Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2015-R0298 - Contract - Tommy Klein Construction Inc - Construction Services - 09/10/2015
Resolution No. 2015-RO298 Item No. 6.28 September 10, 2015 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 12418, for construction costs and services related to the Buddy Holly Center and the St. Paul's Church exterior door replacements as per RFP 15 -12418 -MA, by and between the City of Lubbock and Tommy Klein Construction, Inc., of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 10th day of September 2015. — � "'�Z GLEN OB TSON, MAYOR ATTEST: R z�, J� Rebec a Garza, City Secreta APPROVED AS TO CONTENT: MarkV,earwebd, Assistant City Manager APPROVED AS TOFORM: Cam/Pratt, Assistant City Attorney Resolution - Tommy Klein Construction 8,19. 15 August 19, 2015 Contract is viewable in the Office of the City Secretary BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: September 10, 2015 CITY OF LUBBOCK SPECIFICATIONS FOR RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement CONTRACT 12418 PROJECT NUMBER: 8302.30000 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.tliereproductioncompany.com Phone: (806) 763-7770 -2-(,)] City of Ub oc TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionallv Left Blank I -A I I 1, City of Lubbock, TX Purchasing and Contract Management df_ Contractor Checklist for d RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement Before submitting your bid, please ensure you have completed and included the following documents in the order they are 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 2. 3. V 4. 6. ✓ 7. V 8. 9. SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 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. Clearly mark the bid number, title, due date and time and your company naive and address on the outside of the envelope or container. 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. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firfn's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number, Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REOUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. _ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING j DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. �(Type or Print Company Name) i z Page Intentionally Left Blank I i I 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. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12, SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank H I I i - NOTICE TO OFFERORS RFP 15-12418-MA 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 3:00 p.m. July 29, 2015 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: "Buddy Holly Center and St. Paul's Church Exterior Door Replacement" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal ` Proposals are due at 3:00 p.m. July 29, 2015, and the City of Lubbock City Council will consider the proposals on August 27, 2015 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 joust be in a form accepted by the City Attorney and must be dated the saute as the ContractAward date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inforn Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on July 21, 2015, at 11:00 a.m., in Committee Room 103, at City Hall 1625 1311' Street, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, _ 2102 Avenue Q, Lubbock, Texas 79405 or at lit!p://pr.tliergproductioncompgLny.com/. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. 8 CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT t� GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank I I I I GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Buddy Holly Center and St. Paul's Church Exterior Door Replacement per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 p.m. July 29, 2015 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 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for snaking certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. ` 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals �- through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 11:00 a.m., July 21, 2015 in Conference Room 103, 1625 13" Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS 3 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any �- - addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 4 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at hLtp://www.bidsynr,.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 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 opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 12 13 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. 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 responsibilitv to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsync.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within Sixty (60) 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. 4 f 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within 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 law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or 18 19 20 21 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. PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 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. 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. 27 NH-1 29 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the 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. 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. 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. 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 Iegibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. The 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 30 31 others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name: Tommy Klein Construction, Inc. 29.3.2 Proposal RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 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. 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 9 proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 25% for Contractor Qualifications, 5% for Safety Record, and 10% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 25% 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: 10 t i (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 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 32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the 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. The estimated budget for the construction phase of this project is $ 325,000 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. 11 34. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 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 12 C_ i locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.,gov/dba.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 l., TEXAS GOVERNMENT CODE & 2269 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for UJ acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, `- the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. r j (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL FORM Page Intentionallv Left Blank r i PROPOSAL SUBMITTAL FORM BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT RFP 15-12418-MA k DATE: Z JI S Proposal of ' 1 W)1MLi eiy-\ (nn-5bFt.t('-;hc` V) , `Lac, Offeror) (hereinafter called 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 Renovations of the Buddy Holly Center and St. Paul's Church Exterior Door Replacement 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 renovations of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to renovate the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE PROPOSAL ITEM NO. DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE Remove & Replace Exterior 1 Door/Transom Systems, Doors 112) LS f �(p,0(7G 7 �� L�c� 1 �3; a 3L� 3, 4, 5 & 9 @ the Buddy Holly Center Remove & Replace Exterior 2 Door/Transom System @ St. Paul's LS 7, 500 �� 7 3 � 517, a 3 3 Church TOTAL PROPOSAL ITEMS #1 & #2: ($ 2 (O , ¢ ) DURATION 1. Number of days required for construction: ADDITIVE ALTERNATES TOTAL CALENDAR DAYS: (,21D ITEM NO. DESCRIPTION UNIT MATERIALS LABOR TOTAL Remove & Replace Exterior 1 Door/Transom/CargoDoor LS .J-q 9,(03 UCH 44" Systems, Doors 6, 7 & 8 @ the , i Buddy Holly Center ALTERNATE DURATION i 1. Number of days required for alternate construction: TOTAL DAYS ALTERNATE: (J r Offeror's In 4 1 Offeror hereby agrees to commence the work on the above project on a date to be specified in a written 1 "Notice to Proceed" of the Owner and to substantially complete the project within Sixty (60) CONSECUTIVE CALENDAR thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $250 (Two Hundred and Fifty Dollars) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more t fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. el__ Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is _. a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of !i `'Z,, Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance _l certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all i 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) ATTEST:; Of"racowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date IM/WBE Finn: Date: D S -11- Z.