Insulator, Inc. 2. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 3. Pressure Plates: Plastic. Include two for each sealing element. 4. Connecting Bolts and Nuts: Carbon steel with corrosion -resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.3 GROUT A. Nonmetallic, Shrinkage -Resistant Grout: ASTM C 1107, factory -packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30-minute working time. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260510 - 3 CDG 21403 COMMON WORK RESULTS FOR ELECTRICAL PART 3 - EXECUTION i 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1. B. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall - mounting items. C. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent with these requirements. D. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. E. Right of Way: Give to piping systems installed at a required slope. 3.2 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Electrical penetrations occur when raceways, cables, wireways, cable trays, or busways penetrate concrete slabs, concrete or masonry walls, or fire -rated floor and wall assemblies. B. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. D. Fire -Rated Assemblies: Install sleeves for penetrations of fire -rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall. E. Cut sleeves to length for mounting flush with both surfaces of walls. F. Extend sleeves installed in floors 2 inches above finished floor level. G. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway or cable, unless indicated otherwise. H. Seal space outside of sleeves with grout for penetrations of concrete and masonry 1. Promptly pack grout solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect grout while curing. I. Interior Penetrations of Non -Fire -Rated Walls and Floors: Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. Comply with requirements in Division 7 Section "Joint Sealants." J. Fire -Rated -Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway and cable penetrations. Install sleeves and seal raceway and cable penetration sleeves with firestop materials. Comply with requirements in Division 7 Section "Through -Penetration Firestop Systems." CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260510 - 4 CDG 21403 COMMON WORK RESULTS FOR ELECTRICAL : - K. Roof -Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot -type flashing units applied in coordination with roofing work. L. Aboveground, Exterior -Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. M. Underground, Exterior -Wall Penetrations: Install cast-iron pipe sleeves. Size sleeves to allow for 1-inch annular clear space between raceway or cable and sleeve for installing mechanical sleeve seals. 3.3 SLEEVE -SEAL INSTALLATION A. Install to seal exterior wall penetrations. B. Use type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.4 FIRESTOPPING A. Apply firestopping to penetrations of fire -rated floor and wall assemblies for electrical installations to restore original fire -resistance rating of assembly. Firestopping materials and installation requirements are specified in Division 7 Section "Through -Penetration Firestop Systems." END OF SECTION 260510 �i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260515 - 1 CDG 21403 MINOR ELECTRICAL DEMOLITION FOR REMODELING i SECTION 260515 - MINOR ELECTRICAL DEMOLITION FOR REMODELING PART1-GENERAL 1.1 RELATED DOCUMENTS A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Materials and equipment for patching and extending work: As specified in individual Sections. PART 3 - EXECUTION 3.1 EXAMINATION A. Field Measurements: Verify field measurements and circuiting arrangements are as shown on Drawings. B. Abandoned Circuits: Verify that abandoned wiring and equipment serve only abandoned facilities. C. Field Conditions: Demolition Drawings are based on casual field observation and existing record documents. Report discrepancies to Owner and Architect/Engineer before disturbing existing installation. D. Existing Conditions: Beginning of demolition means installer accepts existing conditions. 3.2 REPARATION A. Demolition: Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. B. Utility Coordination: Coordinate 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. 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. Existing Fire Alarm System: Maintain existing system in service until new system is accepted. Disable system only to make switchovers and connections. Notify Owner at least 72 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260515 - 2 CDG 21403 MINOR ELECTRICAL DEMOLITION FOR REMODELING € F. Existing Telephone System: Maintain existing system in service new system is accepted. Disable system only to make switchovers and connections. Notify Owner and Telephone Utility Company at least 72 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area. 3.3 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. General: Demolish and extend existing electrical work under provisions of the Drawings, General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification sections. B. New Construction: Remove, relocate, and extend existing installations to accommodate new construction. C. Abandoned Wiring: Remove abandoned wiring to source of supply. D. Exposed Conduit: Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces. E. Abandoned Devices: Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets, which are not removed. F. Abandoned 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, stems, hangers, and other accessories. I. Adjacent Construction: Repair adjacent construction and finishes damaged during demolition and extension work. J. Existing wiring to remain active: Maintain access to existing electrical installations, which remain active. Modify installation or provide access panel as appropriate. K. Extension of existing wiring: Extend existing installations using materials and methods compatible with existing electrical installations, as specified. 3.4 CLEANING AND REPAIR A. Existing Materials: Clean and repair existing materials and equipment 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. C. Lighting Fixtures: Remove existing lighting fixtures for cleaning. Use mild detergent to clean all exterior and interior surfaces, rinse with clean water and wipe dry. Replace lamps and broken electrical parts. D. Ballasts: Replace the ballasts in all existing lighting fixtures with new ballasts as specified under Section 265100 - LIGHTING. f' CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260515 - 3 CDG 21403 MINOR ELECTRICAL DEMOLITION FOR REMODELING 3.5 INSTALLATION A. Relocated Materials: Install relocated materials and equipment under the provisions of Division 1 of the Specifications. END OF SECTION 260515 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260519 - 1 CDG 21403 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES SECTION 260519 - LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 1.3 DEFINITIONS A. EPDM: Ethylene-propylene-diene terpolymer rubber. B. NBR: Acrylonitrile-butadiene rubber. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing agency. B. Field quality -control test reports. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on -site testing specified in Part 3. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. t CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260519 - 2 CDG 21403 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES C. Comply with NFPA 70. PART 2 - PRODUCTS 2.1 CONDUCTORS AND CABLES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Alcan Products Corporation; Alcan Cable Division. 2. American Insulated Wire Corp.; a Leviton Company. 3. General Cable Corporation. 4. Senator Wire & Cable Company. 5. Southwire Company. B. Copper Conductors: Comply with NEMA WC 70. C. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN. D. Multiconductor Cable: Comply with NEMA WC 70 for metal -clad cable, Type MC with ground wire for light fixtures only. 2.2 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Hubbell Power Systems, Inc. 3. O-Z/Gedney; EGS Electrical Group LLC. 4. 3M; Electrical Products Division. 5. Tyco Electronics Corp. B. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. PART 3 - EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Service Entrance: Type THHN-THWN, single conductors in raceway. B. Exposed Feeders: Type THHN-THWN, single conductors in raceway. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260519 - 3 CDG 21403 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES C. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-THWN, single conductors in raceway. D. Feeders Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN-THWN, single conductors in raceway. t m E. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in f , raceway. F. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN-THWN, single conductors in raceway. G. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless -steel, wire - mesh, strain relief device at terminations to suit application. H. Class 1 Control Circuits: Type THHN-THWN, in raceway. I. Class 2 Control Circuits: Type THHN-THWN, in raceway. 3.3 INSTALLATION OF CONDUCTORS AND CABLES A. Conceal cables in finished walls, ceilings, and floors, unless otherwise indicated. B. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. C. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not damage cables or raceway. D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. E. Support cables according to Division 26 Section "Hangers and Supports for Electrical Systems." F. Identify and color -code conductors and cables according to Division 26 Section "Identification for Electrical Systems." 3.4 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 1. Use oxide inhibitor in each splice and tap conductor for aluminum conductors. C. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches of slack. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260526 - 2 CDG 21403 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 2-PRODUCTS 2.1 CONDUCTORS A. Insulated Conductors: Copper or tinned -copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter. 4. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 5. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. C. Grounding Bus: Predrilled rectangular bars of annealed copper, 1/4 by 4 inches in cross section, with 9/32-inch holes spaced 1-1/8 inches apart. Stand-off insulators for mounting shall comply with UL 891 for use in switchboards, 600 V. Lexan or PVC, impulse tested at 5000 V. 2.2 CONNECTORS A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, pressure type with at least two bolts. 1. Pipe Connectors: Clamp type, sized for pipe. C. Welded Connectors: Exothermic -welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. 2.3 GROUNDING ELECTRODES A. Ground Rods: Copper -clad steel, sectional type; 3/4 inch by 10 feet in diameter. PART 3 - EXECUTION 3.1 APPLICATIONS A. Conductors: Install solid conductor for No.8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated. B. Underground Grounding Conductors: Install bare tinned -copper conductor, No. 2/0 AWG minimum. 1. Bury at least 24 inches below grade. C. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms housing service equipment, and elsewhere as indicated. f t CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260526 - 3 ., CDG 21403 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS I. Install bus on insulated spacers I inch minimum from wall, 6 inches above finished floor unless otherwise indicated. D. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated. 3. Connections to Structural Steel: Welded connectors. 3.2 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS A. Comply with IEEE C2 grounding requirements. B. Pad -Mounted Transformers and Switches: Install two ground rods and ground ring around the pad. Ground pad -mounted equipment and noncurrent -carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Install tinned -copper conductor not less than No. 2 AWG for ground ring and for taps to equipment grounding terminals. Bury ground ring not less than 6 inches from the foundation. 3.3 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 7. Busway Supply Circuits: Install insulated equipment grounding conductor from grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway. 8. Computer and Rack -Mounted Electronic Equipment Circuits: Install insulated equipment grounding conductor in branch -circuit runs from equipment -area power panels and power - distribution units. B. Air -Duct Equipment Circuits: install insulated equipment grounding conductor to duct -mounted electrical devices operating at 120 V and more, including air cleaners, heaters, dampers, humidifiers, and t other duct electrical equipment. Bond conductor to each unit and to air duct and connected metallic piping. C. Water Heater, Heat -Tracing, and Antifrost Heating Cables: Install a separate insulated equipment grounding conductor to each electric water heater and heat -tracing cable. Bond conductor to heater units, piping, connected equipment, and components. D. Isolated Grounding Receptacle Circuits: Install an insulated equipment grounding conductor connected to the receptacle grounding terminal. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service unless otherwise indicated. E. Isolated Equipment Enclosure Circuits: For designated equipment supplied by a branch circuit or feeder, isolate equipment enclosure from supply circuit raceway with a nonmetallic raceway fitting listed for the purpose. Install fitting where raceway enters enclosure, and install a separate insulated equipment f CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260526 - 4 CDG 21403 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS i grounding conductor. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service unless otherwise indicated. 3.4 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B. Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade unless otherwise indicated. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any. C. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. 1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment. 3. Use exothermic -welded connectors for outdoor locations; if a disconnect -type connection is required, use a bolted clamp. D. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes; use a bolted clamp connector or bolt a lug -type connector to a pipe flange by using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided -type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. E. Bonding Interior Metal Ducts: Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install tinned bonding jumper to bond across flexible duct connections to achieve continuity. F. Grounding for Steel Building Structure: Install a driven ground rod at base of each corner column and at intermediate exterior columns at distances not more than 60 feet apart. 3.5 LABELING A. Comply with requirements in Division 26 Section "Identification for Electrical Systems" Article for instruction signs. The label or its text shall be green. 3.6 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260526 - 5 CDG 21403 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS B. Perform the following test and inspections and prepare test reports: 1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Test completed grounding system at each location where a maximum ground -resistance level is specified, at service disconnect enclosure grounding terminal, and at individual ground rods. Make tests at ground rods before any conductors are connected. a. Measure ground resistance no fewer than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall -of -potential method according to IEEE 81. Prepare dimensioned Drawings locating each test well, ground rod and ground -rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. C. Report measured ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less 10 ohms. 2. Power Distribution Units or Panelboards Serving Electronic Equipment: lohm(s). D. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance. END OF SECTION 260526 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260529 - 1 CDG 21403 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS SECTION 260529 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: l . Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. B. Related Sections include the following: I. Division 26 Section "Vibration And Seismic Controls For Electrical Systems" for products and installation requirements necessary for compliance with seismic criteria. 1.3 DEFINITIONS A. EMT: Electrical metallic tubing. B. RMC: Rigid metal conduit. 1.4 PERFORMANCE REQUIREMENTS A. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. B. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. C. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of five times the applied force. 1.5 SUBMITTALS A. Product Data: For the following: 1. Steel slotted support systems. B. Shop Drawings: Show fabrication and installation details and include calculations for the following: 1. Trapeze hangers. Include Product Data for components. 2. Steel slotted channel systems. Include Product Data for components. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260529 - 2 CDG 21403 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS ' 3. Nonmetallic slotted channel systems. Include Product Data for components. 4. Equipment supports. C. Welding certificates. 1.6 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Comply with NFPA 70. 1.7 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. B. Coordinate installation of roof curbs, equipment supports, and roof penetrations. These items are specified in Division 07 Section "Roof Accessories." PART 2 - PRODUCTS 2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4, factory -fabricated components for field assembly. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. C. Thomas & Betts Corporation. d. Unistrut; Tyco International, Ltd. 2. Metallic Coatings: Hot -dip galvanized after fabrication and applied according to MFMA-4. 3. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4. 4. Channel Dimensions: Selected for applicable load criteria. 5. Fittings and Accessories: Products of channel and angle manufacturer and designed for use with those items. 6. Fitting and Accessory Materials: Same as channels and angles, except metal items may be stainless steel. 7. Rated Strength: Selected to suit applicable load criteria. B. Raceway and Cable Supports: As described in NECA 1 and NECA 101. C. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260529 - 3 CDG 21403 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS I D. Support for Conductors in Vertical Conduit: Factory -fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non -armored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be malleable iron. E. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized. F. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Hilti Inc. 2. Mechanical -Expansion Anchors: Insert -wedge -type, [zinc -coated] [stainless] steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Cooper B-Line, Inc.; a division of Cooper Industries. 2) Hilti Inc. 3. Concrete Inserts: Steel or malleable -iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. 5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325. 6. Toggle Bolts: All -steel springhead type. 7. Hanger Rods: Threaded steel. 2.2 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted, structural -steel shapes, shop or field fabricated to fit dimensions of supported equipment. B. Materials: Comply with requirements in Division 05 Section "Metal Fabrications" for steel shapes and plates. PART 3 - EXECUTION 3.1 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260529 - 4 CDG 21403 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMT, IMC, and RMC as required by NFPA 70. Minimum rod size shall be 1/4 inch in diameter. C. Multiple Raceways or Cables: Install trapeze -type supports fabricated with steel slotted or other support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. 1. Secure raceways and cables to these supports with single -bolt conduit clamps. D. Spring -steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.2 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. Raceway Support Methods: In addition to methods described in NECA 1, EMT and RMC may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. D. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. Instead of expansion anchors, powder -actuated driven threaded studs provided with lock washers and nuts may be used in existing standard -weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight -aggregate concrete or for slabs less than 4 inches thick. 6. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69. 7. To Light Steel: Sheet metal screws. 8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted -channel racks attached to substrate by means that meet seismic -restraint strength and anchorage requirements. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.3 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Division 05 Section "Metal Fabrications" for site -fabricated metal supports. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260529 - 5 CDG 21403 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS t C. Field Welding: Comply with AWS D1.1/D1.1M. 3.4 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Use 3000-psi 28-day compressive -strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Division 03 Section "Cast -in -Place Concrete." C. Anchor equipment to concrete base. 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor -bolt manufacturer's written instructions. 3.5 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field -painted surfaces. 1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils. B. Touchup: Comply with requirements in Division 09 painting Sections for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal. C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing -repair paint to comply with ASTM A 780. END OF SECTION 260529 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260533 - 1 CDG 21403 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS s SECTION 260533 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. B. Related Sections include the following: 1. Division 26 Section "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction. 1.3 DEFINITIONS A. EMT: Electrical metallic tubing. B. ENT: Electrical nonmetallic tubing. C. LFMC: Liquidtight flexible metal conduit. 1.4 SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and cabinets. B. Shop Drawings: For the following raceway components. Include plans, elevations, sections, details, and attachments to other work. 1. Custom enclosures and cabinets. 2. For handholes and boxes for underground wiring, including the following: a. Duct entry provisions, including locations and duct sizes. b. Frame and cover design. C. Grounding details. d. Dimensioned locations of cable rack inserts, and pulling -in and lifting irons. e. Joint details. C. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Structural members in the paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in the paths of conduit groups with common supports. r CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260533 - 6 CDG 21403 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS G. Raceways Embedded in Slabs: 1. Run conduit larger than 1-inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Change from Type EPC-40-PVC, rigid steel conduit, before rising above the floor. H. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No. 4 AWG. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. K. Flexible Conduit Connections: Use maximum of 72 inches of flexible conduit for recessed and semirecessed lighting fixtures, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. L. Recessed Boxes in Masonry Walls: Saw -cut opening for box in center of cell of masonry block, and install box flush with surface of wall. M. Set metal floor boxes level and flush with finished floor surface. 3.3 INSTALLATION OF UNDERGROUND CONDUIT A. Direct -Buried Conduit: 1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom as specified in Division 31 Section "Earth Moving" for pipe less than 6 inches in nominal diameter. 2. Install backfill as specified in Division 31 Section "Earth Moving." 3. After installing conduit, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Division 31 Section "Earth Moving." 4. Install manufactured duct elbows for stub -ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Encase elbows for stub -up ducts throughout the length of the elbow. 5. Install manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches of concrete. r CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260533 - 7 CDG 21403 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS a b. For stub -ups at equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment. 3.4 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping." B. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. D. Rectangular Sleeve Minimum Metal Thickness: For sleeve cross-section rectangle perimeter less than 50 inches and no side greater than 16 inches, thickness shall be 0.052 inch. For sleeve cross-section rectangle perimeter equal to, or greater than, 50 inches and 1 or more sides equal to, or greater than, 16 inches, thickness shall be 0.138 inch. E. Fire -Rated Assemblies: Install sleeves for penetrations of fire -rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall. F. Cut sleeves to length for mounting flush with both surfaces of walls. G. Extend sleeves installed in floors 2 inches above finished floor level. H. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway unless sleeve seal is to be installed or unless seismic criteria require different clearance. I. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. Interior Penetrations of Non -Fire -Rated Walls and Floors: Seal annular space between sleeve and raceway, using joint sealant appropriate for size, depth, and location of joint. Refer to Division 07 Section "Joint Sealants" for materials and installation. K. Fire -Rated -Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway penetrations. Install sleeves and seal with firestop materials. Comply with Division 07 Section "Penetration Firestopping." L. Roof -Penetration Sleeves: Seal penetration of individual raceways with flexible, boot -type flashing units applied in coordination with roofing work. M. Aboveground, Exterior -Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. N. Underground, Exterior -Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1-inch annular clear space between raceway and sleeve for installing mechanical sleeve seals. A CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260553 - 2 CDG 21403 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1 B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. C. Coordinate installation of identifying devices with location of access panels and doors. t D. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2 - PRODUCTS 2.1 POWER RACEWAY IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway size. B. Colors for Raceways Carrying Circuits at 600 V or Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type. C. Self -Adhesive Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound adhesive tape for securing ends of legend label. 2.2 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway and cable size. B. Self -Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical - resistant coating and matching wraparound adhesive tape for securing ends of legend label. 2.3 CONDUCTOR IDENTIFICATION MATERIALS A. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. B. Marker Tapes: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. 2.4 UNDERGROUND -LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications utility lines. 2. Printing on tape shall be permanent, continuously -printed, and shall not be damaged by burial operations. 3. Tape material shall be polyethylene and not less than 6 inches wide and 4 mils thick and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260553 -3 CDG 21403 IDENTIFICATION FOR ELECTRICAL SYSTEMS B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red -Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE. 3. Inscriptions for Orange -Colored Tapes: TELEPHONE CABLE, CATV CABLE, COMMUNICATIONS CABLE, OPTICAL FIBER CABLE. 2.5 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self -Adhesive Warning Labels: Factory -printed, multicolor, pressure -sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." 2.6 INSTRUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. inches and 1/8 inch thick for larger sizes. 1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. 2.7 EQUIPMENT IDENTIFICATION LABELS A. Self -Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white letters on a dark -gray background. Minimum letter height shall be 3/8 inch. B. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark -gray background. Minimum letter height shall be 3/8 inch. 2.8 CABLE TIES A. General -Purpose Cable Ties: Fungus inert, self extinguishing, one piece, self locking, Type 6/6 nylon. 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F , According to ASTM D 638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black except where used for color -coding. r- : CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260553 - 4 CDG 21403 IDENTIFICATION FOR ELECTRICAL SYSTEMS 2.9 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Paint: Comply with requirements in Division 09 painting Sections for paint materials and application requirements. Select paint system applicable for surface material and location (exterior or interior). B. Fasteners for Labels and Signs: Self -tapping, stainless -steel screws or stainless -steel machine screws with nuts and flat and lock washers. PART 3 - EXECUTION 3.1 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self -Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate. F. System Identification Color -Coding Bands for Raceways and Cables: Each color -coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas. G. Underground -Line Warning Tape: During backfilling of trenches install continuous underground -line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. H. Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application. 3.2 IDENTIFICATION SCHEDULE A. Accessible Raceways and Metal -Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A, and 120 V to ground: Identify with self-adhesive vinyl tape applied in bands. B. Accessible Raceways and Cables of Auxiliary Systems: Identify the covers of each junction and pull box of the following systems with self-adhesive vinyl tape applied bands: 1. Fire Alarm systems: Red. 2. Security System: Blue and yellow. 3. Telecommunications System: Green and yellow. 4. Control wiring: Green and red. C. Power -Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color -coding conductor tape to identify the phase. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260553 - 5 CDG 21403 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1. Color -Coding for Phase and Voltage Level Identification, 600 V or Less: Use colors listed below for ungrounded service, feeder, and branch -circuit conductors. a. Color shall be factory applied or field applied for sizes larger than No. 10 AWG, if authorities having jurisdiction permit. b. Colors for 208/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. C. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. d. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. D. Install instructional sign including the color -code for grounded and ungrounded conductors using adhesive -film -type labels. E. Auxiliary Electrical Systems Conductor Identification: Identify field -installed alarm, control, and signal connections. 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory -installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual. F. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting, communication, and control wiring and optical fiber cable. Install underground -line warning tape for both direct -buried cables and cables in raceway. G. Workspace Indication: Install floor marking tape to show working clearances in the direction of access to live parts. Workspace shall be as required by NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush -mounted panelboards and similar equipment in finished spaces. H. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self-adhesive warning labels. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260553 - 6 CDG 21403 IDENTIFICATION FOR ELECTRICAL SYSTEMS Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. J. Emergency Operating Instruction Signs: Install instruction signs with white legend on a red background with minimum 3/8-inch-high letters for emergency instructions at equipment used for power transfer. K. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. Labeling Instructions: a. Indoor Equipment: Self-adhesive, engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2-inch-high letters on 1-1/2-inch- high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label. C. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be self-adhesive, engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. C. Access doors and panels for concealed electrical items. d. Switchgear. e. Switchboards. f. Transformers: Label that includes tag designation shown on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. g. Emergency system boxes and enclosures. h. Motor -control centers. i. Enclosed switches. j. Enclosed circuit breakers. k. Enclosed controllers. 1. Variable -speed controllers. in. Push-button stations. n. Power transfer equipment. o. Contactors. P. Remote -controlled switches, dimmer modules, and control devices. q. Monitoring and control equipment. END OF SECTION 260553 d CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 SECTION 26 0923 - LIGHTING CONTROL DEVICES PART 1 - GENERAL 260923 - 1 LIGHTING CONTROL DEVICES 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Time switches. 2. Photoelectric switches. 3. Lighting contactors. B. Related Requirements: 1. Division 26 Section "Wiring Devices" for wall -box dimmers, wall -switch occupancy sensors, and manual light switches. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Show installation details for occupancy and light -level sensors. 1. Interconnection diagrams showing field -installed wiring. 1.4 INFORMATIONAL SUBMITTALS A. Field quality -control reports. 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For each type of lighting control device to include in emergency, operation, and maintenance manuals. LIGHTING CONTROL DEVICES 26 0923 - 1 i CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 PART 2 - PRODUCTS 2.1 TIME SWITCHES 260923 - 2 LIGHTING CONTROL DEVICES r A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Intermatic, Inc. 2. Lightolier Controls; a Genlyte Company. 3. Square D; Schneider Electric. 4. NSi Industries LLC; TORK Products. 5, Watt Stopper (The). B. Electronic Time Switches: Electronic, solid state, programmable, with alphanumeric display; complying with UL 917. 1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Contact Configuration: SPST. 3. Contact Rating: 30-A inductive or resistive, 277-V ac. 4. Programs: single channels; each channel is individually programmable with eight on -off set points on a 24-hour schedule. 5. Circuitry: Allow connection of a photoelectric relay as substitute for on -off function of a program. 6. Astronomic Time: All channels. 7. Automatic daylight savings time changeover. 8. Battery Backup: Not less than seven days reserve, to maintain schedules and time clock. 2.2 OUTDOOR PHOTOELECTRIC SWITCHES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Intermatic Inc. 2. Novitas, Inc 3. Square D; Schneider Electric. 4. Watt Stopper (The). B. Description: Solid state, with SPST dry contacts rated for 1800-VA tungsten or 1000-VA inductive, to operate connected relay, contactor coils, or microprocessor input; complying with UL 773A. 1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Light -Level Monitoring Range: 1.5 to 10 fc, with an adjustment for turn -on and turn-off levels within that range, and a directional lens in front of the photocell to prevent fixed light sources from causing turn-off. 3. Time Delay: Fifteen second minimum, to prevent false operation. 4. Surge Protection: Metal -oxide varistor, comply with IEEE C62.41.1, IEEE C62.41.2, and IEEE 62.45 for Category A 1 locations. i.1 LIGHTING CONTROL DEVICES 26 0923 - 2 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260923 - 3 CDG 21403 LIGHTING CONTROL DEVICES 5. Mounting: Twist lock complies with NEMA C136.10, with base -and -stem mounting or stem -and -swivel mounting accessories as required to direct sensor to the north sky exposure. 2.3 LIGHTING CONTACTORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Eaton Electrical Inc.; Cutler -Hammer Products. 2. GE Industrial Systems; Total Lighting Control. 3. Square D; a brand of Schneider Electric. B. Description: Electrically operated and electrically held, complying with NEMA ICS 2 and UL 508. 1. Current Rating for Switching: Listing or rating consistent with type of load served, including tungsten filament, inductive, and high -inrush ballast (ballast with 15 percent or less total harmonic distortion of normal load current). 2. Fault Current Withstand Rating: Equal to or exceeding the available fault current at the point of installation. 3. Enclosure: Comply with NEMA 250. 2.4 CONDUCTORS AND CABLES A. Power Wiring to Supply Side of Remote -Control Power Sources: Not smaller than No. 12 AWG. Comply with requirements in Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." B. Classes 2 and 3 Control Cable: Multiconductor cable with stranded -copper conductors not smaller than No. 18 AWG. Comply with requirements in Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." C. Class 1 Control Cable: Multiconductor cable with stranded -copper conductors not smaller than No. 14 AWG. Comply with requirements in Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." PART 3 - EXECUTION 3.1 SENSOR INSTALLATION A. Coordinate layout and installation of ceiling -mounted devices with other construction that penetrates ceilings or is supported by them, including light fixtures, HVAC equipment, smoke detectors, fire -suppression systems, and partition assemblies. 3 B. Install and aim sensors in locations to achieve not less than 90 percent coverage of areas indicated. Do not exceed coverage limits specified in manufacturer's written instructions. I LIGHTING CONTROL DEVICES 26 0923 - 3 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 260923 - 4 CDG 21403 LIGHTING CONTROL DEVICES r i, 3.2 CONTACTOR INSTALLATION ' A. Mount electrically held lighting contactors with elastomeric isolator pads to eliminate structure - borne vibration, unless contactors are installed in an enclosure with factory -installed vibration isolators. 3.3 WIRING INSTALLATION A. Wiring Method: Comply with Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." Minimum conduit size is 1/2 inch. B. Wiring within Enclosures: Comply with NECA 1. Separate power -limited and nonpower- limited conductors according to conductor manufacturer's written instructions. C. Size conductors according to lighting control device manufacturer's written instructions unless otherwise indicated. D. Splices, Taps, and Terminations: Make connections only on numbered terminal strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures. 3.4 IDENTIFICATION A. Identify components and power and control wiring according to Division 26 Section "Identification for Electrical Systems." 1. Identify controlled circuits in lighting contactors. 2. Identify circuits or luminaires controlled by photoelectric and occupancy sensors at each sensor. B. Label time switches and contactors with a unique designation. 3.5 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare test reports: 1. Operational Test: After installing time switches and sensors, and after electrical circuitry has been energized, start units to confirm proper unit operation. 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. B. Lighting control devices will be considered defective if they do not pass tests and inspections. 3.6 ADJUSTING A. Occupancy Adjustments: When requested within 12 months from date of Substantial Completion, provide on -site assistance in adjusting sensors to suit actual occupied conditions. Provide up to two visits to Project during other -than -normal occupancy hours for this purpose. i LIGHTING CONTROL DEVICES 26 0923 - 4 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 END OF SECTION 26 0923 260923 -5 LIGHTING CONTROL DEVICES LIGHTING CONTROL DEVICES 260923-5 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262416 - 1 CDG 21403 PANELBOARDS SECTION 262416 - PANELBOARDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Distribution panelboards. 2. Lighting and appliance branch -circuit panelboards. 1.3 SUBMITTALS A. Product Data: For each type of panelboard, switching and overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. 2. Detail enclosure types and details for types other than NEMA 250, Type 1. 3. Detail bus configuration, current, and voltage ratings. 4. Short-circuit current rating of panelboards and overcurrent protective devices. 5. Include evidence of NRTL listing for series rating of installed devices. 6. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 7. Include wiring diagrams for power, signal, and control wiring. 8. Include time -current coordination curves for each type and rating of overcurrent protective device included in panelboards. Submit on translucent log -log graft paper; include selectable ranges for each type of overcurrent protective device. C. Qualification Data: For qualified testing agency. D. Field Quality -Control Reports: 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. E. PaneIboard Schedules: For installation in panelboards. Submit final versions after load balancing. F. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262416 - 2 CDG 21403 PANELBOARDS 2. Time -current curves, including selectable ranges for each type of overcurrent protective device that allows adjustments. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on -site testing. B. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Comply with NEMA PB 1. F. Comply with NFPA 70. 1.5 PROJECT CONDITIONS A. Environmental Limitations: 1. Do not deliver or install panelboards until spaces are enclosed and weathertight, wet work in spaces is complete and dry, work above panelboards is complete, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. 2. Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 23 deg F to plus 104 deg F. b. Altitude: Not exceeding 6600 feet. B. Service Conditions: NEMA PB 1, usual service conditions, as follows: 1. Ambient temperatures within limits specified. 2. Altitude not exceeding 6600 feet. C. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Architect, Construction Manager, and Owner no fewer than two days in advance of proposed interruption of electric service. 2. Do not proceed with interruption of electric service without Owner's written permission. 3. Comply with NFPA 70E. 1.6 COORDINATION A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262416 - 3 CDG 21403 PANELBOARDS encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace transient voltage suppression devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 1.8 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys: Two spares for each type of panelboard cabinet lock. PART2-PRODUCTS 2.1 GENERAL REQUIREMENTS FOR PANELBOARDS A. Fabricate and test panelboards according to IEEE 344 to withstand seismic forces defined in Division 26 Section "Vibration and Seismic Controls for Electrical Systems." B. Enclosures: Flush- and surface -mounted cabinets. 1. Rated for environmental conditions at installed location. a. Indoor Dry and Clean Locations: NEMA 250, Type 1. b. Outdoor Locations: NEMA 250, Type 3R. C. Other Wet or Damp Indoor Locations: NEMA 250, Type 4. d. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: NEMA 250, Type 12. 2. Front: Secured to box with concealed trim clamps. For surface -mounted fronts, match box dimensions; for flush -mounted fronts, overlap box. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. 4. Finishes: a. Panels and Trim: Steel and galvanized steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two -coat, baked -on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Same finish as panels and trim. 5. Directory Card: Inside panelboard door, mounted in transparent card holder. C. Incoming Mains Location: Top and bottom. D. Phase, Neutral, and Ground Buses: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262416 - 4 CDG 21403 PANELBOARDS l . Material: Hard -drawn copper, 98 percent conductivity. 2. Equipment Ground Bus: Adequate for feeder and branch -circuit equipment grounding conductors; k bonded to box. E. Conductor Connectors: Suitable for use with conductor material and sizes. 1. Material: Hard -drawn copper, 98 percent conductivity. 2. Main and Neutral Lugs: Mechanical type. 3. Ground Lugs and Bus -Configured Terminators: Mechanical type. F. Service Equipment Label: NRTL labeled for use as service equipment for panelboards or load centers with one or more main service disconnecting and overcurrent protective devices. G. Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices. -, H. Panelboard Short -Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. 2.2 DISTRIBUTION PANELBOARDS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: I . Square D; a brand of Schneider Electric. 2. GE Electrical Distribution & Control. 3. Cutler -Hammer. B. Panelboards: NEMA PB 1, power and feeder distribution type. C. Doors: Secured with vault -type latch with tumbler lock; keyed alike. 1. For doors more than 36 inches high, provide two latches, keyed alike. D. Mains: Circuit breaker or Lugs only. E. Branch Overcurrent Protective Devices for Circuit -Breaker Frame Sizes 125 A and Smaller: Bolt -on circuit breakers. F. Branch Overcurrent Protective Devices for Circuit -Breaker Frame Sizes Larger Than 125 A: Bolt -on circuit breakers; plug-in circuit breakers where individual positive -locking device requires mechanical release for removal. 2.3 LIGHTING AND APPLIANCE BRANCH -CIRCUIT PANELBOARDS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Square D; a brand of Schneider Electric. 2. GE Electrical Distribution & Control. 3. Cutler -Hammer. B. Panelboards: NEMA PB 1, lighting and appliance branch -circuit type. C. Mains: Circuit breaker or lugs only. D. Branch Overcurrent Protective Devices: Bolt -on circuit breakers, replaceable without disturbing adjacent units. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262416 - 5 CDG 21403 PANELBOARDS E. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. 2.4 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Square D; a brand of Schneider Electric. 2. GE Electrical Distribution & Control. 3. Cutler -Hammer. B. Molded -Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal -Magnetic Circuit Breakers: Inverse time -current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit - breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous -Trip Circuit Breakers: Magnetic trip element with front -mounted, field - adjustable trip setting. 3. Molded -Case Circuit -Breaker (MCCB) Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. C. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high -intensity discharge (HID) lighting circuits. d. Ground -Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time -delay settings, push -to -test feature, and ground -fault indicator. C. Multipole units enclosed in a single housing or factory assembled to operate as a single unit. f. Handle Padlocking Device: Fixed attachment, for locking circuit -breaker handle in off position. g. Handle Clamp: Loose attachment, for holding circuit -breaker handle in on position. PART 3 - EXECUTION 3.I EXAMINATION A. Receive, inspect, handle, and store panelboards according to NECA 407. B. Examine panelboards before installation. Reject panelboards that are damaged or rusted or have been subjected to water saturation. C. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install panelboards and accessories according to NECA 407. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262416 - 6 CDG 2I403 PANELBOARDS C. Comply with mounting and anchoring requirements specified in Division 26 Section "Vibration and Seismic Controls for Electrical Systems." D. Mount top of trim 90 inches above finished floor unless otherwise indicated. E. Mount panelboard cabinet plumb and rigid without distortion of box. Mount recessed panelboards with fronts uniformly flush with wall finish and mating with back box. F. Install overcurrent protective devices and controllers not already factory installed. 1. Set field -adjustable, circuit -breaker trip ranges. G. Install filler plates in unused spaces. H. Stub four 1-inch empty conduits from panelboard into accessible ceiling space or space designated to be ceiling space in the future. Stub four 1-inch empty conduits into raised floor space or below slab not on grade. I. Arrange conductors in gutters into groups and bundle and wrap with wire ties after completing load balancing. J. Comply with NECA 1. 3.3 IDENTIFICATION A. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs complying with Division 26 Section "Identification for Electrical Systems." B. Create a directory to indicate installed circuit loads after balancing panelboard loads; incorporate Owner's final room designations. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Division 26 Section "Identification for Electrical Systems." D. Device Nameplates: Label each branch circuit device in distribution panelboards with a nameplate complying with requirements for identification specified in Division 26 Section "Identification for Electrical Systems." 3.4 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. B. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262416 - 7 CDG 21403 PANELBOARDS D. Panelboards will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.5 ADJUSTING A. Adjust moving parts and operable component to function smoothly, and lubricate as recommended by manufacturer. B. Load Balancing: After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes. 1. Measure as directed during period of normal system loading. 2. Perform load -balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24-hour services such as fax machines and on-line data processing, computing, transmitting, and receiving equipment. 3. After circuit changes, recheck loads during normal load period. Record all load readings before and after changes and submit test records. 4. Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. 3.6 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions. END OF SECTION CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262726 - 1 CDG 21403 WIRING DEVICES SECTION 262726 - WIRING DEVICES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Receptacles, receptacles with integral GFCI, and associated device plates. 2. Twist -locking receptacles. 3. Receptacles with integral surge suppression units. 4. Wall -box motion sensors. 5. Isolated -ground receptacles. 6. Commercial -grade receptacles. 7. Snap switches and wall -box dimmers. 8. Wall -switch and exterior occupancy sensors. 9. Communications outlets. 10. Cord and plug sets. 1.3 DEFINITIONS A. GFCI: Ground -fault circuit interrupter. B. Pigtail: Short lead used to connect a device to a branch -circuit conductor. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: List of legends and description of materials and process used for premarking wall plates. C. Samples: One for each type of device and wall plate specified, in each color specified. D. Field quality -control test reports. E. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing label warnings and instruction manuals that include labeling conditions. 1.5 QUALITY ASSURANCE A. Source Limitations: Obtain each type of wiring device and associated wall plate through one source from a single manufacturer. Insofar as they are available, obtain all wiring devices and associated wall plates from a single manufacturer and one source. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262726 - 2 CDG 21403 WIRING DEVICES B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. 1.6 COORDINATION A. Receptacles for Owner -Furnished Equipment: Match plug configurations. 1. Cord and Plug Sets: Match equipment requirements. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: 1. Cooper Wiring Devices; a division of Cooper Industries, Inc. (Cooper). 2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell). 3. Leviton Mfg. Company Inc. (Leviton). 4. Pass & Seymour/Legrand; Wiring Devices & Accessories (Pass & Seymour). 2.2 STRAIGHT BLADE RECEPTACLES A. Hospital -Grade, Duplex Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 configuration 5-20R, and UL 498 Supplement SD. 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. Cooper; 5362 (duplex). b. Hubbell; HBL5361 (single), HBL5362 (duplex). C. Leviton; 5361 (single), 5362 (duplex). B. Isolated -Ground, Duplex Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 configuration 5-20R, and UL 498. 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. Hubbell; CR 5253IG. b. Leviton; 53624G. C. Pass & Seymour; IG6300. 3. Description: Straight blade; equipment grounding contacts shall be connected only to the green grounding screw terminal of the device and with inherent electrical isolation from mounting strap. Isolation shall be integral to receptacle construction and not dependent on removable parts. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262726 - 3 CDG 21403 WIRING DEVICES 2.3 GFCI RECEPTACLES A. General Description: Straight blade, non -feed -through type. Comply with NEMA WD 1, NEMA WD 6, UL 498, and UL 943, Class A, and include indicator light that is lighted when device is tripped. B. Hospital -Grade, Duplex GFCI Convenience Receptacles, 125 V, 20 A: Comply with UL 498 Supplement SD. 