-0l 5 Authorized Signature to t 11(V) (Printed or Typed Name) Company I Z Address L, �C)o ,I.C. City, y Count y :a'Xa5 ---' "7Gt4z4 State Zip Code Telephone: a� - 4-'3 g --3 t&1 I Fax: SQ Q 7 --2 Q 5 9 Email: U�klf'w� -F IFiY�C[J�1 S.coh-i FEDERAL TAX ID or SOCIAL SECURITY No. _ 15-2-79'�R 173 Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT II To Be Completed by Offeror I) Must be submitted with Pronosal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. A�11�L2� Contractor (Original Signature) 17<0�C-? V] VICIL� Contractor (Print) CONTRACTOR'S BUSINESS NAME: , ,� tp ,,y� S �Vt t C i t� Zinc, (Print or Type) CONTRACTOR'S FIRM ADDRESS: l Id to i Gt �in ai A`z1�E? n (A � L'b0c a ', `M 42 4 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the Cit_v of Lubbock at (806) 775-2572. PROPOSAL 15-12418-MA - Buddy Holly Center and St. Paul's Church Exterior Door Replacement 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 our organization: 1 P b Y g 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 restroom renovations. Safety: Safety is one of the most important aspects of any project we are involved in. We follow all OSHA safety standards. Quality of Work: 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. Contractor's General Information Organization Doing Business As Tommy Klein Construction, Inc. 7312 Upland Avenue Business Address of Principle Office Lubbock, Texas 79424 Telephone Numbers Main Number 806438-8777 Fax Number 806-797 2959 Web Site Address www.tkleinconst.com Form of Business (Check One) x I A Corporation A Partnership An Individual Date of Incorporation November 1998 State of Incorporation Texas Chief Executive Officer's Name President's Name Karen Klein Tommy Klein Jonathan Klein Vice President's Name(s) Secretary's Name Tommy Klein Treasurer's Name Karen Klein Date of Organization State whether partnership is general or limited I Name I Business Address Average Number of Current Full Time I 8IAverage Estimate of Revenue for I $ 6,280,000.00 Employeesthe Current Year 5 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 806 438-8777 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, includina the names of related companies presently doinu business: Names of Organization From Date To Date Tommy Klein Construction 01-014986 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 I Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 129 1 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as d 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. M 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. Tommy also acts as project manager for certain projects. Shad Hartman is our estimator. Jonathan Klein and Shad Hartman serve as project managers. Cory McElwee, Eddie Klein and Chip Prosser serve as project superintendents. Karen Klein is general office Manager and chief financial officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Tommy Klein is project manager. Eddie Klein will serve as project superintendent on this project. Alternately, Shad Hartman will serve as project manager and Jonathan Klein as project superintendent. All employees are responsible for Safety and Quality Control. On this project, the individual designated for Safety is Tommy Klein with Shad Hartman as alternate. Eddie Klein is designated in charge of Quality Control, with Tommy Klein designated as alternate. ° e 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 AIternate Candidate Project Manager Tommy Klein Shad Hartman Project Superintendent Eddie Klein Jonathan Klein Project Safety Officer Tommy Klein Shad Hartman Quality Control Manager Eddie Klein Tommy Klein 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. O =° O = L Ql 1 �w W V �a � c +. c c 4w �. Q O 4. V i+ as+.r ++ . i U w >1 c w s 1° a � � cy (ULA c� Ln V •(;" y d V 420 ' c c. rig .� c.-, �U�Y ..., .o o � a Tommy Klein Construction, Inc RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement General Project Manager General Office Manager Quality Control Chief Financial Officer Safety Tommy Klein Karen Klein (Proposed) Project Manager Safety Tommy Klein (Proposed) Project Superintendent Quality Control Eddie Klein (Alternate) Project Manager Safety Shad Hartman (Alternate) Project Superintendent Quality Control Jonathan Klein Attachment No. 2 Proposed Project Managers Organization Doing Business As Tommy Klein Construction, Inc. Name of Individual Tommy Klein Years of Experience as Project Manager 29 Years of Experience with this organization 29 Number of similar projects as Project Manager 750+ Number of similar projects in other positions 500+ Current Project Assignments TTU — CHACP2 Switchgear Replacement Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Project Manager 10% August 31, 2015 Reference Contact Information (listing names indicates a roval to contacting the names individuals as a reference Name Darren Densford Name Jimmy Dunn Title/ Position Engineer Title/ Position Engineer Organization Texas Tech University Organization Texas A & M Agrilife Telephone 806-8344791 Telephone 978-845-2180 E-mail Darren.densford ttu.edu E-mail Jd-dunn@tamu.edu Project Hulen Shower/Toilet Renovations Project Texas A & M Equipment Shed Candidate role on Project project Manager Candidates role on on Proiect Project Manager/Superintendent Name of Individual Shad Hartman Years of Experience as Project Manager 12 Years of Experience with this organization 5 Number of similar projects as Project Manager 500+ Number of similar projects in other positions 100+ Current Project Assignments LISD — McWhorter Restroom Renovations Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Project Manager 25% August 1, 2015 Estimator 25% ongoing Name Darren Densford Name Kevin Cockrell Title/ Position Engineer Title/ Position Project Coordinator Organization Texas Tech University Organization Lubbock Independent School District Telephone 806-834-4791 Telephone 806- E-mail Darren.densford@ttu.edu E-mail kcoclaell lubbockisd.or Project Clement Shower/Toilet Renovations Project Sm lie Wilson Restroom Repairs Candidate role on Project Project Manager Candidate role on Project project Manager/Superintendent 9 Project Manager 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 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 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. Project Manager (Alternate) Shad Hartman, our company estimator and Project Manager, is an invaluable asset to the company. We are proud to say he joined our company in May of 2010. His years of experience in the construction industry are advantageous for our company and our clients. Shad has experience in budgeting, estimating, marketing, cost analysis, quality control, safety and project management. As West Texas Regional Manager for a job order contractor, Shad managed and supervised approximately 350 projects totaling 20 million dollars over 3-1/2 years. He is OSHA certified and serves as Safety Manager. Shad is an integral part of our management team. Some of the projects Shad has managed are as follows: City of Lubbock — Firestation #11 $ 43,422 KCBD $ 239,869 TTU — High Rises $ 839,203 TTU —Sneed Restrooms $ 94,060 TTU — Horn/Knapp Kitchen $ 131,496 TTU — Clement Hall — Shower/Toilet Renovations $ 1,350,144 LISD — Smylie Wilson Middle School $ 131,601 Texas Forest Service — College Station $ 308,207 Terry County Courthouse — Demo, $ 442,618 Site work, metal stud walls, millwork Klondike ISD — 4,5,7,13,14 $ 182,921 Crosbyton CCISD Site Work, Carpentry $ 168,402 Gypsum systems University Medical Center EMS building $ 184,391 Texas Agrilife Parking Lot $ 97,513 Texas Tech Health Sciences Center 1-A $ 107,925 Pathology Renovations Texas Forest Service — Lathe House $ 74,993 Buddy Holly Plaza Improvements $ 158,463 City of Lubbock — Park Improvements $ 240,570 Second Baptist Church $ 169,247 U M C 2nd Floor Renovation $ 221,463 TTU — Wiggins Dining Complex $ 113,050 Renovate Elevator Hallway UMC Logistics Building $ 142,324 City of Lubbock Police Property Room $ 43,412 Texas Forest Service TAM US Bldg. Remodel $ 289,953 LISD Restroom Renovation Harwell $ 265,517 & Overton Shad knows construction from the bottom up. He does an outstanding job at scheduling and managing projects. At times, he has numerous projects in progress and successfully oversees them all with a smooth finishes. He is great at multi -tasking and his organizational skills provide what is needed to ensure we continue to provide exceptional construction service to our owners. Proposed Project Superintendent Organization Doing Business As • •. Tommy Klein Construction, Inc. Name of Individual Years of Experience as Project Superintendent Eddie Klein Years of Experience with this organization 1 (39 years in construction industry) Number of similar projects as Superintendent 750+ Number of similar projects in other positions Current Project Assignments — Project Superintendent Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Lubbock — Mae Simmons Senior Citizens 100% 12/31/2015 Renovations Reference Contact Information(listing names indicates a roval to contactin the names individuals as a reference Name Rodney Unrein Name Robert Keinast Title/ Position Project Manager Title/ Position Battalion Chief Organization City of Lubbock Organization City of Lubbock Fire Dept. Telephone 806-775-2207 Telephone 806-775-2632 E-mail runrein@mylubbock.us E-mail rkeinast@mylubbock.us Project City of Lubbock Water & Street Dept. Renovations project Fire Station #I I Candidate role on Project • Name of Individual Project Superintendent Candidate role Project Superintendent on Project Jonathan Klein Years of Experience as Project Superintendent 9 Years of Experience with this organization 15 Number of similar projects as Superintendent 150+ Number of similar projects in other positions 50+ Current Project Assignments Name of Assignment — Project Manager Percent of Time Used for this Project Estimated Project Completion Date Texas Tech University — Weeks Hall 50% 09/15/2015 Texas Tech University — various projects 25% ongoing Marketing Name Darren Densford 25% Name Stephanie Laughlin Title/ Position Engineer Title/ Position Senior Designer Organization Texas Tech University Organization Texas Tech University Telephone 806-834-4791 Telephone 806-834-1241 E-mail Darren.densford ttu.edu E-mail Stephanie.laugblin@ttu.edu Project Wall & Gates Hall Shower/Toilet Renovations Project Wiggins Hall Student Housing Candidate role on Project project Manager Candidate role on Project project Superintendent 14 Eddie Klein — Superintendent Eddie Klein has 39 years of experience in the construction industry. He has experience in millwork, carpentry, door, hardware, toilet partition installation and supervision. He supervised multi -million dollar projects for a large construction firm for twenty-five years. His experience includes managing multiple projects at different locations, managing plumbing, concrete, electrical, painting, HVAC and mechanical. Upon retirement of his boss, he struck out on his own, doing residential remodeling for five years. He then, subcontracted door installation for Lee Lewis Construction, Inc. for two years. Seven years ago, Eddie began subcontracting the installation of Wilson wall in school districts across Texas. Clearly, he has the experience and expertise necessary to insure the completion of any size construction project. We gladly welcome him to our team. Since joining our company, Eddie has supervised the following projects: 2015 - City of Lubbock Water Administration & Street Dept. $ 692,463 Renovations, Municipal Hill 2015 - City of Lubbock Mahon Library Entrance $ 76,463 2014 - 2015 —1803 Broadway — Office Remodel $ 48,000 2014 - 2015 —Second Baptist Church Columbarium $ 169,247 2014 - 2015 — City of Lubbock — Firestation #11 $ 43,422 There is no doubt that the experience Eddie has as a superintendent managing large projects will be of benefit to the City of Lubbock. He successfully schedules subcontractors, manages them well, and exemplifies our company's commitment to bringing our owners a high quality project we can all be proud of. The individuals at the City of Lubbock, who are associated with the projects Eddie is or has worked on, can