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. Cooper; SGF20. b. Hubbell; GFST20. C. Leviton; 7899. d. Pass & Seymour; 2095. 2.4 TWIST -LOCKING RECEPTACLES A. Single Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 configuration L5-20R, and UL 498. 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. Cooper; L520R. b. Hubbell; HBL2310. C. Leviton; 2310. d. Pass & Seymour; L520-R. 2.5 PENDANT CORD -CONNECTOR DEVICES A. Description: Matching, locking -type plug and receptacle body connector; NEMA WD 6 configurations L5-20P and L5-20R, heavy-duty grade. 1. Body: Nylon with screw -open cable -gripping jaws and provision for attaching external cable grip. 2. External Cable Grip: Woven wire -mesh type made of high -strength galvanized -steel wire strand, matched to cable diameter, and with attachment provision designed for corresponding connector. 2.6 CORD AND PLUG SETS A. Description: Match voltage and current ratings and number of conductors to requirements of equipment being connected. 1. Cord: Rubber -insulated, stranded -copper conductors, with Type SOW -A jacket; with green - insulated grounding conductor and equipment -rating ampacity plus a minimum of 30 percent. 2. Plug: Nylon body and integral cable -clamping jaws. Match cord and receptacle type for connection. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262726 - 4 CDG 21403 WIRING DEVICES 2.7 SNAP SWITCHES A. Comply with NEMA WD 1 and UL 20. B. Switches, 120/277 V, 20 A: 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. Hubbell; CS 1221 (single pole), CS 1222 (two pole), CS 1223 (three way), CS 1224 (four way)- C. Pilot Light Switches, 20 A: 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. Cooper; 2221PL for 120 V and 277 V. b. Hubbell; HPL1221 PL for 120 V and 277 V. C. Leviton; 1221-PLR for 120 V, 1221-7PLR for 277 V. d. Pass & Seymour; PS20AC I -PLR for 120 V. 3. Description: Single pole, with neon -lighted handle, illuminated when switch is "ON." D. Single -Pole, Double -Throw, Momentary Contact, Center -Off Switches, 120/277 V, 20 A; for use with mechanically held lighting contactors. 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. Cooper; 1995. b. Hubbell; HBL1557. C. Leviton; 1257. d. Pass & Seymour; 1251. 2.8 OCCUPANCY SENSORS A. Wall -Switch Sensors: 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. Hubbell; AT 120 for 120 V, AT277 for 277 V. b. Leviton; ODS 15-ID. 3. Description: Adaptive -technology type, 120/277 V, adjustable time delay up to 20 minutes, 180- degree field of view, with a minimum coverage area of 900 sq. ft.. B. Long -Range Wall -Switch Sensors: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262726 - 5 CDG 21403 WIRING DEVICES 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. Hubbell; ATDI600WRP. b. Leviton; ODW12-MRW. C. Watt Stopper (The); DT-200. 3. Description: Dual technology, with both passive -infrared- and ultrasonic -type sensing, 120/277 V, adjustable time delay up to 30 minutes, I I0-degree field of view, and a minimum coverage area of 1200 sq. ft.. 2.9 COMMUNICATIONS OUTLETS A. Telephone Outlet: 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. Cooper; 3560-6. b. Leviton; 40649. 3. Description: Single RJ-45 jack for terminating 100-ohm, balanced, four -pair UTP; TIA/EIA-568- B.1; complying with Category 5e. Comply with UL 1863. B. Combination TV and Telephone Outlet: 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. Cooper; 3562. b. Leviton; 40595. 3. Description: Single RJ-45 jack for 100-ohm, balanced, four -pair UTP; TIA/EIA-568-B.1; complying with Category 5e; and one Type F coaxial cable connector. 2.10 WALL PLATES A. Single and combination types to match corresponding wiring devices. 1. Plate -Securing Screws: Metal with head color to match plate finish. 2. Material for Finished Spaces: 0.035-inch- thick, satin -finished stainless steel. 3. Material for Unfinished Spaces: Galvanized steel. 2.11 MULTIOUTLET ASSEMBLIES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262726 - 6 CDG 21403 WIRING DEVICES 1. Hubbell Incorporated; Wiring Device-Kellems. 2. Wiremold Company (The). C. Components of Assemblies: Products from a single manufacturer designed for use as a complete, matching assembly of raceways and receptacles. D. Raceway Material: PVC. E. Wire: No. 12 AWG. 2.12 FINISHES A. Color: Wiring device catalog numbers in Section Text do not designate device color. 1. Wiring Devices Connected to Normal Power System: As selected by Architect, unless otherwise indicated or required by NFPA 70 or device listing. 2. Wiring Devices Connected to Emergency Power System: Red. 3. TVSS Devices: Blue. 4. Isolated -Ground Receptacles: As specified above, with orange triangle on face. PART 3-EXECUTION 3.1 INSTALLATION A. Comply with NECA 1, including the mounting heights listed in that standard, unless otherwise noted. B. Coordination with Other Trades: 1. Take steps to insure that devices and their boxes are protected. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of the boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until just before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. C. Pigtailing existing conductors is permitted provided the outlet box is large enough. D. Device Installation: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262726 - 7 CDG 21403 WIRING DEVICES 1. Replace all devices that have been in temporary use during construction or that show signs that they were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 5. When there is a choice, use side wiring with binding -head screw terminals. Wrap solid conductor tightly clockwise, 2/3 to 3/4 of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by the manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device mounting screws in yokes, allowing metal -to -metal contact. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles up, and on horizontally mounted receptacles to the right. 2. Install hospital -grade receptacles in patient -care areas with the ground pin or neutral blade at the top. F. Device Plates: Do not use oversized or extra -deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or -do not cover rough wall opening. G. Dimmers: 1. Install dimmers within terms of their listing. 2. Verify that dimmers used for fan speed control are listed for that application. 3. Install unshared neutral conductors on line and load side of dimmers according to manufacturers' device listing conditions in the written instructions. H. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. Adjust locations of floor service outlets and service poles to suit arrangement of partitions and furnishings. 3.2 IDENTIFICATION A. Comply with Division 26 Section "Identification for Electrical Systems." Receptacles: Identify panelboard and circuit number from which served. Use hot, stamped or engraved machine printing with black -filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. 3.3 FIELD QUALITY CONTROL A. Perform tests and inspections and prepare test reports. 1. In healthcare facilities, prepare reports that comply with recommendations in NFPA 99. 2. Test Instruments: Use instruments that comply with UL 1436. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 262726 - 8 CDG 21403 WIRING DEVICES 3. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated LED indicators of measurement. B. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not acceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. The tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. END OF SECTION 262726 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 265100 - 1 CDG 21403 INTERIOR LIGHTING SECTION 265100 - INTERIOR LIGHTING PART 1 - GENERAL - 1.1 RELATED DOCUMENTS (' A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Interior lighting fixtures, lamps, and ballasts. 2. Exit signs. 3. Lighting fixture supports. B. Related Sections: 1. Division 26 Section "Lighting Control Devices" for automatic control of lighting, including time switches, photoelectric relays, occupancy sensors, and multipole lighting relays and contactors. 2. Division 26 Section "Wiring Devices" for manual wall -box dimmers for incandescent lamps. ' 1.3 DEFINITIONS A. BF: Ballast factor. _ . B. CCT: Correlated color temperature. C. CRI: Color -rendering index. D. HID: High -intensity discharge. E. LER: Luminaire efficacy rating. F. Lumen: Measured output of lamp and luminaire, or both. G. Luminaire: Complete lighting fixture, including ballast housing if provided. 1.4 SUBMITTALS A. Product Data: For each type of lighting fixture, arranged in order of fixture designation. Include data on . features, accessories, finishes, and the following: -- 1. Physical description of lighting fixture including dimensions. 2. Emergency lighting units including battery and charger. r ' 3. Ballast, including BF. 4. Energy -efficiency data. C, l CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 265100 - 2 INTERIOR LIGHTING 5. Air and Thermal Performance Data: For air -handling lighting fixtures. Furnish data required in "Submittals" Article in Division 23 Section "Diffusers, Registers, and Grilles." 6. Sound Performance Data: For air -handling lighting fixtures. Indicate sound power level and sound transmission class in test reports certified according to standards specified in Division 23 Section "Diffusers, Registers, and Grilles." 7. Life, output (lumens, CCT, and CRI), and energy -efficiency data for lamps. 8. Photometric data and adjustment factors based on laboratory tests, complying with IESNA Lighting Measurements Testing & Calculation Guides, of each lighting fixture type. The adjustment factors shall be for lamps, ballasts, and accessories identical to those indicated for the lighting fixture as applied in this Project. a. Testing Agency Certified Data: For indicated fixtures, photometric data shall be certified by a qualified independent testing agency. Photometric data for remaining fixtures shall be certified by manufacturer. b. Manufacturer Certified Data: Photometric data shall be certified by a manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. B. Shop Drawings: For nonstandard or custom lighting fixtures. Include plans, elevations, sections, details, and attachments to other work. 1. Wiring Diagrams: For power, signal, and control wiring. C. Samples: For each lighting fixture indicated in the Interior Lighting Fixture Schedule. Each Sample shall include the following: I . Lamps and ballasts, installed. 2. Cords and plugs. D. Coordination Drawings: Reflected ceiling plan(s) and other details, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Lighting fixtures. 2. Suspended ceiling components. 3. Structural members to which suspension systems for lighting fixtures will be attached. 4. Other items in finished ceiling including the following: a. Air outlets and inlets. b. Speakers. C. Sprinklers. d. Smoke and fire detectors. e. Occupancy sensors. f. Access panels. E. Qualification Data: For qualified agencies providing photometric data for lighting fixtures. F. Product Certificates: For each type of ballast for bi-level and dimmer -controlled fixtures, from manufacturer. G. Field quality -control reports. H. Operation and Maintenance Data: For lighting equipment and fixtures to include in emergency, operation, and maintenance manuals. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 I. Warranty: Sample of special warranty. 265100 - 3 INTERIOR LIGHTING 1.5 QUALITY ASSURANCE A. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated, that is an NRTL as defined by OSHA in 29 CFR 1910, complying with the IESNA Lighting Measurements Testing & Calculation Guides. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with NFPA 70. D. FM Global Compliance: Lighting fixtures for hazardous locations shall be listed and labeled for indicated class and division of hazard by FM Global. E. Mockups: Provide interior lighting fixtures for room or module mockups, complete with power and control connections. 1. Obtain Architect's approval of fixtures for mockups before starting installations. 2. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 3. Approved fixtures in mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 COORDINATION A. Coordinate layout and installation of lighting fixtures and suspension system with other construction that penetrates ceilings or is supported by them, including HVAC equipment, fire -suppression system, and partition assemblies. 1.7 WARRANTY A. Special Warranty for Ballasts: Manufacturer's standard form in which ballast manufacturer agrees to repair or replace ballasts that fail in materials or workmanship within specified warranty period. 1. Warranty Period for Electronic Ballasts: Five years from date of Substantial Completion. 2. Warranty Period for Electromagnetic Ballasts: Three years from date of Substantial Completion. B. Special Warranty for T8 Fluorescent Lamps: Manufacturer's standard form, made out to Owner and signed by lamp manufacturer agreeing to replace lamps that fail in materials or workmanship, f.o.b. the nearest shipping point to Project site, within specified warranty period indicated below. 1. Warranty Period: One year from date of Substantial Completion. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 265100 - 4 CDG 21403 INTERIOR LIGHTING PART2-PRODUCTS 2.1 MANUFACTURERS A. In Interior Lighting Fixture Schedule where titles below are column or row headings that introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 GENERAL REQUIREMENTS FOR LIGHTING FIXTURES AND COMPONENTS A. Recessed Fixtures: Comply with NEMA LE 4 for ceiling compatibility for recessed fixtures. B. Incandescent Fixtures: Comply with UL 1598. Where LER is specified, test according to NEMA LE 5A. C. Fluorescent Fixtures: Comply with UL 1598. Where LER is specified, test according to NEMA LE 5 and NEMA LE 5A as applicable. D. HID Fixtures: Comply with UL 1598. Where LER is specified, test according to NEMA LE 5B. E. Metal Parts: Free of burrs and sharp corners and edges. F. Sheet Metal Components: Steel unless otherwise indicated. Form and support to prevent warping and sagging. G. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position. H. Diffusers and Globes: I . Acrylic Lighting Diffusers: 100 percent virgin acrylic plastic. High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. a. Lens Thickness: At least 0.125 inch minimum unless otherwise indicated. b. UV stabilized. 2. Glass: Annealed crystal glass unless otherwise indicated. I. Factory -Applied Labels: Comply with UL 1598. Include recommended lamps and ballasts. Labels shall be located where they will be readily visible to service personnel, but not seen from normal viewing angles when lamps are in place. 1. Label shall include the following lamp and ballast characteristics: a. "USE ONLY" and include specific lamp type. b. Lamp diameter code (T-4, T-5, T-8, T-12, etc.), tube configuration (twin, quad, triple, etc.), base type, and nominal wattage for fluorescent and compact fluorescent luminaires. C. Lamp type, wattage, bulb type (ED17, BD56, etc.) and coating (clear or coated) for HID luminaires. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 265100 - 5 CDG 21403 INTERIOR LIGHTING d. Start type (preheat, rapid start, instant start, etc.) for fluorescent and compact fluorescent luminaires. e. ANSI ballast type (M98, M57, etc.) for HID luminaires. 1 f. CCT and CRI for all luminaires. 2.3 BALLASTS FOR LINEAR FLUORESCENT LAMPS A. General Requirements for Electronic Ballasts: 1. Comply with UL 935 and with ANSI C82.11. 2. Sound Rating: Class A. 3. Total Harmonic Distortion Rating: Less than 10 percent. 4. Transient Voltage Protection: IEEE C62.41.1 and IEEE C62.41.2, Category A or better. 5. Operating Frequency: 42 kHz or higher. 6. Lamp Current Crest Factor: 1.7 or less. 7. BF: 0.88 or higher. 8. Power Factor: 0.98 or higher. 9. Parallel Lamp Circuits: Multiple lamp ballasts shall comply with ANSI C82.11 and shall be connected to maintain full light output on surviving lamps if one or more lamps fail. B. Ballasts for Low -Temperature Environments: 1. Temperatures 0 Deg F and Higher: Electronic type rated for 0 deg F starting and operating temperature with indicated lamp types. 2. Temperatures Minus 20 Deg F and Higher: Electromagnetic type designed for use with indicated lamp types. C. Ballasts for Bi-Level Controlled Lighting Fixtures: Electronic type. 1. Operating Modes: Ballast circuit and leads provide for remote control of the light output of the associated lamp between high- and low-level and off. a. High -Level Operation: 100 percent of rated lamp lumens. b. Low -Level Operation: 30 percent of rated lamp lumens. 2. Compatibility: Certified by manufacturer for use with specific bi-level control system and lamp type indicated. 2.4 BALLASTS FOR COMPACT FLUORESCENT LAMPS A. Description: Electronic -programmed rapid -start type, complying with UL 935 and with ANSI C 82.11, designed for type and quantity of lamps indicated. Ballast shall be designed for full light output unless dimmer or bi-level control is indicated: 1. Lamp end -of -life detection and shutdown circuit. 2. Automatic lamp starting after lamp replacement. 3. Sound Rating: Class A. 4. Total Harmonic Distortion Rating: Less than 20 percent. 5. Transient Voltage Protection: IEEE C62.41.1 and IEEE C62.41.2, Category A or better. 6. Operating Frequency: 20 kHz or higher. 7. Lamp Current Crest Factor: 1.7 or less. 8. BF: 0.95 or higher unless otherwise indicated. 9. Power Factor: 0.98 or higher. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 265100 - 6 CDG 21403 INTERIOR LIGHTING T 10. Interference: Comply with 47 CFR 18, Ch. 1, Subpart C, for limitations on electromagnetic and radio -frequency interference for nonconsumer equipment. 2.5 BALLASTS FOR HID LAMPS A. Electronic Ballast for Metal -Halide Lamps: Include the following features unless otherwise indicated: 1. Lamp end -of -life detection and shutdown circuit. 2. Sound Rating: Class A. 3. Total Harmonic Distortion Rating: Less than 15 percent. 