speak for his experience and abilities to supervise this project. Eddie Klein will be our dedicated superintendent for this project All employees are responsible for ensuring projects meet our high standards of quality. Quality control is on -going on all projects. For this project, Eddie Klein is designated as Quality Control Manager. Reference: Rodney Unrein, City of Lubbock - 806-775-2207 Jonathan Klein - Project Manager/Superintendent (Alternate) Jonathan Klein, Project Manager and Superintendent has proven himself to be an excellent manager within the company. He joined us in May of 2008. Jonathan does an impressive job at working cooperatively with clients, architects and subcontractors, which has further established our reputation for providing outstanding communication, quality work and timely completion. He is knowledgeable, having "grown up" in the construction business with Tommy and was employed previously with the company June 2001-June 2004. His experience includes managing multiple projects at different locations, managing plumbing, concrete, electrical, painting, HVAC and mechanical. In total, Jonathan has managed over $ 6,150,000.00 for the company since 2008. Jonathan has been our on -site manager/superintendent at Texas Tech University since 2010. Jonathan's outgoing, friendly personality, along with his knowledge and experience make for a great combination for success. Projects directly supervised by Jonathan Klein 2010-2014: 2014 — KCBD Renovations $ 239,870.00 2014 TTU Murdough Hall Shower/Toilet Renovations $ 1,527,413.00 2014 TTU Stangel Blinds $ 126,497.00 2014 TTU Coleman Hall Flooring $ 47,572.00 2013 TTU Weymouth Hall Flooring $ 22,231.00 2013 TTU Coleman Study Lounges, Floors Ceilings, Walls $ 80,648.00 2013 TTU Clement Hall Shower/Toilet Renovations $ 1,350,144.00 2013 TTU Wiggins Dining Hall $ 1,363,898.00 2013 TTU Hulen/Clement Blinds $ 86,547.00 2012 TTU Additions to spaces Commons & Einsteins $ 28,127.00 2012 TTU 5 ton split heat pump system Chef s Platter $ 19,169.00 2012 TTU Installation of countertop in Bledsoe Dining Hall $ 11,790.00 2012 TTU Addition of Chair rail — Sam's Place $ 5,900.00 2012 TTU Build & install 74 custom cabinets & doors mailboxes in 14 residence halls $ 19,500.00 2012 TTU Install 304 Graber 2" composite wood blinds—Chitwood Hall $ 82,615.00 2012 TTU Install TVs, cameras and door wiring at Boston Dining $ 47,150.00 2012 TTU Wiggins Dining Complex — renovate elevator hallway $ 122,557.00 2012 TTU Installation of countertops in the Bledsoe Dining $ 41,236.00 2012 TTU Stangel 1S`-4`h Restroom Remodel $ 464,688.00 2011 TTU Bledsoe Countertops $ 11,790.00 2011 TTU Renovate 14 Laundry Rooms $ 248,378.00 2010 TTU Residence Hall Renovations — Horn/Knapp/Bledsoe/Sneed $ 465,595.00 Jonathan has shown himself to be more than capable of running projects from start to finish. We have full confidence in his ability to manage any of our projects. Proposed Project Safety Officer Organization Doing Business As Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Estimator Reference Contact Information (lis�ting names indicates Name I Kevin Cockrell Title/ Position PLEASE SEE PROJECT MANAGER Tommy Klein Percent of Time Used for Estimated Project this Project Completion Date ongoing oval to contactin the names individuals as a reference Name Title/ Position E-mail kockrell lubbockisd.or ]EE-mail Project Smylie Wilson Restroom Renovations roject Candidate role on Project Manager/Project Superintendent Candidate role Project Safety Manager on Project Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Shad Hartman Percent of Time Used for Estimated this Project I Completion Date Name Name .. Title/ Position TTitle/ Position E-mail role on E E-mail Project Candidate role on Proiect Proposed Project Quality Control Manager PLEASE SEE PROJECT SUPERINTENDENT , Organization Doing Business As a Tommy Klein Construction, Inc. Name of Individual Eddie Klein` Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Date -Completion Reference Contact Information(listing names indicates a roval to contactin the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization 1 _I Telephone Telephone E-mail E-mail Project Project Candidate role on Project Name of Individual Candidate role on Project t TommyKlein PLEASE SEE PROJECT MANAGER Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager t' Number of similar projects in other positions Current Project Assignments i Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date o • • • Name o e e Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project j l Contractor's Project Experience and Resources Organization Doing Business As Tommy Klein Construction, Inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 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. Meeting HUB / MWBE Participation Goal Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own BWill UY Lease What work will the organization complete using its own resources? Project Management, Project Supervision, Demolition, door installation What work does the organization propose to subcontract on thisproject? Minimal painting 17 Contractor's Subcontractors and Vendors Organization Doing Business As Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts ' Name Work to be Provided Est. Percent HUB/MWBEof Contract Firm i 1 Provide information on the proposed key personnel, project experience and a description of past relationship and f-A work experience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Furnish Furnish HUB/M Vendor Name Equipment / Material Provided Only and WBE { Install Firm )1 16 .: Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University Project Name Murdough Shower/Toilet Renovations General Description of Project: Asbestos Abatement/Shower/Toilet Renovations Project Cost $1,593,160.00 1 Date Project Completed 08-08-2014 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 TTU Operations Division Project Owner I City of Lubbock Project Name I City of Lubbock 806-834-4791 Darren.densford@ttu.edu MEMEENEMIREM Water Administration & Streets Dept. General Description of Project: Office remodel, new restrooms Project Cost $ 692463.00 Date Project Completed In progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Rodney Unrem Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Project Owner I KCBD Project Name KCBD Toilet Room Renovations General Description of Project: Restroom Renovations Project Cost $ 259,659.00 Date Project Completed 12/16/2014 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 KCBD Designer Construction Manager Dan Jackson KCBD 806-761-4232 djaekson@kebd.com 19 chment A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University System Project Name I Wall Hall-Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost $1,222,318 Date Project Completed 08/02/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Chip Prosser Jonathan Klein Chip Prosser 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 TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University Project Name I Gates Hall-Shower/Toilet Renovations. General Description of Project:Asbestos Abatement/Shower/Toilet Renovations Project Cost $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 Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University System Project Name I Weeks Hall CVPA Costume Relocation General Description of Project: Project Cost $1,354,551 Date Project Completed Current Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Mana er 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 E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu 19 .,. ._....., ._... d �..., .._,._,.... ...� �1-.... f„,....j ....... a- �.......:.' a......... } W..............aJ N..LL�ti� {L.. a.- ,4.•......._a,/ W`ir Current Projects and Project Completed within the last 10 Years Project Owner Second Baptist Church Project Name Second Baptist Church Columbarium General Description of Project: Sitework, concrete, steel, metal roofing, masonry, exterior painting, electrical Project Cost $ 169,247 1 Date Project Completed In progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Jon Long Architect Condray Design Group 806-748-6190 Jon@condray.com Construction Manager Whiteffa le CISD Project Name Whiteface CISD Natatorium Renovations Project Owner General Description of Project: Natatorium Renovations Project Cost $354,170 Date Project Completed In progress 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 Robert Cameron Architect BGR Architects 806-747-3881 rcameron@bgronline.com Construction Manager Project Owner I City of Lubbock Project Name Firestation #11 Interior Repairs General Description of Project: Interior repairs, Captain's quarters, two bathrooms and observation room Project Cost $43,422 1 Date Project Completed 02/19/2015 Quality Key Project Personnel Project Manager Project Superintendent Safety Officer MControl ana er Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Robert Keinast Battalion Chief Lubbock Fire Dept. 506-775-2632 rkeinast@'nylubbock.us 19 E bment A Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University System Project Name I Clement Hall-Shower/Toilet Renovations General Description of Project: Asbestos Abatement/Shower/Toilet Renovations Project Cost $1,350,144.00 1 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Jonathan Klein Shad Hartman 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 TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University Project Name I Hulen Hall-Shower/Toilet Renovations General Description of Project:Asbestos Abatement/Shower/Toilet Renovations Project Cost $1,114,787.00 1 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner Texas Tech University System Project Name I Wiggins Hall University Student Housing Office Remodel General Description of Project: Project Cost $1,354,551.00 Date Project Completed 08-21-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Shad Hartman Tommy Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Stephanie Laughlin Sr. Interior Designer TTU — Student Housing 806-834-1231 Stephanie.laughlin@ttu.edu Construction Manager David Bradshaw Engineer TTU Operations Division 806-834-2239 David.bradshaw@ttu.edu 19 r_ ;hment A Current Projects and Project Completed within the last 10 rears Project Owner Lubbock Independent School District I Project Name I Restroom Renovations at Smylie Filson Middle School General Description of Project: Restroom Renovations Project Cost S 131,601.35 Date Project Completed 08/05/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Kevin Cockrell Project Manager Lubbock Independent School District 506-766-1457 keockrell@lubbocisd.org Project Owner Texas Tech University Project Name I Remodel Study Lounges, Coleman/Chitwood/Weymouth/ General Description of Project: Project Cost S 836,845 Date Project Completed 08/04/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control 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 Designer Construction Manager Stephanie Laughlin Project Manager Texas Tech University 506-834-1241 Steplianie.laughlin@ttu.edu Project Owner I Texas A & M Agrilife Project Name Restroom Renovations General Description of Project: Remodel existing restrooms to bring them up to A.DA standards Project Cost S 62,509 1 Date Project Completed 05I31/2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas A & M Agrilife Designer Construction Manager Mika Myatt Project Manager Texas A<grilife 506-746-6101 ext 4032 mwyatt@ag.tamu.edu 19 rr0lect lniormation Project Owner City of Lubbock Project Name Water Administration and Street Dept. Renovations at Municipal Hill General Description of Project Sitework, concrete, masonry, metal, wood & plastics, thermal moisture protection, doors and windows, finish specialties, furnishings Mechanical, Electrical Budget History Schedule Performance Amount % of Bid Amount Date Days 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 8% Contract Final Completion Date at Notice to Proceed 07-18-2015 Unforeseen Conditions 15,373 2% 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 764,848 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 08-15-2015 Quality Control Manager Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Percentage of Time Devoted to the Project 25% 75% 100% 100% Proposed for this Project Tommy Klein Eddie Klein Tommy Klein Eddie Klein Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. ZIM Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager Citv of Lubbock 806-775-2207 runreinZmvlubbock.us Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved N/A Resolved Issues N/'�' Pending NA Issues N/A 16 Project Owner I City of Lubbock General Description of Project Interior repairs, Captain's quarters, two bathrooms and observation room Name I Interior Repairs FS #11 Budget History acneaute reriormancq % of Bid Date Days Amount Amount Bid 43,422 Notice to Proceed 01-07-2015 Contract Substantial Completion Date at Notice to Proceed 04-07-2015 Change Orders Contract Final Completion Date at Notice to Proceed 04-17-2015 Owner Enhancements 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 m . 7Pj Manager Project Sup Safety Officer Quality Control Manager Name y 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 806-775-2632 rkeinast@mylubbock.us Surety lma ° Number of Issues ® M a e s a e o e® o Total Amount involved in - N/A Ce o Number of Issues N/A Total Amount involved in N/A Resolved N/A Resolved Issues Pending_Resolved Issues 16 Project Owner Second Baptist Church Project Name Second Baptist Church Columbarium General Description of Project Sitework, concrete, steel, metal roofing, masonry, exterior painting, electrical Budget=History Schedule Performance Amount % of Bid Date Days Amount 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 Actual / Estimated Final Completion Date e & 0 0 MENEEM 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% 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 Jon Long Architect Condray Design Group 806-748-6190 jon@condray.com Surety Total Amount involved in . N/A 7NbTerof Issues Total Amountinvolved in N/A Number of Issues Resolved N/A Resolved Issues Resolved Issues 16 I Proiect Information •••Texas Tech University System••-MurdoughRenovations General Description of Project Shower/Toilet Renovations r ....,»_ ,... s `x'^r »«. . , n, Y'�'.. , , x e. w. , ..' .,. ... N s. , , , ,.a %rv'... •«�'t "c+r ., , v ,. {.. rb. �,': "i= ''ii5i`s,.... ., Tm. .}, ;wx „ 'U .. ..... . ..... .. ) `r.#,-A.. v S.,e. ,, r., � t , � �. { r. �=. t , 99 }3„,,, W,. v } :.,. x r�*ti .1. 1. _ v a,. 5 , t 4 \'. ^Y.. v ,. ,9 3 . , ';- m. r § , , #".FS»'t ... "�.' ., , v c , r t"G"', yo-.. a'+�t^ `•.<h\.., ,,... ,*.. % .. .o- .,. 3. '.x: k. ., .. �. ,µ„�+, ,.A ,. , ,. "`, ,§, .r.. `Y . IrL'...s < , ,}. "i «. ,. ..,,...... kr a.. ,Y`m.. .. , ..$ wt i#, # , uS... 1,... ""a.. ,y Y. .... ... -;r:. $.. ..� �. d nd ,� h t t e drib ati�c� a .� _ 4� ,. R . � , .> . ,. �, ,y� k F 4. . ... �v:. '"W s` , tZk,,,,4m �i.+bx,C. ,,{. Shy..?..r,5x4.4F%w»+'psi,�a'��a�?'hM(,vx���'...h'u'6..:`d,..�1ati,.d..�aM1.e...u,"nRM2..'P.t{{i.±S�..r.,,t,., :ry z,. ^r.. '.:' ura .. .. -.. -. ;. .. ,. ,aF" '.f: .,.. ., h,. r". ',. a 9 'S"k+ ',°t ,. �a P , "; i fi ., ..t 5. . „S t�. J'„ S'"? . %�vis�� '+��t• ' c� S:m x. "'e�" t m h`. ,.. A,. w.. , �.,. „..�: ,... �. : i .„w; }1'S. .f, .... t. dre n. I` F E` I'tf #4�.. .:,. f.. ,.. T*?t ,, .. �: M1'�r{".. ,r ... , ,... .. « a ea « .Y$_. w, , ..,, » „n k ..m;v rn. .,. t .vS Tx. M1 �ls.... " x . �. ..K"•, � l v'. _. t, � 2^:. •t x€.� }. .«w.,. _x e. wt,..a.,. ..r ..a, { � , . � . ,. � � � � _ � r r < , x, .� � �. a a k, 'L L v'.•x J.n. ,1'„.. >3. ,, .,., , a t ..'# s , „+ Z'." , xr.,. eA.Y.:. 'k ... i.. x^i,""b),d t... ♦^ry }^..,4 .. 3 � 'rum%�.,r..�:Ym "� .,L Budget History• .�iw w,.e .....x.„'.A�.�"S..v«.,,•».,_...v'"#4f.->a+'vR.,Sif�����:��aEx.+`4 ..w k?,4,S�w:+dr$'"k✓�M��u"..''.uL����1G`�i>w...�n.,a»k"fv4�z'S�,M�✓�i:�^.w:,:.W:SN�'u�.u•.ao.�rc...'�"'nsUii::..�i,#�uwuusS��Lu�ra»'^�k:�4 Performance Amount Change Orders Contract Substantial • ■_ • • 1 • • • • • • - • • _ Unforeseen Conditions Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date M Met Actual / Estimated Substantial Completion Date Final Cost i � 'J°+i"t, `k.. Actual / Estimated Final Completion Date '•.:, '. ' .,6 s A ., ... ,C'Y`"a' : xt.,... . d°" . S FY T, . „'+Y• .. ,F f , ^' +d , 1 .:. .. yry , 2 r E. , V a v r "K, w w,.,. ,.„ 1 '�. r ., h ..,n 4 ,....Y. . , x . ��' a'3•-o ,.. t x. a k '3 �; .:. ... tr�, t. 5. i .. h•'. x w r`,. uy-.... ..,m%„ +++... ... F. s;. r ,� k #a 5 t :: . « . rr... �•... , +"`v. , ,. < ,+'`s eft` ..'�. ; o ,..... , „ ,s` n fA, i'Sr ., n•. u-* c - ;, .x Kp i.?. ..... ,,. :. sx r.. u z:Y ^: r i . .%, V� .,, 3%. ' £ . s ,. . i £, . , ,- d ,h..e ,. .. .S w4,�,. a ...b. h .. C. ... .,. t x: uk�7,t...>�1 U.h,.l,.*i:.:.;m::Msa«t: ., .. rr .,. x.., ... sv .o.r a ..,. r. .,.. ... �x • , , '". 1, ,.. : atu � , 5+ e e .x vf. .x 4, ,. 5. ,.. k x„ A .. t � i . #- . , a . \ �r1":�.o�i,tin,ti{��v,„ .,. 'fk .. rti`x: � C.�, ✓. ...., _ .. , : : v r..0 n. ,.. ., tf ...r^r F"C. .w. ,"'°'» •�'. ,.. .,, FY. _ ... .... ,. '�'�.. X.. `a ,... J ,4 .. .... ew` 5 .... ^ . { th :'�.:•roi Project Man a':., .. rs ...„,ua�^k°u JJoi£A kFxu"�aitia r`�Ahl�„.I.xs'..,afS,XiaF,.c,.,a:..�A,'�x. as'?0...f k. .�,?v^'X„, .b'st: Quality Control Manager Proposed •ProjectI r I l r t I l r i i t Did Individual Start and Complete the Project? If not, who started or completed the project in their place. • • • 'i. --_- w .,.. .,. .. ,•.r.,. .. r.. >�;. .{.,,5. ,.. `.. .. ., .,. s .. U �7 biril�tlblLA, # ...: .,.,..,...'d�...a�.5t`,,.:N.,.-::;;a�.,.,..xw,.:..✓c,Laa'✓tl:�',ds:.s+xa'.;ne,,:r Men..,.�,.24� £''>zr :,.�. 1 nWig, ... ,,.'4..x...,,,..-s. ,.. ..... arr .�iS i cal. Ce1 b , .r".,.....�Sv4'vu5.4°„ue, .v! .t.,E,ae�.zz..wi•,,. t , : a» Y .v .Y .. � bVSt.t Xb0 ya � lc1C ...s;:,w?.w{:.;k•<.x..a:.a,,._.il,_s„e,lcvP,T..a:..k^4.�h,o<., •,.. «,. , rr ..:?:,v:a3. Y rF'C2. .. ,:. a In; ,kK.a'..., a > Ili' o{,'U'�[! �l. ll � � ,,.J ». Y,'.A`v ",. fi -.., rti+ .� n.Sh'' # u i` ... a.. f, r.., +. T r -Y^ ,•, .r•..r .. .xd':.,v. ,"P,`t ... , ,[a„j 7 1. �1C�1a1 ktw,.v,.n,:w,�i,,..Yk.,..avv.va_cafu:TsS.u.^Xuh..r3✓iu^{PdtYez ,,... lx ;,, { ra t '',J.cn•..+�...4`;�` � }.:,.5 .uv' 'fi .,. P", ,.. »sh >d44i"F ,r# � ;;?,x,:.:,Y3<.^�S'`dit;'�,;.....,.`,?;.�'r.:a,a`.��wm'u•••3'su�"�r.#%'xvs.ci•.r$.n,*�,'u�J'Fr.x�.+F,s7k�dYv`'.`^.w^.J:t§tf�.sut�"�'._w.".#�`kf`,4��.�U.«,d,�?. Ja.:.':'°'. . ..., , X'r.. .,, S'.,^^. , r, ,,,x e #. r.'. yxn .. ..... ,. � .�,.. `r}H 2ho-'U`',".. ,, ., ...,1 ,.�. r , z, . a u. .., b Title/ Position Organization Telephone vri:' Texas Tech University Darren Dens- TTU Operations Division 1 806-834-4791 0 im =_1 MTrr MMMr_T#l!I!= '� xs-'^t v „ _. -r; *;i,. "'.r;`-. `sa Tsd. , :...., Z. � 5 . � S� E5, � h�s its x l ,r�..,♦, ._,v:.,�wr��n. �.. �,.w<�t,.�x�,aar�Z���,., ig R �, �1� :�, ✓v,="° r. ; c" r,5°"•'tM MOM a.. Y�1�1 � 0S0y^�11 �1' �7t wra,,�s.>w�.?�.:z�.�,. � -a$:xa �� �.:�..viw*— „ r . ; _ " ; �IOTI 1 ��I ., �, 6 u,a.; Ct,��"*•wt�.��...„����"`�t�'`, , �" zl 3..,W r PER ��� �,t >t, gip. L �s,.,n fi ,"v?*°' a � , , � �., � m� . ��, e „"- Number of Issues Total Amount involved in mber of Issues .€;t...>t�✓a"�.,tsfi;9Resolved Total Amount involved in -Resolved Issues Resolved Issues .L Project Information Project Owner I KCBD Project Name KCBD Toilet Room Renovations General Description of Project Toilet Room Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Y 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 Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 12-16-2014 Final Cost 259,659 Actual / Estimated Final Completion Date 12-16-2014 e 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 chance. Name Title/ Position Organization Telephone E-mail Owner KCBD Designer Construction Manager Dan Jackson KCBD 806-761-4232 djackson@kcbd.com Surety I Suretec MYM Number of Issues N/A Total Amount involved in N/A Number of Issues N/A Total Amount involved in Resolved Resolve_J_d Issues Pendin Resolved Issues N/A 16 Il"ro ect 3niormation Project Owner I Lubbock Independent School (District Project Name Restroom Renovations at Smylie Wilson Middle School General Description of Project Restroom Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days 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 08-05-2014 Final Cost 131,601 Actual / Estimated Final Completion Date 08-05-2014 Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Mein Shad Hartman 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 E-mail Owner LIST) Designer Construction Manager Kevin Cockrell Project Manager LIST; 806-766-1457 kcoclrrell@lubbocisd.org Sure ,s , � . , � r ; Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved N/� Resolved Issues N/A PendingN/A Resolved Issues N/A ln, Project Informatinn Project Owner I Texas Tech University Project Name Remodel Study Lounges, Coleman/Chitwood/Weymouth General Description of Project Remodel Study Lounges Budget History Schedule Eerrormance Amount % of Bid Amount Date Days Bid 836,845 Notice to Proceed 05-22-2014 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-04-2014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-11-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total --- Actual / Estimated Substantial Completion Date 08-04-2014 Final Cost T-836,845 Actual / Estimated Final Completion Date -04-2014 08 WE NMI, Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Cory