4. Transient Voltage Protection: IEEE C62.41.1 and IEEE C62.41.2, Category A or better. 5. Lamp Current Crest Factor: 1.5 or less. 6. Power Factor: 0.90 or higher. 7. Interference: Comply with 47 CFR 18, Ch. 1, Subpart C, for limitations on electromagnetic and radio -frequency interference for nonconsumer equipment. 8. Protection: Class P thermal cutout. 9. Bi-Level Dimming Ballast: Ballast circuit and leads provide for remote control of the light output of the associated fixture between high- and low-level and off. a. High -Level Operation: 100 percent of rated lamp lumens. b. Low -Level Operation: 35 percent of rated lamp lumens. C. Compatibility: Certified by ballast manufacturer for use with specific bi-level control system and lamp type indicated. Certified by lamp manufacturer that ballast operating modes are free from negative effect on lamp life and color -rendering capability. 2.6 EXIT SIGNS A. General Requirements for Exit Signs: Comply with UL 924; for sign colors, visibility, luminance, and lettering size, comply with authorities having jurisdiction. B. Internally Lighted Signs: 1. Lamps for AC Operation: LEDs, 70,000 hours minimum rated lamp life. 2.7 FLUORESCENT LAMPS A. T8 rapid -start lamps, rated 32 W maximum, nominal length of 48 inches, 2800 initial lumens (minimum), CRI 75 (minimum), color temperature 3500 K, and average rated life 20,000 hours unless otherwise indicated. g� B. Compact Fluorescent Lamps: 4-Pin, CRI 80 (minimum), color temperature 3500 K, average rated life of 10,000 hours at three hours operation per start, and suitable for use with dimming ballasts unless otherwise indicated. 1. 42 W: T4, triple tube, rated 3200 initial lumens (minimum). - 2.8 HID LAMPS A. Metal -Halide Lamps: ANSI C78.43, with minimum CRI 65, and color temperature 4000 K. B. Pulse -Start, Metal -Halide Lamps: Minimum CRI 65, and color temperature 4000 K. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 265100 - 7 CDC, 21403 INTERIOR LIGHTING C. Ceramic, Pulse -Start, Metal -Halide Lamps: Minimum CRI 80, and color temperature 4000 K. 2.9 LIGHTING FIXTURE SUPPORT COMPONENTS A. Comply with Division 26 Section "Hangers and Supports for Electrical Systems" for channel- and angle - iron supports and nonmetallic channel and angle supports. B. Single -Stem Hangers: 1/2-inch steel tubing with swivel ball fittings and ceiling canopy. Finish same as fixture. C. Twin -Stem Hangers: Two, 1/2-inch steel tubes with single canopy designed to mount a single fixture. Finish same as fixture. D. Wires: ASTM A 641/A 641M, Class 3, soft temper, zinc -coated steel, 12 gage. E. Wires for Humid Spaces: ASTM A 580/A 580M, Composition 302 or 304, annealed stainless steel, 12 gage. F. Rod Hangers: 3/16-inch minimum diameter, cadmium -plated, threaded steel rod. G. Hook Hangers: Integrated assembly matched to fixture and line voltage and equipped with threaded attachment, cord, and locking -type plug. PART 3 - EXECUTION 3.1 INSTALLATION A. Lighting fixtures: 1. Set level, plumb, and square with ceilings and walls unless otherwise indicated. 2. Install lamps in each luminaire. B. Lay -in Ceiling Lighting Fixtures Supports: Use grid as a support element. 1. Install ceiling support system rods or wires, independent of the ceiling suspension devices, for each fixture. Locate not more than 6 inches from lighting fixture corners. 2. Support Clips: Fasten to lighting fixtures and to ceiling grid members at or near each fixture corner with clips that are UL listed for the application. 3. Fixtures of Sizes Less Than Ceiling Grid: Install as indicated on reflected ceiling plans or center in acoustical panel, and support fixtures independently with at least two 3/4-inch metal channels spanning and secured to ceiling tees. 4. Install at least one independent support rod or wire from structure to a tab on lighting fixture. Wire or rod shall have breaking strength of the weight of fixture at a safety factor of 3. C. Suspended Lighting Fixture Support: 1. Pendants and Rods: Where longer than 48 inches, brace to limit swinging. 2. Stem -Mounted, Single -Unit Fixtures: Suspend with twin -stem hangers. 3. Continuous Rows: Use tubing or stem for wiring at one point and tubing or rod for suspension for each unit length of fixture chassis, including one at each end. 4. Do not use grid as support for pendant luminaires. Connect support wires or rods to building structure. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 265100 - 8 CDG 21403 INTERIOR LIGHTING D. Connect wiring according to Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." 3.2 FIELD QUALITY CONTROL A. Test for Emergency Lighting: Interrupt power supply to demonstrate proper operation. Verify transfer from normal power to battery and retransfer to normal. B. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. 3.3 STARTUP SERVICE A. Burn -in all lamps that require specific aging period to operate properly, prior to occupancy by Owner. Burn -in fluorescent and compact fluorescent lamps intended to be dimmed, for at least 100 hours at full voltage. END OF SECTION 265100 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 311000 - 1 CDG 21403 SITE CLEARING SECTION 311000 - SITE CLEARING PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Removing existing vegetation. 2. Clearing and grubbing. 3. Stripping and stockpiling topsoil. 4. Removing above- and below -grade site improvements. 5. Temporary erosion- and sedimentation -control measures. B. Related Sections: 1. Section 015000 "Temporary Facilities and Controls" for temporary utility services, construction and support facilities, security and protection facilities. 2. Section 017300 "Execution" for field engineering and surveying. 3. Section 024119 "Selective Demolition" for partial demolition of buildings or structures. 1.3 DEFINITIONS A. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. B. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as urban environments, the surface soil can be subsoil. C. Topsoil: Top layer of the soil profile consisting of existing native surface topsoil or existing in -place surface soil and is the zone where plant roots grow. Its appearance is generally friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil materials. D. Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction, and indicated on Drawings. E. Tree -Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. F. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 311000 - 2 CDG 21403 SITE CLEARING 1.4 MATERIAL OWNERSHIP A. Except for stripped topsoil and other materials indicated to be stockpiled or otherwise remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site -clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. B. Salvageable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where indicated. C. Utility Locator Service: Notify "Call Before You Dig" for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosion- and sedimentation -control and plant - protection measures are in place. E. The following practices are prohibited within protection zones: I . Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. F. Do not direct vehicle or equipment exhaust towards protection zones. G. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones. H. Soil Stripping, Handling, and Stockpiling: Perform only when the topsoil is dry or slightly moist. PART2-PRODUCTS 2.1 MATERIALS A. Satisfactory Soil Material: Requirements for satisfactory soil material are specified in Section 312000 "Earth Moving." 1. Obtain approved borrow soil material off -site when satisfactory soil material is not available on - site. B. Antirust Coating: Fast -curing, lead- and chromate -free, self -curing, universal modified -alkyd primer complying with MPI #79, Alkyd Anticorrosive Metal Primer. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 311000 - 3 CDG 21403 SITE CLEARING PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Provide temporary erosion- and sedimentation -control measures to prevent soil erosion and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways, according to erosion- and sedimentation -control Drawings and requirements of authorities having jurisdiction. B. Inspect, maintain, and repair erosion- and sedimentation -control measures during construction until permanent vegetation has been established. C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 EXISTING UTILITIES A. Locate, identify, and disconnect utilities indicated to be abandoned in place. B. Interrupting Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Architect not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. C. Excavate for and remove underground utilities indicated to be removed. Coordinate the Drawings and other Specification Sections for specific requirements. 3.4 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Grind down stumps and remove roots, obstructions, and debris to a depth of 18 inches below exposed subgrade. 3. Use only hand methods for grubbing within protection zones. 4. Chip removed tree branches and dispose of off -site unless otherwise requested by the Owner. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches, and compact each layer to a density equal to adjacent original ground. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 311000 - 4 CDG 21403 SITE CLEARING 3.5 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. I. Remove subsoil and nonsoil materials from topsoil, including clay lumps, gravel, and other objects more than 2 inches in diameter; trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust and erosion by water. 1. Limit height of topsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within protection zones. 3. Stockpile surplus topsoil to allow for respreading deeper topsoil. 3.6 SITE IMPROVEMENTS A. Remove existing above- and below -grade improvements as indicated and necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. I. Unless existing full -depth joints coincide with line of demolition, neatly saw -cut along line of existing pavement to remain before removing adjacent existing pavement. Saw -cut faces vertically. 2. Paint cut ends of steel reinforcement in concrete to remain with two coats of antirust coating, following coating manufacturer's written instructions. Keep paint off surfaces that will remain exposed. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. END OF SECTION 311000 5 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 312000 - 1 CDG 21403 EARTH MOVING SECTION 312000 - EARTH MOVING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Preparing subgrades for slabs -on -grade, walks, and pavements. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for concrete slabs -on -grade. 4. Subbase course for concrete walks and pavements. 5. Subbase course for asphalt paving. 6. Subsurface drainage backfill for walls and trenches. 7. Excavating and backfilling trenches for utilities and pits for buried utility structures. B. Related Sections: 1. Section 013200 "Construction Progress Documentation" and Section 013233 "Photographic Documentation" for recording preexcavation and earth moving progress. 2. Section 015000 "Temporary Facilities and Controls" for temporary controls, utilities, and support facilities; also for temporary site fencing if not in another Section. 3. Section 033000 "Cast -in -Place Concrete" for granular course if placed over vapor retarder and beneath the slab -on -grade. 4. Section 311000 "Site Clearing" for site stripping, grubbing, stripping and stockpiling topsoil, and removal of above- and below -grade improvements and utilities. 1.3 DEFINITIONS A. Backfill: Soil material or controlled low -strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Aggregate layer placed between the subbase course and hot -mix asphalt paving. C. Bedding Course: Aggregate layer placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. E. Drainage Course: Aggregate layer supporting the slab -on -grade that also minimizes upward capillary flow of pore water. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 312000 - 2 EARTH MOVING F. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavation more than 10 feet in width and more than 30 feet in length. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. G. Fill: Soil materials used to raise existing grades. H. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. I. Subbase Course: Aggregate layer placed between the subgrade and base course for hot -mix asphalt pavement, or aggregate layer placed between the subgrade and a cement concrete pavement or a cement concrete or hot -mix asphalt walk. J. Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill immediately below subbase, drainage fill, drainage course, or topsoil materials. K. Utilities: On -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.4 INFORMATIONAL SUBMITTALS A. Product Data: For the following: 1. Each type of plastic warning tape. 2. Controlled low -strength material, including design mixture. B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each on -site and borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 for each on -site and borrow soil material proposed for fill and backfill. C. Preexcavation Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by earth moving operations. Submit before earth moving begins. 1.5 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during earth moving operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 312000 - 3 CDG 21403 EARTH MOVING 2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. B. Improvements on Adjoining Property: Authority for performing earth moving indicated on property adjoining Owner's property will be obtained by Owner before award of Contract. 1. Do not proceed with work on adjoining property until directed by Architect. C. Utility Locator Service: Notify "Call Before You Dig" for area where Project is located before beginning earth moving operations. D. Do not commence earth moving operations until temporary erosion- and sedimentation -control measures, specified in Section 015000 "Temporary Facilities and Controls," and Section 311000 "Site Clearing," are in place. E. Do not commence earth moving operations until plant -protection measures specified in Section 015639 "Temporary Tree and Plant Protection" are in place. F. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. G. Do not direct vehicle or equipment exhaust towards protection zones. H. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones. PART2-PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: 1. Type "A" Fill: (Select non -expansive fill material). Maximum Aggregate Size: 2.0 inches. Plasticity Index: 4 minimum, 15 maximum. Liquid limit maximum = 40 when tested in accordance with TEX 104-E a. Use for backfill and fill. 2. Type "B" Fill: ASTM D 2487 soil classification groups SW or SP, or a combination of the group symbols; Free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PI of 8 or less. a. Use for drainage course under slab on grade. (4" thick). t b. Use for drainage course under sidewalks (2" thick). CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 312000 - 4 CDG 21403 EARTH MOVING 3. Refer to the Drawings for more information. C. Unsatisfactory Soils: Those not listed above as satisfactory. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Substitutions: The use of material not falling within these requirements will be permitted only if approved far in advance of the proposed usage and only after the material has been submitted for evaluation and testing by the geotechnical engineer. Approval is entirely at the discretion of the architect. 2.2 ACCESSORIES A. Detectable Warning Tape: Acid- and alkali -resistant, polyethylene film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 incheswide and 4 milsthick, continuously inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inchesdeep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth moving operations. B. Protect and maintain erosion and sedimentation controls during earth moving operations. C. Protect subgrades and foundation soils from freezing temperatures and frost. Remove temporary protection before placing subsequent materials. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. 3.3 EXCAVATION, GENERAL CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 312000 - 5 CDG 21403 EARTH MOVING A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 2. Contractor is to develop and fully implement a trench safety plan for all excavations that extend 5'-0" below the construction grade. 3.4 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch. Do not disturb bottom of excavations intended as bearing surfaces. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.6 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit unless otherwise indicated. Clearance: 12 inches each side of pipe or conduit. C. Trench Bottoms: Unless otherwise directed by the Mechanical, Plumbing, and Electrical specifications, the Contractor is to follow these procedures. Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1. For pipes and conduit less than 6 inches in nominal diameter, hand -excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 2. For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe or conduit circumference. Fill depressions with tamped sand backfill. 3. For flat-bottomed, multiple -duct conduit units, hand -excavate trench bottoms and support conduit on an undisturbed subgrade. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 312000 - 6 CDG 21403 EARTH MOVING 4. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.7 SUBGRADE INSPECTION A. Notify Architect when excavations have reached required subgrade. B. If Architect determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof -roll subgrade with a pneumatic -tired and loaded 10-wheel, tandem -axle dump truck weighing not less than 15 tons to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. 1. Completely proof -roll subgrade in one direction, repeating proof -rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph. 2. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed. D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.8 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by Architect. 1. Fill unauthorized excavations under other construction, pipe, or conduit as directed by Architect. 3.9 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.10 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 312000 - 7 EARTH MOVING 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. B. Place backfill on subgrades free of mud, frost, snow, or ice. 3.11 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Trenches under Footings: Backfill trenches excavated under footings and within 18 inches of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Section 033000 "Cast -in -Place Concrete" D. Backfill voids with satisfactory soil while removing shoring and bracing. E. Place and compact initial backfill of satisfactory soil, free of particles larger than 1 inch in any dimension, to a height of 12 inches over the pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. F. Place and compact final backfill of satisfactory soil to final subgrade elevation. G. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 3.12 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations. C. Place soil fill on subgrades free of mud, frost, snow, or ice. 3.13 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.14 COMPACTION OF SOIL BACKFILLS AND FILLS CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 312000 - 8 CDG 21403 EARTH MOVING A. Place backfill and fill soil materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, refer to notes on the Drawings. 2. Under walkways, scarify and recompact top 9 inches below subgrade and compact each layer of backfill or fill soil material at 95 percent. 3. Under turf or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 85 percent. 4. For utility trenches, compact each layer of initial and final backfill soil material at 85 percent. 3.15 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Rough Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Turf or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 1/2 inch. C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch when tested with a 10-foot straightedge. 3.16 SUBBASE AND BASE COURSES UNDER PAVEMENTS AND WALKS A. Place subbase course and base course on prepared subgrades and as directed on the Drawings. 3.17 DRAINAGE COURSE UNDER CONCRETE SLABS -ON -GRADE A. Place drainage course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place and compact drainage course under cast -in -place concrete slabs -on -grade as follows: 1. Place drainage course 6 inches or less in compacted thickness in a single layer. 2. Place drainage course that exceeds 6 inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick. 3. Compact each layer of drainage course to required cross sections and thicknesses to not less than 95 percent of maximum dry unit weight according to ASTM D 698. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 312000 - 9 CDG 21403 EARTH MOVING 3.18 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall engage a qualified independent geotechnical engineering testing agency to perform field quality -control testing. Contractor shall bear all costs for required testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Architect. D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least 1 test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than 3 tests. E. Testing Agency must fax a copy of test results to Condray Design Croup, Inc. at 806-748-6193 the day of the test. Contractor to coordinate transfer of test results. F. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.19 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.20 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Unless otherwise requested by the Owner, remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property A��>>Nir''." t END OF SECTION 312000 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321216 - 1 CDG 21403 ASPHALT PAVING SECTION 321216 - ASPHALT PAVING PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Hot -mix asphalt patching. 2. Hot -mix asphalt overlay. B. Related Requirements: 1. Section 312000 "Earth Moving" for subgrade preparation, fill material, unbound -aggregate subbase and base courses, and aggregate pavement shoulders. 2. Section 321373 "Concrete Paving Joint Sealants" for joint sealants and fillers at pavement terminations. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include technical data and tested physical and performance properties. 2. Job -Mix Designs: Certification, by authorities having jurisdiction, of approval of each job mix proposed for the Work. 3. Job -Mix Designs: For each job mix proposed for the Work. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer and testing agency. B. Material Certificates: For each paving material, signed by manufacturers. C. Material Test Reports: For each paving material, by a qualified testing agency. I.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A paving -mix manufacturer registered with and approved by authorities having jurisdiction or the DOT of state in which Project is located. B. Regulatory Requirements: Comply with materials, workmanship, and other applicable requirements of the Texas Department of Transportation, TXDOT, for asphalt paving work. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321216 - 2 CDG 21403 ASPHALT PAVING 1. Standard Specification: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. Texas Department of Transportation 2004. 2. Measurement and payment provisions and safety program submittals included in standard specifications do not apply to this Section. 1.6 FIELD CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp, if rain is imminent or expected before time required for adequate cure, or if the following conditions are not met: 1. Prime Coat: Minimum surface temperature of 60 deg F. 2. Asphalt Base Course: Minimum surface temperature of 40 deg F and rising at time of placement. 3. Asphalt Surface Course: Minimum surface temperature of 60 deg F at time of placement. PART2-PRODUCTS 2.1 AGGREGATES A. Use materials that comply with Item 340 of the TXDOT Specifications in Tables 1, 2, 3, and 4 for Type C (Coarse Surface), 2004 Edition. 2.2 ASPHALT MATERIALS A. Asphalt Binder: AASHTO M 320, PG 64-22. B. Asphalt cement must be homogeneous, water -free, and nonfoaming when heated to 347°F, and must meet Table 2 requirements found under Item 300 of the TXDOT specifications. C. Emulsified Asphalt Prime Coat: ASTM D 977 emulsified asphalt, or ASTM D 2397 cationic emulsified asphalt, slow setting, diluted in water, of suitable grade and consistency for application. D. Water: Potable. 2.3 MIXES A. Hot -Mix Asphalt: Dense Graded, hot -laid hot -mix asphalt plant mixes designed according to Texas Department of Transportation Specifications 2004. B. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 1. Base Course: Flexible Base Material — TXDOT Item 247.2 Type C, Grade 3, 2004 Edition 2. Surface Course: Dense Graded Hot -Mix Asphalt — TXDOT Item 340. PART 3 - EXECUTION CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321216 - 3 CDG 21403 ASPHALT PAVING 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to begin paving. B. Proof -roll subgrade below pavements with heavy pneumatic -tired equipment to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. 1. Completely proof -roll subgrade in one direction, repeating proof -rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph. 2. Proof roll with a loaded 10-wheel, tandem -axle dump truck weighing not less than 15 tons. 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Engineer or Architect, and replace with compacted backfill or fill as directed. C. Proceed with paving only after unsatisfactory conditions have been corrected. 3.2 PATCHING A. Asphalt Pavement: Saw cut perimeter of patch and excavate existing pavement section to sound base. Excavate rectangular or trapezoidal patches, extending 12 inches into perimeter of adjacent sound pavement, unless otherwise indicated. Cut excavation faces vertically. Remove excavated material. Recompact existing unbound -aggregate base course to form new subgrade. B. Tack Coat: Before placing patch material, apply tack coat uniformly to vertical asphalt surfaces abutting the patch. Apply at a rate of 0.05 to 0.15 gal./sq. yd.. 1. Allow tack coat to cure undisturbed before applying hot -mix asphalt paving. 2. Avoid smearing or staining adjoining surfaces, appurtenances, and surroundings. Remove spillages and clean affected surfaces. C. Placing Patch Material: Fill excavated pavement areas with hot -mix asphalt base mix for full thickness of patch and, while still hot, compact flush with adjacent surface. D. Placing Patch Material: Partially fill excavated pavements with hot -mix asphalt base mix and, while still hot, compact. Cover asphalt base course with compacted, hot -mix surface layer finished flush with adjacent surfaces. 3.3 REPAIRS A. Leveling Course: Install and compact leveling course consisting of hot -mix asphalt surface course to level sags and fill depressions deeper than 1 inch in existing pavements. 1. Install leveling wedges in compacted lifts not exceeding 3 inches thick. B. Crack and Joint Filling: Remove existing joint filler material from cracks or joints to a depth of 1/4 inch. 1. Clean cracks and joints in existing hot -mix asphalt pavement. 2. Use emulsified -asphalt slurry to seal cracks and joints less than 1/4 inch wide. Fill flush with surface of existing pavement and remove excess. 3. Use hot -applied joint sealant to seal cracks and joints more than 1/4 inch wide. Fill flush with surface of existing pavement and remove excess. 3.4 SURFACE PREPARATION I CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321216 - 4 CDG 21403 ASPHALT PAVING A. General: Immediately before placing asphalt materials, remove loose and deleterious material from substrate surfaces. Ensure that prepared subgrade is ready to receive paving. B. Emulsified Asphalt Prime Coat: Apply uniformly over surface of compacted unbound -aggregate base course at a rate of 0.15 to 0.50 gal./sq. yd. per inch depth. Apply enough material to penetrate and seal, but not flood, surface. Allow prime coat to cure for a minimum of 72 hours. If prime coat is not entirely absorbed within 24 hours after application, spread sand over surface to blot excess asphalt. Use enough sand to prevent pickup under traffic. Remove loose sand by sweeping before pavement is placed and after volatiles have evaporated. Protect primed substrate from damage until ready to receive paving. 3.5 PLACING HOT -MIX ASPHALT A. Perform installation in accordance with Item 340 of the TXDOT Specifications. The asphalt surface course shall be at least 2.0 inches in thickness. 3.6 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions, with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, a minimum of 6 inches. 3. Offset transverse joints, in successive courses, a minimum of 24 inches. 4. Construct transverse joints at each point where paver ends a day's work and resumes work at a subsequent time. Construct these joints using either "bulkhead" or "papered" method according to Al MS-22, for both "Ending a Lane" and "Resumption of Paving Operations." 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of specified course density. 3.7 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or with vibratory -plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course has been uniformly compacted to the following density: Average Density: 96 percent of reference laboratory density according to Item 340 of the TXDOT Specifications, but not less than 94 percent or greater than 100 percent. D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot -mix asphalt is still warm. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321216 - 5 CDG 21403 ASPHALT PAVING E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.8 INSTALLATION TOLERANCES A. Pavement Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch, no minus. B. Pavement Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3.9 A. B. C. D. E. F. FIELD QUALITY CONTROL Testing Agency: Owner may engage a qualified independent testing and inspecting agency to perform field tests and inspections and to prepare test reports. I. Testing agency will conduct and interpret tests and state in each report whether tested Work complies with or deviates from specified requirements. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined according to ASTM D 3549. Surface Smoothness: Finished surface of each hot -mix asphalt course will be tested for compliance with smoothness tolerances. In -Place Density: Testing method selected by Testing Agency compatible with Rice Specific Gravity (TEX Method 227-F). Remove and replace or install additional hot -mix asphalt where test results or measurements indicate that it does not comply with specified requirements. END OF SECTION 321216 I CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321313 - 1 CDG 21403 CONCRETE PAVING SECTION 321313 - CONCRETE PAVING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Driveways. 2. Parking lots. 3. Curbs and gutters. 4. Walks. B. Related Sections: 1. Section 033000 "Cast -in -Place Concrete" for general building applications of concrete. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, and ground granulated blast -furnace slag. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Other Action Submittals: 1. Design Mixtures: For each concrete paving mixture. Include alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1.5 INFORMATIONAL SUBMITTALS A. Material Certificates: For the following, from manufacturer: 1. Cementitious materials. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Curing compounds. 5. Joint fillers. B. Material Test Reports: For each of the following: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321313 - 2 CDG 21403 CONCRETE PAVING 1. Aggregates. Include service -record data indicating absence of deleterious expansion of concrete due to alkali -aggregate reactivity. 1.6 QUALITY ASSURANCE A. Concrete Testing Service: Engage a qualified testing agency to perform material evaluation tests and to design concrete mixtures. B. ACI Publications: Comply with ACI 301 unless otherwise indicated. 1.7 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. B. Pavement -Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg F for oil -based materials, and not exceeding 95 deg F. PART2-PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous, straight, and smooth exposed surfaces. 1. Use flexible or uniformly curved forms for curves with a radius of 100 feet or less. Do not use notched and bent forms. B. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and that will not impair subsequent treatments of concrete surfaces. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 deformed bars. B. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60 plain -steel bars. Cut bars true to length with ends square and free of burrs. C. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from plastic of greater compressive strength than concrete specified, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. D. Zinc Repair Material: ASTM A 780. 2.3 CONCRETE MATERIALS CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321313 - 3 CDG 21403 CONCRETE PAVING A. Cementitious Material: Use the following cementitious materials, of same type, brand, and source throughout Project: 1. Portland Cement: ASTM C 150, gray portland cement Type I. B. Normal -Weight Aggregates: ASTM C 33, Class 4M, uniformly graded. Provide aggregates from a single source. 1. Maximum Coarse -Aggregate Size: 1 inch nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Water: Potable and complying with ASTM C 94/C 94M. 2.4 FIBER REINFORCEMENT A. Synthetic Fiber: Monofilament polypropylene fibers engineered and designed for use in concrete paving, complying with ASTM C 1116/C 1116M, Type III, 1/2 to 1-1/2 inches long. 2.5 CURING MATERIALS A. Water: Potable. B. Evaporation Retarder: Waterborne, monomolecular, film forming, manufactured for application to fresh concrete. C. White, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 2, Class B, dissipating. 2.6 RELATED MATERIALS A. Joint Fillers: ASTM D 1751, asphalt -saturated cellulosic fiber in preformed strips. 2.7 PAVEMENT MARKINGS A. Pavement -Marking Paint: MPI #32 Alkyd Traffic Marking Paint. 1. Color: Yellow. 2.8 WHEEL STOPS A. Wheel Stops: Precast, air -entrained concrete, 2500-psi minimum compressive strength, 4-1/2 inches high by 9 inches wide by 72 inches long. Provide chamfered corners and drainage slots on underside and holes for anchoring to substrate. 1. Dowels: Galvanized steel, 3/4 inch in diameter, 10-inch minimum length. 2.9 CONCRETE MIXTURES A. Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal -weight concrete, and as determined by either laboratory trial mixtures or field experience. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321313 - 4 CDG 21403 CONCRETE PAVING 1. Use a qualified independent testing agency for preparing and reporting proposed concrete design mixtures for the trial batch method. 2. When automatic machine placement is used, determine design mixtures and obtain laboratory test results that meet or exceed requirements. B. Proportion mixtures to provide normal -weight concrete with the following properties: 1. Compressive Strength (28 Days): 3500 psi. 2. Maximum Water-Cementitious Materials Ratio at Point of Placement: 0.45. 3. Slump Limit: 4 inches, plus or minus 1 inch. C. Add air -entraining admixture at manufacturer's prescribed rate to result in normal -weight concrete at point of placement having an air content as follows: 1. Air Content: 4-1/2 percent plus or minus 1.5 percent for 1-inch nominal maximum aggregate size. D. Limit water-soluble, chloride -ion content in hardened concrete to 0.15 percent by weight of cement. E. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash or Pozzolan: 25 percent. 2. Ground Granulated Blast -Furnace Slag: 50 percent. 3. Combined Fly Ash or Pozzolan, and Ground Granulated Blast -Furnace Slag: 50 percent, with fly ash or pozzolan not exceeding 25 percent. F. Synthetic Fiber: Uniformly disperse in concrete mixture at manufacturer's recommended rate, but not less than 1.0 lb/cu. yd.. 2.10 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M and ASTM C 1116/C 1116M. Furnish batch certificates for each batch discharged and used in the Work. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine exposed subgrades and subbase surfaces for compliance with requirements for dimensional, grading, and elevation tolerances. B. Proof -roll prepared subbase surface below concrete paving to identify soft pockets and areas of excess yielding. 1. Completely proof -roll subbase in one direction and repeat in perpendicular direction. Limit vehicle speed to 3 mph. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 321313 - 5 CONCRETE PAVING 2. Proof -roll with a pneumatic -tired and loaded, 10-wheel, tandem -axle dump truck weighing not less than 15 tons. 3. Correct subbase with soft spots and areas of pumping or rutting exceeding depth of 1/2 inch according to requirements in Section 312000 "Earth Moving." C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Remove loose material from compacted subbase surface immediately before placing concrete. 3.3 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form -release agent to ensure separation from concrete without damage. 3.4 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Zinc -Coated Reinforcement: Use galvanized -steel wire ties to fasten zinc -coated reinforcement. Repair cut and damaged zinc coatings with zinc repair material. 3.5 JOINTS A. General: Form construction, isolation, and contraction joints and tool edges true to line, with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline unless otherwise indicated. 1. When joining existing paving, place transverse joints to align with previously placed joints unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of paving and at locations where paving operations are stopped for more than one-half hour unless paving terminates at isolation joints. 1. Continue steel reinforcement across construction joints unless otherwise indicated. Do not continue reinforcement through sides of paving strips unless otherwise indicated. 2. Provide tie bars at sides of paving strips where indicated. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or coat with asphalt one-half of dowel length to prevent concrete bonding to one side of joint. a CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321313 - 6 CDG 21403 CONCRETE PAVING C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, other fixed objects, and where indicated. 1. Locate expansion joints at intervals of 50 feet unless otherwise indicated. 2. Extend joint fillers full width and depth of joint. 3. Terminate joint filler not less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 4. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 5. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 6. During concrete placement, protect top edge of joint filler with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Contraction Joints: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows, or to match jointing of existing adjacent concrete paving where applicable: 1. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8-inch- wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks. a. Tolerance: Ensure that sawed joints are within 3 inches either way from centers of dowels. E. Edging: After initial floating, tool edges of paving, gutters, curbs, and joints in concrete with an edging tool to a 1/4-inch radius. Repeat tooling of edges after applying surface finishes. Eliminate edging -tool marks on concrete surfaces. 3.6 CONCRETE PLACEMENT A. Before placing concrete, inspect and complete formwork installation, steel reinforcement, and items to be embedded or cast -in. B. Remove snow, ice, or frost from subbase surface and steel reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. D. Comply with ACI 301 requirements for measuring, mixing, transporting, and placing concrete. E. Do not add water to concrete during delivery or at Project site. Do not add water to fresh concrete after testing. F. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. G. Consolidate concrete according to ACI 301 by mechanical vibrating equipment supplemented by hand spading, rodding, or tamping. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321313 - 7 CDG 21403 CONCRETE PAVING *' H. Screed paving surface with a straightedge and strike off. I. Commence initial floating using bull floats or darbies to impart an open -textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments. J. Curbs and Gutters: Use design mixture for automatic machine placement. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing. K. Slip -Form Paving: Use design mixture for automatic machine placement. Produce paving to required thickness, lines, grades, finish, and jointing. Compact subbase and prepare subgrade of sufficient width to prevent displacement of slip -form paving machine during operations. L. Cold -Weather Placement: Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing, or low temperatures. Comply with ACI 306.1 and the following: When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. Do not use frozen materials or materials containing ice or snow. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in design mixtures. M. Hot -Weather Placement: Comply with ACI 301 and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated in total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.7 FLOAT FINISHING A. General: Do not add water to concrete surfaces during finishing operations. B. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. 1. Medium -to -Fine -Textured Broom Finish: Draw a soft -bristle broom across float -finished concrete surface perpendicular to line of traffic to provide a uniform, fine -line texture. 3.8 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. B. Comply with ACI 306.1 for cold -weather protection. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 321313 - 8 CONCRETE PAVING C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete but before float finishing. D. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. E. Curing Methods: Cure concrete by curing compound as follows: 1. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas that have been subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating, and repair damage during curing period. 3.9 PAVING TOLERANCES A. Comply with tolerances in ACI 117 and as follows: 1. Elevation: 3/4 inch. 2. Thickness: Plus 3/8 inch, minus 1/4 inch. 3. Surface: Gap below 10-foot- long, unleveled straightedge not to exceed 1/2 inch. 4. Alignment of Tie -Bar End Relative to Line Perpendicular to Paving Edge: 1/2 inch per 12 inches of tie bar. 5. Lateral Alignment and Spacing of Dowels: 1 inch. 6. Vertical Alignment of Dowels: 1/4 inch. 7. Alignment of Dowel -Bar End Relative to Line Perpendicular to Paving Edge: 1/4 inch per 12 inches of dowel. 8. Joint Spacing: 3 inches. 9. Contraction Joint Depth: Plus 1/4 inch, no minus. 10. Joint Width: Plus 1/8 inch, no minus. 3.10 PAVEMENT MARKING A. Do not apply pavement -marking paint until layout, colors, and placement have been verified with Architect. B. Allow concrete paving to cure for a minimum of 28 days and be dry before starting pavement marking. C. Sweep and clean surface to eliminate loose material and dust. D. Apply paint with mechanical equipment to produce markings of dimensions indicated with uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils. I. Apply graphic symbols and lettering with paint -resistant, die -cut stencils, firmly secured to concrete surface. Mask an extended area beyond edges of each stencil to prevent paint application beyond stencil. Apply paint so that it cannot run beneath stencil. 3.11 WHEEL STOPS A. Install wheel stops in bed of adhesive applied as recommended by manufacturer. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321313 - 9 CDG 21403 CONCRETE PAVING B. Securely attach wheel stops to paving with not less than two galvanized -steel dowels located at one - quarter to one-third points. Install dowels in drilled holes in the paving and bond dowels to wheel stop. T ` Recess head of dowel beneath top of wheel stop. 3.12 REPAIRS AND PROTECTION A. Remove and replace concrete paving that is broken, damaged, or defective or that does not comply with requirements in this Section. Remove work in complete sections from joint to joint unless otherwise approved by Architect. B. Drill test cores where directed b Architect, when necessary to determine magnitude of cracks or Y k s�'Y 1� defective areas. Fill drilled core holes in satisfactory paving areas with portland cement concrete bonded to paving with epoxy adhesive. C. Protect concrete paving from damage. Exclude traffic from paving for at least 14 days after placement. When construction traffic is permitted, maintain paving as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete paving free of stains, discoloration, dirt, and other foreign material. Sweep paving not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION 321313 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321373 - 1 CDG 21403 CONCRETE PAVING JOINT SEALANTS SECTION 321373 - CONCRETE PAVING JOINT SEALANTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Cold -applied joint sealants. B. Related Requirements: 1. Section 079200 "Joint Sealants" for sealing nontraffic and traffic joints in locations not specified in this Section. 1.3 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. 1.4 FIELD CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint -sealant manufacturer or are below 40 deg F. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint -sealant manufacturer for applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed from joint substrates. PART2-PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint -sealant manufacturer, based on testing and field experience. 2.2 COLD -APPLIED JOINT SEALANTS I CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321373 - 2 • CDG 21403 CONCRETE PAVING JOINT SEALANTS A. Single Component, Pourable, Urethane, Elastomeric Joint Sealant: ASTM C 920, Type S, Grade P, Class 25, for Use T. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Meadows, W.R.,Inc; Pourthane SL. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Before installing joint sealants, clean out joints immediately to comply with joint -sealant manufacturer's written instructions. 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint -sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A. Comply with joint -sealant manufacturer's written installation instructions for products and applications indicated unless more stringent requirements apply. B. Joint -Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions. C. Install joint -sealant backings to support joint sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of joint -sealant backings. 2. Do not stretch, twist, puncture, or tear joint -sealant backings. 3. Remove absorbent joint -sealant backings that have become wet before sealant application and replace them with dry materials. D. Install joint sealants immediately following backing installation, using proven techniques that comply with the following: CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321373 -3 CDG 21403 CONCRETE PAVING JOINT SEALANTS 1. Place joint sealants so they fully contact joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Joint Sealants: Immediately after joint -sealant application and before skinning or curing begins, tool sealants according to the following requirements to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint: 1. Remove excess joint sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by joint -sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint -sealant manufacturer's written instructions unless otherwise indicated. 3.4 CLEANING AND PROTECTION A. Clean off excess joint sealant as the Work progresses, by methods and with cleaning materials approved in writing by joint -sealant manufacturers. B. Protect joint sealants, during and after curing period, from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately and replace with joint sealant so installations in repaired areas are indistinguishable from the original work. 3.5 PAVING -JOINT -SEALANT SCHEDULE A. Joint -Sealant Application: Joints within concrete paving. 1. Joint Location: a. Expansion and isolation joints in concrete paving. b. Contraction joints in concrete paving. C. Other joints as indicated. 2. Joint Sealant: Single component, pourable, urethane, elastomeric joint sealant. 3. Joint -Sealant Color: Grey. B. Joint -Sealant Application: Joints within concrete paving and between concrete and asphalt paving. 1. Joint Location: a. Joints between concrete and asphalt paving. b. Joints between concrete curbs and asphalt paving. C. Other joints as indicated. 2. Joint Sealant: Single -component joint sealant. 3. Joint -Sealant Color: Grey. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321373 - 4 CDG 21403 CONCRETE PAVING JOINT SEALANTS END OF SECTION 321373 Gil CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER 321723 - 1 CDG 21403 PAVEMENT MARKINGS SECTION 321723 - PAVEMENT MARKINGS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes painted markings applied to asphalt pavement. B. Related Requirements: 1. Section 099113 "Exterior Painting" for painting exterior concrete surfaces other than pavement. 2. Section 099123 "Interior Painting" for painting interior concrete surfaces other than pavement. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include technical data and tested physical and performance properties. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: Comply with materials, workmanship, and other applicable requirements of the Texas Department of Transportation, TXDOT, for pavement -marking work. 1. Measurement and payment provisions and safety program submittals included in standard specifications do not apply to this Section. 1.5 FIELD CONDITIONS A. Environmental Limitations: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 55 deg F for water -based materials, and not exceeding 95 deg F. PART 2-PRODUCTS 2.1 PAVEMENT -MARKING PAINT A. Pavement -Marking Paint: MPI #97, latex traffic -marking paint. 1. Color: Yellow. CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER CDG 21403 321723 - 2 PAVEMENT MARKINGS PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that pavement is dry and in suitable condition to begin pavement marking according to manufacturer's written instructions. B. Proceed with pavement marking only after unsatisfactory conditions have been corrected. 3.2 PAVEMENT MARKING A. Do not apply pavement -marking paint until layout, colors, and placement have been verified with Architect. B. Allow paving to age for a minimum of 30 days before starting pavement marking. C. Sweep and clean surface to eliminate loose material and dust. D. Apply paint with mechanical equipment to produce pavement markings, of dimensions indicated, with uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils. 1. Apply graphic symbols and lettering with paint -resistant, die -cut stencils, firmly secured to pavement. Mask an extended area beyond edges of each stencil to prevent paint application beyond the stencil. Apply paint so that it cannot run beneath the stencil. 3.3 PROTECTING AND CLEANING A. Protect pavement markings from damage and wear during remainder of construction period. B. Clean spillage and soiling from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 321723 CITY OF LUBBOCK MAE SIMMONS COMMUNITY CENTER RENOVATIONS 2004 OAK AVE. LUBBOCK, TX 79404 INDEX OF SHEETS srrr= ARCHrrECTURAL MECHANCAL SPI Sn DBACUMN At OBIOUTM FLOOR m FLOOR PLM - MCRMAL DBACUMN SP2 NEW Sn RA A2 fEW FLOOR " M2 FLOOR PLM - W*WrAi, MALS 73 ANOTATM Siff PLM A3 FORECTED 03.W PLAN PLLUBNG SP4 NAROM Sn " kv/ DEFTALS A4 AS ECrENOR ELEVATO% ALWORK ELENATIS AM MALS P1 FLOOR RA - FtMM DEMW" AS DOOR AM EOAMW XtW1 AM MTALS P2 FLOOR PLM - PLMK OUXLEB ELECTFICAL El FLOOR " - S-ECM& OBIOUTM E2 FLOOR PLM - aWMAL "Ma SCFi®LLES E2 FLOOR PLM - RZ-arRM POWER 9>8XM MALS CHAMBERS ENGINEERING, LLC CONSULTING ENGINEERS FIRM REGISTRATION # F-005124 5501 SPUR 327, LUBBOCK, TX 79424 (806) 687-9999 CONDRAY W LUBBOCK, TX 79407 B06.748.6190 www.condray.com JIM D. HILL, P.E. CONSULTING ENGINEER 5809 IIOTH STREET LUBBOCK, TEXAS 79424 FIRM REGISTRATION F-1304 CRY OF CBfrER RENOVATION SET NLU3ER CDC1 PPOJ NO, 2m03 DATE-'_ 04/29/2M6 STE PLAN GENERAL NOTES IA /CIO M'REY EXACT IUGRSr3 xLtl5RMC U)0/R6 fffWS a11tlRN¢RC ADM rXGUARW W i1tEIW]dTG TA ms ERsr Au mmrsors Am wA¢x rofrsr ArRr aawcv ro nrawff rsx vAwR A.m camrrt x SI Ata eusnxc art wmrmrs xor Amcrm er xes mrss�crlav nr ururcs'r>�'c AvwLrvAwmvt �'ortcrro Am�rtwA�®ia'�wA¢�a�'� ¢ DEMOLMON NOTES ¢vaArts en �-p p smnw.. ro RrRAw. pa InRsir r smw RArm Am IumRAas p aar wove rArsnxR mwvnr Irtvslra pA uR,xPRsc {a/AaM. p assr varrm� ¢ mr.Au ass. Am mmx p arts roRnAn © RriOK aem RAID. ps xsrum p RFYOK A(YE599C PAtllM SaNA¢. p RLRUK SdfsWY ro A-.1 YORA. p InRsir rnsnxc cMT1E snPs Am uaaw r� rA,sxA�m am�ievA�IAi, P.ri�Rawm � rArsmc cws A,m arrtR m Rlw�x. o �RR� cuarrrt � �roo Q at¢Aa axssnRs RrrtR ro NXvf r® annrE raslsx LaNSE asa Q �A x PAN44 WLRS AR7 aAQR RA4'S RLAWA'm As PARr TIE ffAaOP ¢NrtR PROLCI. P.vartc/ IRaY dYA¢, Rb01L PmRa x aNs AA0 al>IlII. Q R02 ® L[Glhw' x erR' [alWrrt MMSrtR PAO Sf[ TAyf. 2401 STE DEMOLMON PLAN CONDRAY DESIGN GROUP ARCHITECTURE 8 INTERIORS 370E UPLAND AVE. LUBBOCK, TX 79407 806.748.6190 —ccondroy.com �r an 7 � v es§ o 8 Oa0 U1 Z o F 3 a 3 0 a i o a a ¢ an 3 ¢ x Y r Q� 0 z OY a U 00 0 0. Z 0 0 U � RfUSttWS ACC Mrpt �pm�iSrRw prvl vRarcr 21. aL r �ET No 9 SP1 t oP 4 r SITE PLAN GENERAL NOTES IA errau[ marcxawlraw:. rxu nxw a rxxcwc U Mta NAWY HL aHN9aN5' xYa aAas wA115'f IY% P[GYIR'0 r0 ffl0,9[ fat iRa[R Nm LaV%[m M/NUIHM xnPrr.tw�!