McElwee Percentage of Time Devoted to the Project 10% 100% 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. M Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Stephanie Laughlin Project Manager Texas Tech University 806-834-1241 Stephanie.laughlin@ttu.edu Surety MW Total Amount involved in N/A Number of Issues Number of Issues NIA Total Amount involved in I Resolved N/A N/A Resolved Issues --- Pending Resolved Issues E ... ........... i Project Information Project Owner Texas A & M Agrilife Research & Extension Center Project Name Restroom Renovations General Description of Proiect Remodel of two existina restrooms to brina them uD to ADA standards Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 62,509.00 Notice to Proceed 02/26/013 Change Orders 932.00o Contract Substantial Completion Date at Notice to Proceed 05/31/2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 05/31/2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 05/31/2013 Final Cost 64,441.00 Actual / Estimated Final Completion Date 05/31/2013 Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Shad Hartman Shad Hartman Shad Hartman Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Mika Wyatt Project Manager 806-746-6101 ext 4032 mwyatt@ag.tamu.edu Surety 1 Suretec 713-812-0800 melliot@suretec.com C ::.9 a & 9 a , 0 �, �7 9'NM. h.Mi9 A @ Number of Issues Resolved Total Amount involved in N/A Resolved Issues I N/A Number of Issues Total Amount involved in Pending N/A Resolved Issues I N/A 16 rro ect information Project Owner I Whiteface CISD Project Name Whiteface CISD 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 Budget.History 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 05-04-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 04-24-2015 Final Cost B 0 354,170 Actual / Estimated Final Completion Date Project Manager Project Sup =OfficerQuality Control Manager Name Jonathan Klein Cory McElwe 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 chanae. Name Title/ Position Organization Telephone E-mail Owner Whiteface CISD Designer Robert Cameron Architect BGR Architects 806-747-3881 Rcameron@bgronline.com Construction Manager Sure 0 0 o e o M o Number of Issues Total Amount involved in N/A Number of Issues N/A Total Amount involved in N/A Resolved N/A Resolved Issues PendingResolved Issues 16 1 rro ect intormation Project Owner I Texas Tech University System Project Name Clement Hall-Shower/Toilet Renovations General Description of Project Asbestos Abatement, Shower/Toilet Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,363,188.00 Notice to Proceed 05-20-2013 Change Orders -13,044.00 Contract Substantial Completion Date at Notice to Proceed 08-02-2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-12-2013 Unforeseen Conditions Asbestos Abatement Change Order Authorized Substantial Completion Date 08-09-2013 Design Issues Change Order Authorized Final Completion Date 08-19-2013 Total Actual / Estimated Substantial Completion Date 08-09-2013 Final Cost o- e 1,350,144.00 Actual / Estimated Final Completion Date Project Manager Project Sup 7Safetyicer 08-19-2013 Quality Control Manager Name Shad Hartman Jonathan Klein tman 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. 11 Name Title/ Position Organization Telephone E-mail Owner Texas Tech University to Prniprt Infhrmatinn -Project Owner I Texas Tech University I Project Name I Hulen Hall - Shower/Toilet Renovations -General Description of Project Renovation of 8 community bathrooms and a private guest bathroom -Budget History W11 Nn. Schedule Performance Amount % of Bid Amount Date Days Bid 1,114,787.00 Notice to Proceed 05/30/2013 -Change Orders 1 r, jn.,A n a 0/n Contract Substantial Completion Date at Notice to Proceed 08/02/2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08/12/2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date 08/09/2013 7 Design Issues Change Order Authorized Final Completion Date 08/19/2013 7 Total Actual / Estimated Substantial Completion Date 08/09/2013 Final Cost 1,129,920.00 Actual / Estimated Final Completion Date 08/19/2013 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 50% 100% 50% 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. ,19 W OV11N MWI IM I MR, Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Project Manager Operations Div./Eng Serv.1 806-834-4791 darren.densford@ttu.edu Surety Suretec Insurance Comp Piny r, � W 1, !RTIIIN 4 RIM Art Number of Issue WA Total Amount involved in N/A Resolved —I-- Resolved Issues I - 7 3-812-0800 me ltiot@suretec.com Mimi Number of Issues NA Total Amount involved in N/A Pending , Resolved Issues I 16 . . ...... ... . rro ect information Project Owner I Texas Tech University System Project Name Wiggins Hall University Student Housing Office Remodel General Description of Project University Student Housing office remodel 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 ° ® 9 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 06-05-2013 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 Stephanie Laughlin Sr. Designer TTU — Student Housing 806-834-1231 Darren.densford@ttu.edu Surety Suretec Number of Issues N/ATotal I Amount involved in I N/A Number of Issues N/A I Total Amount involved in N/A Resolved Resolved Issues Pending Resolved Issues 16 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 AIA 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 close-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. 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. 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 UHAs) 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 day's 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 Bloodborne 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 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 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 (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. 8. 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. 9. Meeting HUB/MWBE Participation Goal 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. I 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. Envirommental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO ✓ If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. i1. )pC. Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO ✓ If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: 29 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 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 LJ investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature - -Tyle S I. Title 2 i ILLP.).// vvvVvv.1l"l.Wl I I/ L0l7alz-%-vVV1 rest left/ VV,-)Li-t... WORKERS COMPENSATION EXPERIENCE RATING omm. Risk Name: TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 Rating Effective Date: 10/31/2014 Production Date: 07/11/2014 State: TEXAS 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 29939 Policy No. 0001196626 Eff Date: 12/04/2010 Exp Date: 12/04/2011 fCode _ffi� MPA t,UI01 0jA&`1fi`—W , AJa 0- 5403 1.98 .21 57,767 1J44 240 5606 .28 .22 104,575 293 64 8809 .07 .20 48,897 34 7 8810 .061 .221 15,600 91 2 ISubject Total Act Inc Policy Total: 226,83MPremium: 9,485 Losses: 0 42-TEXAS Carrier: 29939 Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Policy No. 0001196626 Eff Date: 12/04/2011 Exp Date: 12104/2012 Glide p NELRO it - pi - - - - - - - - - - OF Act inc,,M"Act i'ri Ratio01 ,r, 5403 1.98 .21 83,104 1,645 345 5606 .28 .22 74,264 2081 46 8810 .06 .22 76,069 461 10 I�Subject I ITotal Act Inc Policy Total: 233,43 Premium: 11,659 ILosses: 01 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 24570 Policy No. WC00001874 Eff Date: 10131/2012 Exp Date: 10131/2013 ' Cody 5 1- V 0 - Hm V1111— -2-1P 5403 1.98 .21 6,673 132 28 5403 1.98 .21 64,960 1,286 270 5606 .28 .22 7,992 22 5 5606 .28 .22 77,808 218 48 8810 .06 .22 18,836 11 2 8810 .061 .22 183,377 110 24 Policy Total: 359,646 Subject Premium: 5,061 Total Act Inc Losses: 0 0 Copyright 1993-2015, All rights reserved. This product Is comprised of compilations and Information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc (NCCI). No further use, dissemirradon, sale, WmgGr, assignment or disposillon of Oft product, in whole or In part may be node without the prior written consent of NCCI. ThIs product is famished 'As W 'As available' With all defects' and Includes liftmation available at the time of publication only. NCCI makes no representations or warranties of arty kind relating to the product and hereby expressly, disr:1aims any and all express, statutory, or implied warranties, Including the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of any information or product furnished hereunder. AN responsibility for the use of and for any and all results derived or obtained through the use of the product are the end users and NCCI shall not have any Fability, thereto. * Total by Policy Year of all cases $2000 or less. 0 Disease Loss X Ex -Medical Coverage U USL&HW C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 2 of 2 Lge2of2 2015-08-07 17:5 Worksheets On Demand Service https://www.ncd.com/DFSECWorksheet/WSD4.. Page 1 of 2 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 Rating Effective Date: 10/31/2014 Production Date: 07/11/2014 State: TEXAS State Wt Exp Excess � Expectetl � x Exp Prim Act�Exa losses � , Actinc Losses clef i'rim�' £Ballasts TX .08 4,06 5,158 1,0911 0 7,500 01 0 (A} (B {G)' Exp i=xcess `(DExected (E� EStp l�rir, (F)Act Exc (G) Baiiast (Nj Act Inc' (1) Aat Prtm Vitt losses {� Los}se`s:. „E) 1.0 I 4,0671 5,158 1,0911 01 7,5001 01 0 i;�xr , - � � 1„atr r� z = RfltfSa Losses -cf j.�j it , Stabii n "Value F 1 g Ratable Totals z' 4 SS �. is S 4 € _" � g (I) C ` (1 - A) + G (A)(F) (J) Actual 0 11,242 0 11,242 (E) C ` 0 - A) + G (A) ' (C) (K) Expected 1,091 11,242 325 12,658 ExpRAod; ,,£3 Factors .89 O Copyright 1993.21115, All rights reserved. This product Is comprised of compilations and Information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or dlsposttlon of this product. In whole or In part may be made without the prior written consent of NCCI. This product Is furnished "As W'As available' With au defects' and includes Information available at the time of publication only. NCCI makes no represenlallons or warranties of any kid relating to the product and hereby expressly disclaims any and all express, statutory, or Implied warranties, hmduding the implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of any information or product furnished hereunder. Ali responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user's and NCCI shall not have any liability thereto. Page 1 of 2 i 2015-08-0717.E r, SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: } t (o( n t CW) S�V'Lx LL, � ! J�tr� FEDERAL TAX ID or SOCIAL SECURITY No. -1 5 -a- `l q 9 1 7 Signature of Company Official: e2i Q Printed name of company official signing above: n Y P'1n k [. -1- J(�l Date Signed: ( `"11 _ _2"G } '�_) Page Intentionally Left Blank I ri -J, 1. 