�Ifrtw adS�tYANLffS. A ALL CAsrwc 9m aMYIIMS M/ NF[C]fn er Nrw casrRurnw (t uwrcs rtxan4 AmwtvAwnor[ unOscwxy wmwrwu srsaw5 [ml srAu r vaonrm Aw] R[vuao x miwaa 2I/SP4 ENLARGED SITE PLAN xuc w• - I'-o- KEYED NOTES asaNArm nx —.—pp pp I «nap wrn r:sa wx sorc m awN. p] nrlwert wa wm r:za wx star. p sreu Nwxrxs Ame m a]xa aafvx 26/SP4 SECTION swr V]'=r-o• exvwnrov ¢wu xavu�c'r�r/.•r r peso —N oIA'na —N pal au mvarrt awn rcssoo vs NavN.0 rtnlr "..o• awexrm wrw r'reraRcsv "6� a A [ raz e —7 !II M !a wm .•� swu J � � (r) M la uro-- (]1llwf, M5 sromn IYW[A( , o ,] 9aRal i1RGl . Ji1 " , '. • 11/Y 5fAN0AR0 (7 H Br1aW d. I B x 5 SAnD vuY uaw (&vEAx Al fmp m._. �9p'-Ae m :..._..:........_ SY.a]ra•-]e f0-9 Sa4axr An /-Y Z7/SP4 CURB DETAL VSP4 DETAL 15/SP4 DETAL 11/SP4 DETAL 07/SP4 ELEVATION uwr, . i o uuc � • � r aa• swc � -» r-o• wu. �� • - r-a� srArc. ,� •. I•..o. w[ss Nomu onaRwSr ry�—���vo[wux mrtx w.war'�ai�7 c � rRu .avr - s/nwrc x— n xis sar � aa- nAa.rxaas w wU'5 ANp awns M AP➢RaAWAI[ 5riu1E'5 Y, l}C—f�wRu(YIMWaiQY(NI (WRxCI[0 Ml. ,wm]murfa w[rrwsxewxs °. rowmr ca Ar s-o• ac ANo xaAnvav - � � � . �-� i 1W/Al.ro-a'aa . .11�. 11i mwxcrto to 28/SP4 DETAL 24/SP4 CONTROL,JOINT 20/SP4 CURB DETAL 12/SP4 CURB DETAL sae r - r'-o- — r • r-V — r . r-o' scar r . r-o• CONDRAY DHSICN GftOUA ARCHITECTURE 8 INTERIORS 3708 UPLAND AVE. LUBBOCK, TX 79407 806.748.6190 condray www.— r SiEP� ti g g& gg �gg dill, •� Oo0 z 2 O F �> z W Y p m O ao 0 Zom _ nm 0 Z J O D z i U U RFNMnS r"nax"s°'�'iwx� as "Ww w� vRaeI ao-w x EP�4] a I r— i GENERAL NOTES II PAImI BYY Arm FEPAW ALL WALLS Ca9mS Arm HORS AMA 0.WAt10 IL2 ro NRN(w IXMT Gwri11WS Id YARAMI 4' LmslBw 9 K'�vlrlo wni ars s a�wnv �ami�vnz mrovn�eAcrox I>� M1mK l2Y5l.MV MC 92 Axp P,GOptYO9gffw sl aorol(� Axr Aaamalo wut AMaroes w Mats P.ttP PoP �rxvrl. A} r�nwcir�ruas:.Pma»xv As sA ru ArnxeaKo oxwt vraw t2 m ro a AYUKc eru ro .waa aose m r®t sl unwarmi Au cnsow 2wrrta a— . ro na9i ma .. DEMOUITION PLAN NOTES smarm er �—p Or IwOK om+rsA mAYc Aw MAwWAvt - suvA¢ roe orce pM Pwllw4WALL roA6OIWOa12Mar MwA Q iwwi nuuwe m aYAov eravr Mrs amr rto pA WOK cnsmw vw mnwm wru eoAw A,c sow 2aA p WOK reuaee. pro K nw�ve mruex Aru suvA¢ roe owa. xmx p RmroK UY-P QLVC O% N9 P W6S SKVAL(CtlsMG Q&xE r1AliBLS MIATmLIRO _ FtIW ro r®f. ps RmroK raswe uaAr Arm eAn _ veev now rw xrW raosM p RmroK orsmw ¢eAY2 mt - veev nOR roe Ab rro9r. r® lmilOK rmwv Kr-vAvnmrrw xwrexsv. to MYOK nP,ltl SIP9.Y 804Po. (bswi SM1mi N PmIW. Q HuoK rrt RMRr mAwr4 ouRs Awl wmc m t�wA2 KW aw.. =KVAIt roTa�Y. I� � �IIWO I�bYIA� �� �WAPw AYOK r� RmroK wue vYr. mow,- — w -Ate. Q RmroK Au mserwr WYt sAse x rMs mAa ava rw � �rAUKA°�i rc'Y10YeWw�W.A s�OIG1[D, �v m o�wv rWasadmc. ® iwrm � c�mswK � 9m�srvArtrnrem 2u iwm raa Arm ® MYOK ooR A+m xwwAer Axo suwee rw aww arswc rvAYr ro PeYW rlvAa As Aaercn. CONDRAY'' DESIGN GROUP ARCHITECTURE & INTERIORS 370E UPLAND AVE. LUBBOCK, T% 79407 606.74B.6190 ww.v,condrey.com ', Al W� �r W vg� oao z 0 O F sa s> a i o a � an Y U Z O m U <U m }} 00 J F om LL Z J >O 1 F O U U AN9OVS oC°`"eAiAwc a« vvalcr rw axv � nAa '. M2 BHffTNO. Al OFI B "---..__....., -._. .......,.. :.,�..� ,:,�,..w�.mw`m.,>^--.:ram° �.r.�.,' '"^.�-....y,.„ '..w C�-'�.�.�.m` +6::• :,.A� » '�-�.� d D*:::.m,...�' .;:;� u....w...,„,..,.-���...,_...-,.�+d+ .. ,..,..�_.r _._. , .,r ,.�:_.,..•„_„„ TOLET KEYED NOTES mscwrm er Or II/1•A-AT'rAAB Bw. Yf re/AB p II/T•A-JB•af.PB dW p.b•MI(Rf UUroir4Y! BAIX M kRr� Yf r8/AB © 1WiINrAW $I11( [aSaAPre ilx°A°n YaMme lCGmw waartce O AwM]P P0!!°YAUYwf Ia�Y(W°aKm SY%ACEYa'B MY Qs AtnssYf Bwvk_ YEwI ar Wm [ttE a' ag' fxllAG c ,r• A'G' Mllllty (W calf nU4/ [avrFttS Q A[G'SSBI(AIGreR aaffn Im Of wllB•A!! p Arn�fuvAroer-YlwraBlor-ro•Au Qe !Dore nusv fam4 a Woe sm IX rorEr Q —1 vwnrrcxs AS YrarcB nfIM WAR.R fMfli Al wraMB aFFLP roYrc p SIAgtlE555rtn PAMt. p AEA kPwv s�MI ffaaeeB f�®XIN�°°W {AkwvC �! / Mq°W /RAWhG Yflk _ UY-IN a. R, SISrtY ® lRaaasrRB Yfrk W WM y •k1PPUf lfG p =�+1 h k FJfS°BA r! R_IJ LLYAcf°&R hay AFD YAU� FxISR.W a°m mW' _ be O I/1' Awlk Sm05 B rb BC CnSMIG W)OP RNRIFE PAYn CuSMG AMD RxR PVMR( S/B•CMYBIBMPo aTIR' J/B•CMYw baaPoalr/J• FAiSaNG IKKO rexnmrB Yflk $Ml5 B r6• GL YEIk $R®$ a IB' BC vAFn Aw lam mw F-u urAaa wn FisanBav I � A 21/A2 INTERIOR ELEVATION T7/A2 JAMB DETAL 13/A2 HEAD DETAL 09A2 HEAD DETAL .., r. I? • r-v rwlWnr wm Ar r IR'. r-°' wa r rp•. r-c• scY[ r rp• • r-E• q 1r, T �y e o I II � II ai 28/A2 INTERIOR ELEVATION r 0 23/A2 INTERIOR ELEVATION SCUD In• • r'_o' YEFT RR L_______________.___-- I I' i i I I I. L_______ mi l GENERAL NOTES q nm xarr AY mrxsas an mrnrmeAreaero rorsMrcnw Aw ABun WaFr rralaaB ro fx°wx A vAmra,wr nJwrreaslklA%v. rcrrRr Azarecr IX wr mmrvAnars Wm Emme w xrY ro�urlo-a U YAAedACRreFR5 aftlM( pNR � � W M fpNNRFr J) MINI NEW &Y Al- -1 Al RrNreLB ro PRBNGF AY IDnQi Wm rov 11 YAIWtlIG rtYRMY AAN /NtlSY 1y n�saWaaWs arr� � As s�ffm v nrra ro as e) Ffmwamw AY rnslMc rtaanrm naaarc arm ro nwl soma I KEYED PLAN NOTES I p AYW aANff ArD IKM BY LOYMAEIBP, I 1 p x[W afr 1aAIm BY NVMAENP i I p x[W /NtlS12B aFFLP ro wI{AIAf/IpBLI SaHpaL i p xrJwsF lArsrM'c arw aAa. i © O�BXL W.YL b4al CPSiME WARR CrnrR Wns dY°la I CB' nslNl I/I' cKSUY BMPo Bm fn$rtFG 2nRrem WPLL BBAaa u5f raw Ar AY mwrrta may awt arms I AM° akFIAS SMpMO I p �slkl skvA¢B Atli aAw aAn Ana reW I YBraParYrma mf wrwk raEsv soxmdf OB Avnkl �•cwsw BBAwarr/T•FAr aAwnswro i B•ABBw aN.PG i pa Avslkl a. a rcY w aAms AS srrnm. I I o m5! J/8• GMYBI BWm. nYSF AS snanB � ,Q MIAu 5/8• CMYBI b°APo GNR 11/I•YEIk SMJs O 16• Bc. [xlpq lMLL ro B' ABBH aE UW[ST Mim I BMERWY aorta ro arlAn mU2 r® Enam AYu Yo ro rm IX a°Wrark WxmW-wlupv, I r� rxW nu KN]I! WINE WUC I �r.9 vma ro ru°e mrmaf M'6 AAa aABrI MLLBWYEI. ° 4P .4,W Mtl YNgJY I �o raAYFc srsm. I � vamrrtx o�uar mn ABBle I p nfcMaer wArsx pAs sm sardlm wsrkl km nor I Aa�ceE srAaatxs rm Ann BFIpM fNC nmmwAre am I YAwrtAcwx ro ncmwmare Exc m>m ro aEvnnrx. I® XFW acre PINY-YAip [ksim5 YnrtarAL NMnlf Atlf fM4l. I QwJmrtnsa rfeanuo roAccaamnmarW nox nf. ® mry Aw R<vANr raBYn srtn rnuAvs.um w w End C(LYAIIdS a 9i[rreRPom AM° IXRPI/a. PULP ro Q NBr llsEd ® nam tw.wx a[r[n m AuvBFt LEGEND I I ®) BGat BfSo]Wmv - RDLP ro 0.v.P Sa42YF(. I ® lF.Wf Nnalnmw _ kJW ro @AYE SblQtltl( uWYrrk sna WAu Wm s/B• cMvar BBAaB a a s+E rArc, Ya Ym rsrrwr As Ffawm raP afr mrsF. Arna m ntivP saamu CONDRAY DESIGN GROUP ARCHITECTURE 6 INTERIORS 370E UPLAND AVE. LUBSOCK. TX 79407 806.748,6190 w .condray.00m 9 �9 l ° _§ ° Z O 0 Q f > ui Z O w ° Y� 0 W Oal Y co)U) O D J F Nm w Z J 03 F O U U ArYsrms a�urrs:�mA+� EPae Y.wrAn°aB'r Br.wr ��r�Wmmr veaf<r� nw art a la eFEET NO. A2 2 10F 1 8 ar-es rx-rY NEwN - ❑ E:l 2VA3 ELEV. - NORTH WALL- SOUTH WALL SFM stun ria• • r a xr-ee N� 22/A3 E srA�r i 23/A3 E tun FERLECTED CELNG PLAN 12/A3 AT RASED CELNG N LOBBY — ran•. r o GENERAL NOTES ry aWMnc%e ro aamwrt anew wJars wM xvnc (W%9�a1. kRYYCC1alIP'I tlLARAMSS fi0a ro an rrov a aanrc rrtws Ear c) aaartcr cormwn+a asoxv4xom vcax ro LGVRE11av a mac jl �) Fat lLtlpS IPrS Mn/9xC IXN¢S b) NOI wS/ALL NAs HOv PERIa)Y[D Atl [Wlnm As Ea3SCRA JF ALL mINGS ro llAhll EVSIING nrvAlAw LLWESS Ow.CPWSF WII0. rd �) o�iAa Aar vaca�crtamm[s,E4m wsra'nr.ar oaws saranm ro waAx a rxr AaA a .aar. sl n¢ weaAxwu Am n[cmr aAWwr ArE � n6C neC r�v�rffnl�iia AaawA 2c �a atAwKS Atl ILK [aY51nIm/ anwNE1 anM a}adAK'Y n ro tE B.PoEGYI ro � Arraa>w a Mr Axmrtcl Am ILK aYIMA[,a SNNL RttL1f psIF4Yin]YS EMae ro asrwnrrov a rtaovwarrc a sao wxx. Axr sox BY MF [a)MACI� A�iAeS' ONV E�ff 6J CWiMnrt [OGnaY a 1.YN1 /IYIWLS Atl xvAt awEs M lLtlpS awl. xJM' AKVrtC] aaY03PM' FS II �r s � �'iwwE iro Ain arcrWaE KEYED NOTES oEvaum we —� Or msas saw axev.w� vAae Q SQ �CDCtlNC FUx (Tres aM/NY lnlew FUx © n15M1W'ual lwpwx QI Afllp ro [tECaW /a FY1E9a LalaC © ana/G15M1W' ClPelpl a}a® CtlAC ® arx © vvs Am vAar) smrs ® xoTv ro nEcmwu Kw rr_uarac w uar mamr snow U rnsmc Acarsrxu neeeWc v4wE none ro mesr saaanr CELNG PLAN LEGEND Erar moor - ruex ro emE O xna.vnaNrtnsavAawwvrtauarnxn�- varx ro 1tlY ® Nov a xnOG1E0 /ftCSSfO Ubl)NNd- FnW ro IGF ® ,xwaanaNrro asnrareEr-rxm roevn AAaxnOGlEO n(Na'Aw aWE-PDp roeK. [kxeUf) alllE - RllIP ro 1tlY KwlAr-p' 6ML AE Sa6anm CONDRAY DESIGN GROUP ARCHITECTURE & INTERIORS 3708 UPLAND AVE. LUBBOCK, T% 79407 806.748.6190 w CCondroY.Com '9y msE r Wzz ��a � ; � Ifoil 4igllg Hr �UR e ca0 Z 0 Z Q 00 < = 3 0 Z O m U dU m }} 00 J F Nm 0 j J J: z0 ;, � aav ac nraJ aArn eHEST Ho. A3 3 OF E .W �^a��� � v� r��;d i�. i~r�,.,e.-.d ,...� �....�.� e a ...� �,��.ry" >� r�W,..-,...,�.,da �. o...m�yrw • 28/A4 WEST ELEVATION scar W. r._n. 28IA4 NORTH ELEVATION 28IA4 SOUTH ELEVATION sir rya• • r o 28IA4 EAST ELEVATION GENERAL MOTES s'�ansµ0 rKMSWE wnu WWxrto raroaxMrum KEYED NOTES ama.rto en �--0 Q n�'rxsrs x K � nrwiio n+m vmra E � ocrzxMn�xnao "ro�arxe 4wrs Wnrcr tusraw �a n+m Wmrw rna un rtxrwx p Ensmc .cc ro.Mvuv. p "�Om.Kav�. s; s. ��Ao "r wsAraaaa.em p vvv .xn vevnwr ExRrtvc as.xn wW � .KIRK cvar 4wwm rciWrvnnm ffu .wWw ftNFWx MW .M NSW! [SWIfIIEM © RtWK ME flitOBWKT. COWKR SMAIILQ Atl0 WMlll �Mm Yn,AM fL%(1S� Y aVNn ffuEx @ u[ Q MAOK EASmc SOT/WilrglN%M41 MS/N[IKW 45YI NI EAS MN'ROMEIECMK4, ® Y.VO .WD nYPNNr SfJLCO BMW Atl0 5[ITIS WM p /W(F.WD nfPNNI [AS1. 6lN'S ffMAtlWRR�W.WWVMWWS /W(F.WD Y�SYW^AY rxuaxc srsm rp sMw Ensure nWrx, rvty, vavr um vwrWvu muax CONDRAY DBSIGN GROUP ARCHITECTURE & INTERIORS 3706 UPLAND AVE, LUBBOCK, TX 79407 806.748.6190 www -drOyx m Yf A �§ dill, OaU N Z om I > �z w w e m an 0,1 I m U 00 3 - Nm m O) 1 J F O U U REW94vS arYm%l— Pnu4<I xn ��1MC,1 M SHEET NO. A4 4 OP B Y-6• h 28/A5 MLLWORK ELEVATION t MAS MLLWORK ELEVATION WAS MLLWORK ELEVATION 05/A5 MLLWORK ELEVATION suaJ/t• • r-o- me mraurcv xoav scue J/t• • r-4- x>.ararx scut !/°' � r_o• x> nmax MILLWORK NOTES avanrto en —pr p1 mmaaaccw ro r n�usxc Kv nseuan er p acr Amr s�Aa pn PA+a Ano xrm ro er nannvsn Km nsru/m er mvrwcrm p amaexnxrt° svwmr As srcmrm. p rp• a4nsAo nrx locum wane rasx urwAR IRn9t Aett° 10 s[CIIMS p InL &IX SYA9l At Swum p sawrcv rwr, mm ro xrAn � s p° nrrrm maws As swaao rp raw ro a Knewo Am MJiNap er mexa. p urr aA4rL my a msrP.s aAavc a/ k/ ry ..1 i.»_, . it A rtXrunm AAD PANIm °IPlIIY 9JM0 Y-J• !•-0' J'-6• - 9'-Y 18/AS MLLWORK ELEVATION 14/A5 MLLWORK ELEVATION 10/A5 MLLWORK ELEVATION 02/A5 MLLWORK ELEVATION xAlf w— 1•..a .1-1 — !/4• = i•-°• W ,-; — !n°• • r'-a x1 LOt°v — !n°' • Y_4' rp• sam suxAa a JH'0.Wxn ra wmnu�r aua nrk'nf PXvtn rm O ar tavnx«s uWsr O xorovars PAnd AnKx '4 p^P s wiixosx mena s ra' ae. O mwrtxswr IX Wiimnsn wsraPs awsv As ra-rr r OJ • re• R 27/A5 MLLWORK SECTION 23/A5 MLLWORK SECTION 19IA5 MILLWORK ELEVATION WAS MLLWORK ELEVATION 1VA5 MILLWORK ELEVATION WAS MLLWORK ELEVATION sua: r . r o seuer a r-°- scue Jne• = r-a• om mvwrtx xoav seue!/°'. r-o• w r�r seuc: !/°' = r-a• om mrmursn xaav wu: !/°' • r•-o• ml nmc°' L0 SU°ena 'PfIM)aJ w 1'-0 J%' axAtlkY,'i SaW SuaAa SiA1Y/ Vr• sr<u aerrAa W J% •H1MQ'U OP M*UVIXn{AIYLV/ 02nn[R ' PMm All M W/rntS'r t R CLYM'IEP9MX a' w/iuSY J/! {RpN1s {Ap4l AS fan'a4e° MY4 AS sweasro e xc mrow.nrm ', xws J/�• AousiA9[ smr � °nsr As ARCHITECTURE 8 INTERIORS 3708 UPLAND AVE. LUBBOCK, T% 79407 806.748.6190 28/A5 MLLWORK SECTION 24/A5 MLLWORK SECTION 20/A5 MLLWORK SECTION IWAS MLLWORK SECTION 12/A5 MLLWORK SECTION WAS MLLWORK SECTION 04/AS MLLWORK SECTION s A5 e scut r . r•-0• scue r . r-o• scue r . r o scut r•, r•-o• scue r = r-a• scuc r , r-a scue r , r._n. REWIRED MN MUM MANEUVERING CLEARANCES AT DOORS iwL SYd' p9154 a � ww � vFuaFrn § a xare x arwmane dots FRONT APPROACHES - SWINOINO DOORS nAt szww vW xoR:r, Jsw wwrrwr r, so• xo¢r, I9w 1lTnWYWa xns r. arw uwrnwrr. sr• WMA ura Am aosx HNGE SIDE APPROACHES - SWNIGING DOORS w.0 .gr wsr sW A'Yw n xort: roWe�ii ao�*F r xom roWeaiusa�a x LATCH SIDE APPROACHES - SWINGNK3 DOORS NOBS r) ways w Nrorcs svnu arair rM Mr arAFNas rw iFar wvFawus Jl WrxsWs..a rFaw rote m omF trw ttWF COwRwc AS SaYO. ,ptlY OOOt n5 SaPD C � tt MAN9FW tww r � mrtato uNxa oaa i.. naw WwwNC As ram. C f 17/A6 TYP. TRANSITION DETAIL scar s• - r•-o• aaxwe Al snedro cave Wrww and dne sia• wnrzx Frssrwr crosux eawo sr rss srm " r/r aAe dna nn a' arAa eae mrsn usasmArc WAS GRAB BAR DETAIL scan J•. r-o. FRAME TYPES x = a ow u o h p DOOR TYPES sou car xu�nw�IN dOW oche v sr vAwr nwsr a �srvu - I/I• arAFAra calla xwr Sr¢e SRnS ww'kR fnSRYO SLTXS 10 `kaY� tcY4lF.ta�w kNwdfS s FCWwfn - aV —3/B" IWE N' t1AwF Stlr fi d::Vx cWaw Won aR[CRr aPoL2 wxx smr sMunwN xauos wnu rxNr _ vAwr rtcaa NaraFs sxrwm wewirnsamr[as oWe As saravro DOOR SCHEDULE _ WAILS a/ Krr fYEO REMARKS rorBo s r J-0B0 10vB0 r_0•r Hu1 _ _ WM J'_0'r B'-0• At NO OMB J'_0•r B'_0• fR f WIC aMa WK J'-0'a B'_0• J'-a'r e•-o• J'-0•�B'-0' W Hxl uwr lul r r 1 WSA r-0'v 6•-0• 9 - _ - - rB/ s J s WlA _I-e Y_0• - d0 - HAr rr% Ind - Ww oomr r-d•r Y-o• J'-B•Ae•_o• w rwr xul r ma dnA ara J'-e v Y-0• Y-a• Y-0'i- •rr-o• _ _ � _ or.lC aru r-c•.Y-o• J'-0'r d•-o• J'-B'v r_o• w Hu xo mrr HNT r Fo, xoW wr ®NcuowurrN KEYED DOOR SCHEDULE REMARKS I ExSfik-0 aPW WQi MM GAFIRD —0..1. N F AX xAWBNX Al swmrxm RO.tA`, Y.irP, MO W.1 OWR W AWB reASM'o vnwlm—ow w m Wa wM GAMrm w•dtOw wm! II A4YAa'xAPowWr Af SOdIXtlLo FONT P.RP, AM FrvAwrWa Am J,we J �w rratw usrN ome. xrw rrator wnu uloa •wo ruwwr As sarmwm w rnsnw arBwe arcv Ami vNtr mov •wo . Nrw sam wx dOW oche w xewxaro. urn +urd vAwr loos! xrw xwowa As samwm s raMAcrax rcW wan rAnntc aoavc carets s ,wo m¢,Kmvs TYPICAL GYPSUM BOARD 19/A6 TYP. FRAMING AT DOORS 15/A6 CONTROL JOMr DETAILS 11/A6 HEAD DETAL sour: rR• • r'_o• swn I/!- r-c• scut uAr• • r-o' FFOMor Id'xla' Cf(A4 NOW vAa aN2em KITCHEN EOUPMENT SCHEDULE OMIL �' / fps earrWx iatrr� I _ dq.�p x § _._ MFR. M�M_•rzOR REMARKS � A M oo rassmr a did' rmr x .vnma ro dr as mwrw.r o rowu r '� arur ' R 3 i § rnAc em as rvrur —1(Airvr $ Ruwwxe � $ § srN.wr mart Amalas ns MWY:b't / lneSv R YaM aan (Ad RLWFFOf WOP Af SgYetlAtO ws uawavc (Wxxsrovs srordr AFt ro Mr warm OOAHL vnx0 ron rxmaFsaF tar alwaFsav r aAa�waw� STANDARD ACCESSIBLE MOUNTING HEIGHTS 16/A6 JAMB DETAIL 12IA6 JAMB DETAIL scar 'A' - ", srAu r r/J•, r-B• scar 1 rAr•- r-o. CONDRAY DESIGN GROUP ARCHITECTURE 6 INTERIORS 370E UPLAND AVE. LUBBOCK. T% 79407 806.7AS.6I90 w condraY.com 0 W� %'r n � a �5 n. il is, Oo0 0 F g > VI 0 O w w a It an It Y� m U 00 D Om _ Nm 4 Z J O = _ 2 U U NFNS'aVS:' r�� ra".urNrrW�o¢ imur aeo<+crNa amm � sraJ WR W BiEtT NO. A6 B OF e iti Rift ` CjTI OF o AIR DISTRIBUTION SCHEDULE EocAnlox 4R1AiEXHAUST FAN SCHEDULE NP OPIVE EtECTfiICl CAtA MECHANICAL LEGEND Sy....�_..� nn—_�.e_v._ S„A.56�IPP,{,V AIR"�IFfy$gg,(x]Q,{�1TINQ_!FTAI�_ ____�_v_. na xxewcw.n:m _ __ �`"mxxx. x _. ___"� �xawrvnnwexx�NWy I_Y.P�FglGE1.6LNG.PIFFSl.S�3G�3tLL. GQN,NF,CT_!Q.Mp..Tl!�__,_____._._. NOTES INDICATED BY "Q" GENERAL NOTES: xEmwnoe«n�«e lrexvrm. aewsn we*«:mourn�xnrorevxee...IE«xxeeu�xeo. XT' imrani 1 his' �L' ��� .... .... n- - -r axE�, 411 o� �A a# a � +Dm {Nf•- novae 'r' »m -&A C—" I mr xesw.u.erroe "'\ owre« .._q,..... .. wuxa r.mm.sexcuo / sunrn,mmsw W�U: �71-�. EIS.H2S#.SI.FACitdQ----- 2EIdU... CONDRAY Eff DESIGN GROUP ARCHITECTURE & INTERIORS 370E UPLAND AVE. LUBBOCK,TX 79407 806.748.6190 erww-droy.c= 7�1 uw[amsl®m r� a F V U O V i� �' rc u sx y (> r CJ o <i Z IYIL 2 OF 2 �iFNERA..L NOTES' � VPOr1iYNl OPtlWibxusrnieW. Yp 10 eiiuWYiiewmuenoxwwi. uE W.vwxEv w WwrEv.** ewe:aen'eeox+wna, mmsxxuxsnnw+m eu�w eq rOpxRxttWArvv EVKi KW wi.V. mn� owWx DE4OLITIONNOTES INDICATED BYO; xvxwaix+e i n 1.xew��ieutln"rxxemex. '' irctlwrn°ru"ie+exewenr ry utl W.wveouwrve.�sYwvxauw��x,oreiVt E N:iuWn°. Uvr10RY 108E Pe.Wit'0 xoinv EVb+uw �aWxm+OrcfAVixBw rxtlxOrYEWv4x�iiW MC in ox w lY ow44mNM'Do eUo�xV. ). Emrdptt00nOxwrOW Wxo-an YYimvfm+w Yawxwm.Ywn CONDRAY DESIGN GROUP ARCHITECTURE & INTERIORS 3708 UPLAND AVE. LUBBOCK, TX 799407 806.748.6190 www.c L'!:com E 15 LGr c 0 Z X O 0 �o $ %W Y Ll 5, o m t ai J h N IXl fJ t i Ij Q CI U SHEET NO. P1 j PLUMBING FIXTURE CONNECTION SCHEDULE WRN FIXTURE _ CWry CONNECTIONS MW W/STE VENT WCe-, U ��EWC� Wfdo—D40$TT. FLUSH VntVE...,____. ''__• _URMjLn �ELECiRIC WATER C00lER m'��' _m,R�„ n' _ m�--- ,�� Y _ PLUMBING LEGEND SYMBOL DESCRIPTION —AD ElBaW TURNED UOVM ELBOW ruaxEDUP ONNECiiOE _ .....----------- AD __ GENERA,—,. nws rNeo—.11 euaieurNaa.0 U,x.i1 1. NOES.NrOwwNumeB oxe s..c rmon;e um,a,,.,,aar,..m. CONDRAY im DESIGN GROUP ARCHITECTURE & INTERIORS 370E UPLAND AVE, LUBBOCK, TX 79407 806.748.6190 W W W.GOfltlfOj'-COT �AW@E1g11�1O T� 1�It Z f F y c x ciFG�+ (� F !Z I4 jtl� . yL. t m u ti m c°°:•o ii O �> u SHEET NO.., P2 2:1--2 C_ZZ] CTZ3 C2] CZZ] C7Z] CZZ3 G, orl tl C 3 C .v Cw7 ll � 11 .. ..,, .. _ CZ—] C7i3 I:= Ca 3 c= C: ] P p R R 1 cm lI ar Lp r r� L`J LJ LJ LJ n rJ LJ �� F Cw] C7Li cST_] CSIJ C72] cS i �O cowurenwou'� 10�ear r' j LJ � r � ❑ C 3 ... C ..• _ Cr 7 LJ y LJ �LJ J PP, 21 F 9/El FL00R PLAN - ELEC'nr I AL Mf',4i"+L ICATI .... GENERAL NOTES: NOTES INDICATED BYNOTES INDICATED BYQ". CONDRAY DESIGN GROU ARCHITECTURE & INTERIORS 3708 UPLAND AVE. LUBBOCK, T% 79407 806.748.6190 ww+i.eOnhaY.COIn 5.0 4-]4i4 in F 6F ly� X O F :2> a V 2 O W W jA Q C QM1 O 2 O m U o0 J It.., cOi m 2 WO O U U �KiNaaz�. SHEET No. .v E1 a±l LIGHTING CONTROL DETAIL NO —E L=A 11 L= (D • R❑ Eo E [i) E . . C.:' ...... .. . ..... H'❑ E--J 1E C=m GI co Q E R E E Ec ED* PLAN - ELEl-l'RP-;AL LK�MIIV-" GENERAL NOTES: NOTES INDICATED BY M" CONDRAY w DESIGN GROUP ARCHITECTURE & INTERIORS 3708 UPLAND AVE, LUBBOCK. TX 79407 806.748,6190 -conamy.com z z 0 > 0 z 0 Z O'z w . u m O 00 Om O 5 u �-/ `*eeteewNiexrrLwr ox xaw;n LAY•IN LIGHT FIXTURE DETAIL NO SCPLE • CONDUIT SIZING CHART ELECTRICAL SYMBOL SCHEDULE b° �� .ewa.raw.Nn•�xen nwwao .Q' nam,ox,.,.nx°no wp° w,e xm�x,a°,N.r.;nwa,r..a xorau Wv �na,n<a.r.�.wxxr.P.r.,r Vpd ELECTRICAL Nq SCKE RISER DIAGRAM GENERAL NOTES: NOTES INDICATED BY'O": uw Q° a I — ,, r o x��nar b � wnbewwuwner WIRING DEVICE MOUNTING HEIGHTS • TYPICAL VE3 `' MMUNMI CEMER FLC OR PLAN - ELECTRIC -AL B"OWEI NO S—E xo eYR?G6E P4NEL •I.Pi• }Y. �u •P tMt. Y `g£gju�YL GENERAL �NOTES: <rxo:. <wn;.x,mmwxu.w.xwn<r NOTES 'INDICATED xBY CONDRAY DESIGN GROUP ARCHITECTURE & INTERIORS 3708 UPLAND AVE. LUBBOCK, TX 79407 806.748.6190 —condroy.com �e®rnurne ere 'I-746 m fl N 7 O O f 1 a UI Z O w w a r 0 W Q m oi U 00 J I}- N m 0 7 J F 0 U U U SHEET NO, E3 3 � 3 Lim._.. I•. ,:. No Text