2. 3. 4. 5. . 6. 7. 8. 9. 10. 11. _., 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided ,) 1a ((g r��✓1 r �yZ� j�iv—[ i LublJuc _C 17�Jv, f)laSs Minority Owned Yes No ❑ ,Er" ❑ LID-, ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: f, I PROPOSAL 15-12418-MA - Buddy Holly Center and St. Paul's Church Exterior Door Replacement Page Intentionally Left Blank I I I POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS (,)j i I I be. u5ed on -4-h5s- p(pject. Minority Owned Company Name Location Services Provided Yes No 1. ❑ ❑ 2. ❑ ❑ 3. ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ SUBMITTED BY: AOM12211 1<6efr) (PRINT NAME OF COMPANY)' THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO PROPOSAL 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank Bond # 1001038906 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 TWO HUNDRED NINETY-TWO THOUSAND NINE HUND_RED_TWENTY-SIX DOLLARS ($292,926) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adnunistrators, 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 10 day of September, 2015, to RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement and said Principal under the law is required before commencing the work provided for in said contract to execute a bond 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 17th day of Septgmber 2015. Texas Bonding ]'.-rety Tommy Klein Construction, Inc. (Company Name) By. Title J m Barnett Attome in -fact ,/( ) Y Y- (Printed Name) (Signature) �(Pst aen (Title) 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 Comoan Surety *B . (Ti Jeremy e t Attorney -in -fact Approved as to Form MA LOU] dify Atfoi•�Yey" *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 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY - — - UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY U40M ALL 3A_ BY THESE!'RESENT& That American Contractors Indemnity Company, a California corportdion, Texas Bonding Company, an assumed name bf meric Contractors Indemnity Company, United -States Surety Company, aMaryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Johnny Idios�ay Jordan, Tony Fierro, Jeremy Barnett, Jade Porter, Mistle Beak, or -MAW G. Kanuth of Rockwall, Texas _ its h ue nd lawful ttorney(s)-in-fact, each in their separate capacity if momn ;one thahimed above, with full power and authority - _hereby conferred=in its name, place and stead, to execute,acknowledge and delivena and all bonds, recognizances, undertalangs ` or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed ********************Ten Million******************** Dollars ($ **10,000,000.00** ). This Power of Attorney shall expire without fiirther action on December 20, 2017. This Power of Attorney is granted under and by authority of -the following resolutions adnpled by the Boards of Directors of the Companies: Jle_rt Resolvecr< that the President, any Vice -President, aqy l istam Vice -President, any Secretary or any Assistant Secretary shall be and iote�ted rontfi fult — power andaalhonty fo=appoint any one or rnomsuitable persons* Amey(s)-in-Fact to represent and act for and on behalf of the Company 56jeot the follow►ng provisions: —_ Attorney -In -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company ss-if signed by the President and sealed and effected =b� the Co�orate Secretary. _ Be rt Resolvers that the signature of any authorized officer and seal of the Company heretofore or hereafter affnted to any Sower of attorney or arty certficate telWbg thereto by fhei'mile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shalt be valldand binding upon the Companywith respectto -any bond or undertaking to which it is attached. -- IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 st day of December, 2014. - AMERICAN CONT[fA foRS_ NDEmmTY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITEiTS7`AT�S SURET'it COMPANY U.S. SPECIALTY INSURANCE COMPANY - - s 0I o sy; '=X , A = =' <Y s 1 F By Daniel P. Aguilar, Vice We"s ent Vim„ pl.P hI h� 4:/1111,pUUCA officer completing this certificate verifies only the identityof the individual who signed the certificate is attached, and not the truthfulness, accuracy, or validity of that document:' State of California County of Los Angeles SS: On this lst day of. December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Atiddifthity Company, Texas_ Bonding-Gomtes Surety Company and U.S. Specialty Insurance Company who proved#o and on -- the basis of=satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged tome that he executed the same m his authorized capacity, and that by his signatutn gtt tho- sttuin th person, or the entity upon behalf of which the person acted, executed the iistrumer I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is titre and correct. WITNESS my hand and official seal. 500 MAR1A 0; tiOONUEZ WM CommisslonL 2p497711 ignattire (Seal) i .-• = Notaryftbii Galnornia _- - Comm.: Dee 20.2017 I, Michael C ialekson , Assistant Secretary of American' Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect, furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorneyare i- fuu force aiael%isi In s et f, I have hereunto= set m hand andd affixed the seals of said Companies at Los Angeles, California this ila Corporate Seals M scP-' 4qc= s,�r�� "•.Ttyy ��e o= rx Q a ! gt �l Michael Chalekson, Assistant S -decretary oNo. l G` tzo �- _ �3�t�j+. Af`i1C10. 17042anlr�Mn� W Miuu Oiu pnV� 1. Texas Bonding Company 0_I1_Wf:�Yto0] J I i fi-1tw[IM937 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent. 3. You may call the company's toll free telephone number for information or to make a complaint at: 1-800-486-6695 4. You may also write to the company at: 601 S. Figueroa Street, Suite 1600 Los Angeles, CA 90017 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 6. You may write to the Texas Department of Insurance at: Consumer Protection (I I I -IA) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: ho://www.tdi.texas.gov E-mail: ConsumerProtectionna,,tdi.texas.goy 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su agente. Usted puede llamar at numero de telefono gratis de la compania's pars informacion o para someter una queja at: 1-800-486-6695 Usted tambien puede escribir a la compania: 601 S. Figueroa Street, Suite 1600 Los Angeles, CA 90017 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos, o quejas at: 1-800-252-3439 Puede escribir at Departamento de Seguros de Texas at: Consumer Protection (I 11-IA) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA Esta aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. HCCS1XM0W8/10 STATUTORY PAYMENT BOND PURSUANT TO SECTION OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Tommy Klein as Principal(s), and .021(a) called the Principal(s), (hereinafter called the Surety(s), as Surety(s), are held and firmly and unto the City of Lubbock (hereinafter called the Obligee), in the amount of TWO HUNDRED NINETY-T THOUSAND NINE HUNDRED TWENTY-SIX DOLLARS ($292,926) lawful money of the United States fo the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executo/ain ssors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into acitten contract with the Obligee, dated the 10 day of September, 2015, to RFP 15-12418-MA Buddy nter and St. Paul's Church Exterior Door Replacement z / and said Principal under the law is req ' ed before commencing the work provided for in said contract to execute a bond in the amount of said contract which ntract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, T CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor a material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation s all be void; otherwise to remain in full force and effect; PROVIDED, HOW VER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, nd all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same exte as if it were copied at length herein. IN WITNES WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2015. Surety *By: -� (Title) (Company Name) By: (Printed Name) (Signature) (Title) 1 The undersigned surety company represents that it is d y qualified to do business in Texas, and hereby designates an agent resident in Lub ck County to whom any requisite notices may be delivered and on whom service of process may be had in matters arisi g out of such suretyship. Surety * By: (Title) Approved as to fonn: City of Lubbock By: City Attorney * Note: If signed by an officer of the urety Company there must be on file a certified extract from the by-laws showing that this person has authority to sig such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 3 PERFORMANCE BOND Page Intentionally Left Blank P ill Bond #1001038906 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) 1UNOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction Inc. (hereinafter called the Principal(s), ts Prineipal(s), and Texas Bonding Company ereinaffter 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 TWO HUNDRED NINETY-TWO THOUSAND NINE HUNDRED TWENTY-SIX DOLLARS ($292,926) lawful money of the United States for the payment whereof, the said Principal and Surety bind :emselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these -.._CntS. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 10 day of S.:e:r_ber, , 2015, to R.FP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement =zid principal under the law is required before commencing the work provided for in said contract to execute a bond amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent _ '.; =oaied at length herein. \OtiV, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall ^_li;, perforni the work in accordance with the plans, specifications and contract documents, then this obligation shall =a:e; 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- _ .vs Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said :o 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 17th September , 2015. Texas Bondi o an le —remy Barnett, Attorney -in -fact Tommy Klein Construction, Inc. - (Company Name) tt z By: let ( VName) )A 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. Approved as to form: City o By: C 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 purger of attorney for our files. STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021 OF THE TEXAS GOVERNMENT CODE / (CONTRACTS MORE THAN $100,000) j KNOW ALL MEN BY THESE PRESENTS, that as Principal(s), and called the Principal(s), (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto th City of Lubbock (hereinafter called the Obligee), in the amount of TWO HUNDRED NINETY-TWO THOUSAND NINE HUNDRED TWENTY-SIX DOLLARS ($292,926) lawful money of the United States for the payment hereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and a igns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written c ntract with the Obligee, dated the 10 day of September, 2015, to RFP 15-12418-MA Buddy Holly Cente and St. Paul's Church Exterior Door Replacement 1._ and said principal under the law is required before corn in the amount of said contract which contract is hereby as if copied at length herein. NOW, THEREFORE, THE CONDITION faithfully perform the work in accordance with the be void; otherwise to remain in full force and effec� the work provided for in said contract to execute a bond to and made a part hereof as fully and to the same extent THIS OBLIGATION IS SUCH, that if the said Principal shall , specifications and contract documents, then this obligation shall PROVIDED, HOWEVER, that this b d is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities 011 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 /sid Principal (s) and Surety (s) have signed and sealed this instrument this — day of 52015. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it i duly qualified to do business in Texas, and hereby designates an agent resi A4 nt in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in atters arising out of such suretyship. Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an that this person has autl attorney for our files. Surety *By: (Title) r of the Surety Company, there must be on file a certified extract from the by-laws showing to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of 2 Page Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank '4� V CERTIFICATE OF LIABILITY INSURANCE 9/17/ o 5"Y) 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 pol(cy(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 White Hills Plaza, Inc. DBA K&S Insurance 2255 Ridge Road, Ste. 333 P. 0. BOX 277 Rockwall TX 75087 CONTACT Janet Treece NAME: PHONE {972) 772-7258 FAx No. (972)771-4695 ADDRESS..jtreece@kandsins.com INSURE S AFFORDING COVERAGE NAIC# INSURERA:FCCI Insurance Co. INSURED Tommy Klein Construction, Inc. 7312 Upland Ave Lubbock TX 79424 INSURER B National Trust Insurance Co. INSURER C:Federal Insurance Company 0281 INSURERD: INSURER E : INSURERF., COVERAGES CERTIFICATE NUMBER:14/15 Std w/ $2101 UMB 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 POLICY NUMBER POLICY OCY EFF POLICY DD EXP LIMITS GENERAL LIABILITY CPPOO15426 0/31/2014 0/31/2015 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY hdditional Insured: TO RENTEU PREMISES Ea occurrence) $ 100,000 A CLAIMS -MADE a OCCUR CGLO84 10/13 MED EXP (Any one person) $ 5,000 PERSONAL& ADV INJURY $ 1,000,000 GL088 10/13 GENERAL AGGREGATE $ 2,000,000 of Subrogation: GEMLAGGREGATELIMITAPPLIESPER: PRODUCTS -COMP/OPAGG $ 2,000,000 r_iver LO88 10/13 $ PRO LOC POLICY X I AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,000 _ BODILY INJURY (Per person) , $ X ANY AUTO 0022515 0/31/2014 0/31/2015 A BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS OWNED WdLtional Insured & PROPERTY DAMAGE $ NO Waiver of Subrogation: HIRED AUTOS AUTOS Per accident Uninsured motorist combined $ 11000,000 U 058 12/09 X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 2,000,000 HCLAIMS-MADE AGGREGATEEXCESSLIAB0015380 2,000,000 /11/2015 0/31/2015B$ DED I X I RETENTION$ 10,00 $ A WORKERS COMPENSATION X I WC STATU- OTH- AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N C00001874 0/31/2014 0/31/2015 E.L. EACH ACCIDENT — $ 1,000,000 OFFICERIMEMBER EXCLUDED? (Mandatory In NH) NIA aiver of Subro anon g E.L. DISEASE - EA EMPLOYE' $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below C 42 03048 STD 06/14 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Contractors Equipment 45466777 0/31/2014 0/31/2015 Rented/Leased $200, 000 C Install/Builders Risk 6694876 0/31/2014 0/31/2015 Single Location $1,500,000 DESCRIPTION OF OPERATIONS / LOCATIONS i VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Re: RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement See above listing of additional insured and waiver of subrogation endorsement forms. City of Lubbock PO Box 2000, Room 204 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 Thompson/JANET ACOR1325120101051 01999-2010 ACORD CORPORATION. All rights reserved_ INS025 t9R1nnsi ni Tho ACr%Pn name anti Innn am mniataratl mark¢ of ACnRr1 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 of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY 0 Commercial General Liability General Aggregate $ 0 Claims Made Products-Comp/Op AGG $ D Occurrence Personal & Adv. Injury $ ._ Owner's & Contractors Protective Each Occurrence $ 0 Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY _a Any Auto Combined Single Limit $ D All Owned Autos Bodily Injury (Per Person) $ 0 Scheduled Autos Bodily Injury (Per Accident) $ El Hired Autos Property Damage $ 0 Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ E Other than Auto Only: Each Accident $ Aggregate $ BUILDER'SRISK n 100% of the Total Contract Price $ 0 INSTALLATION FLOATER $ EXCESS LIABILITY 0 Umbrella Form Each Occurrence $ Aggregate $ u Other Than Umbrella Form $ WORKERS COMPENSA TION AND EMPLOYERS' LIABILITY The Proprietor/ 0 Included Statutory Limits Partners/Executive — Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the govermmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARITCULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBLITY TO PROVIDE OT THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. h' 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. Paae Intentionally Left Blank CONTRACT Page Intentionally Left Blank k CONTRACT 12418 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 10 day of September, 2015 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: PROPOSAL 15-12418-MA - Buddy Holly Center and St. Paul's Church Exterior Door Replacement 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 Constructions Inc.'s proposal dated August 11, 2015 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 Constructions, Inc. ,. By. A1r PRINTED NAME: TITLE: I ' COMPLETE ADDRESS: l Company: Tommy Klein Constructions, Inc. -» Address: 7312 Upland Avenue City, State, Zip: Lubbock, Texas 79424 i Page Intentionallv Left Blank GENERAL CONDITIONS OF THE AGREEMENT I Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT l . OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Tommy Klein Construction, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Wesley Everett, Director of Facilities Management, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. c 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. 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). 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 pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT -l. Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons perforining any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terns 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 perfornance 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, 3 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 pennitted 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 r =� �i i Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES x- 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 snake such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be perfonned 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 clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a 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 reviewer",. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of 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 perfonned by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED A ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. U A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) rl The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: t- Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. DELETED For bodily injuries, including accidental death and or property damage, $0 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000.,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. DELETED y_ E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) g q ) DELETED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 0 7 0 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. 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 fling of any coverage agreements, which meets the statutory requirements of Tex,,s 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 1- 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; rill (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; r (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. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified snail 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.t us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and 1. 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 s 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 r ; 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. I The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give g iits 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, j as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 (Two Hundred and Fifty Dollars 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 be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then p the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $ 250 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 substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other, work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in r d 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 t 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 1 specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. t_ 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, Ll related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. r -, 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terns of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and - Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of 1111_ i 46. 47. other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 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. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the - Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terns 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 Iess than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the 49 50. 51 52. 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. 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. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 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. 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 protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the tern of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. DAVIS-BACON WAGE DETERMINATIONS I Page Intentionally Left Blank it Il Ll EXHIBIT A General Decision Number: TX150334 03/06/2015 TX334 Superseded General Decision Number: TX20140334 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: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is 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 $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 03/06/2015 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER ......................$ 23.14 21.55 ------------------------------------------------------------ CARP0665-001 05/01/2014 Rates Fringes CARPENTER ........................$ 20.81 6.76 ---------------------------------------------------------------- ELEC0602-008 09/01/2014 Rates Fringes ELECTRICIAN ......................$ 20.84 3%+8.15 ---------------------------------------------------------------- ENGI0178-005 06/01/2014 Rates POWER EQUIPMENT OPERATOR (1) Tower Crane .............$ 29.00 (2) Cranes with Pile Fringes 10.60 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 06/15/2014 Rates Fringes IRONWORKER, ORNAMENTAL ........... ---------------------------------------------------------------- $ 22.02 6.35 IRON0263-003 12/01/2013 Rates Fringes IRONWORKER, STRUCTURAL ........... ---------------------------------------------------------------- $ 22.70 5.35 PLUM0404-026 07/01/2013 Rates Fringes PIPEFITTER .......................$ 22.80 7.16 PLUMBER ..........................$ ---------------------------------------------------------------- 22.80 7.16 SHEE0049-001 06/01/2014 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ...............$ ---------------------------------------------------------------- 22.49 11.14 * 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 l.]l � OPERATOR: Drill ................. $ 16.22 0.34 OPERATOR: Forklift .............. $ 14.83 0.00 i� OPERATOR: Grader/Blade .......... $ 13.37 0.00 V2EfQAT0l: Loader ................ $ 13.55 0.94 k 0eou&TnR: 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 BO0FED'....'''..'... 13.75 0.00 ^' SHEET METAL WORKER, Excludes 8\8\C Duct Installation ........... $ 21.I3 6.53 � TILE FINISHER .................... � $ 11.22 0.00 TILE SETTER ...................... $ 14.00 2.01 U 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 4.1I W8LDERS - Receive rate prescribed for craft performing 1 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 oIaoaoa The body of each wage determination lists the classification U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATION F CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUMMARY OF WORK EXTERIOR DOOR REPLACEMENT PROJECT Section 0 10 10, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The Project consists of removal and replacement of specific exterior doors, frames, transoms, cargo sliding and fixed doors and the replacement of these units with new synthetic type units. 1. Project Location: Buddy Holly Center (1801 Crickets Avenue) and St. Paul's Church (4007 University Avenue), Lubbock, Texas. 2. Owner: City of Lubbock, Texas B. Contract Documents, dated June, 2015 were prepared for the Project by SLS Partnership, Inc., Architects and Interiors, 4416 741h Street I Suite 86, Lubbock, Texas 79424-2315, (806) 794- 4726, fax (806) 794-4667. C. The Work consists of construction of exterior door replacement and hardware replacement. 1. The Work includes but not limited to removal of doors, frames and hardware and the installation of new synthetic/fiberglass doors, frames, trim, moldings and new hardware. D. The Work will be constructed under a single prime contract. 1.3 FUTURE WORK Not Applicable 1.4 OCCUPANCY REQUIREMENTS A. Owner/Tenant Occupancy: The Owner reserves the right to occupy and to place and install equipment in completed areas of the building prior to Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placing of equipment and partial occupancy shall not constitute acceptance of the total Work. 1. The Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied prior to Owner occupancy. 2. Obtain a Certificate of Occupancy from local building officials prior to Owner occupancy. 3. Prior to partial Owner occupancy, mechanical and electrical systems shall be fully operational. Required inspections and tests shall have been successfully completed. f I f partowbip, ioc. — aditectf U ioteriorf ' CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUMMARY OF WORK EXTERIOR DOOR REPLACEMENT PROJECT Section 0 10 10, Page 2 LUBBOCK,TEXAS Upon occupancy, the Owner will operate and maintain mechanical and electrical systems serving occupied portions of the building. 4. Upon occupancy, the Owner will assume responsibility for maintenance and custodial service for occupied portions of the building. PART 2 - PRODUCTS (Not Applicable) PART 3 — EXECUTION 3.1 PROJECT INTENT A. It is the intent of this project that all new components as detailed in this project will be manufactured of synthetic (fiberglass) components, colored to match the existing colors currently on site at the Buddy Holly Center and St. Paul's Church (these colors are covered in specification sections 08220 and 09900). B. There may be the possibility that some of the specialty trim pieces or moldings may not be manufactured out of synthetic, in which case use of treated wood trim/molding pieces may be used in conjunction with the synthetic components, but this must be verified with the manufacturers first prior to going this route. END OF SECTION 01010 r I r Partowbip, ioc. — drebitcaf U iotuiori i CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.1 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. 4. Installation of the Work. Cutting and patching. 5. Coordination of Owner -installed products. 6. Progress cleaning. 7. Starting and adjusting. 8. Protection of installed construction. 9. Correction of the Work. 10. Communications B. Related Requirements: I 1. Section "Summary" for limits on use of Project site. 2. Section "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, and final cleaning. 3. Section 07270 "Penetration Fire stopping" for patching penetrations in fire -rated construction. 1.2 INFORMATIONAL SUBMITTALS A. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. B. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. C. Certified Surveys: Submit two copies signed by land surveyor. D. Final Property Survey: Submit 10 copies showing the Work performed and record survey data. 1.3 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. f I f partowbip, ioc. — arditutf U ioteriorf g_ 1, CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 2 LUBBOCK,TEXAS 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 element 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 result in increased maintenance or decreased operational life or safety. 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load -carrying capacity, which results in reducing their capacity to perform as intended, or that result in increased maintenance or decreased operational life or safety. 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. 1.4 COMMUNICATIONS A. The general contractor and or sub -contractors are to report immediately any conditions that would need the attention of the project manager or the design team. At no time will contingency funding be allowed to be used without addressing the need for remedy or solution with the project manager and or the A/E design team.\ B. It is the intent of project communication to be free flowing and without apprehension and to create an environment of openness and transparency between all members of this design/construction/management team. PART 2-PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In -Place Materials: Use materials for patching identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of ._ in -place materials. s I s Partw hip, i0c. — architects U interiors CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS PART 3 - EXECUTION 3.1 EXAMINATION PROJECT EXECUTION Section 01011, Page 3 A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning site work, 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. 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 "Project Management and Coordination." J I r Partw hip, inc. — architects U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 4 LUBBOCK, TEXAS 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, grading, fill and topsoil placement, utility slopes, and rim and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. 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. d Y 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. 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. C. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field -engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and site work. D. Final Property Survey: Engage a land surveyor to prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by f I r Partombip, inc. — arcbitutr U Acriorl CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 5 LUBBOCK,TEXAS land surveyor, that principal metes, bounds, lines, and levels of Project are accurately positioned as shown on the survey. 1. Recording: At Substantial Completion, have the final property surrey recorded by or with authorities having jurisdiction as the official "property survey." 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. 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 produces harmful noise levels. G. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. I. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. J. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. r I f partPufbip, inc — arcbitutf 6 interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 6 LUBBOCK, TEXAS 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: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. 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 minimize interruption to occupied areas. G. Cutting: Cut in -place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. H. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as practicable. Provide materials and comply with installation requirements specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. r I r Partowbip, ioc. — arcbitutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 7 LUBBOCK, TEXAS 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in -place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 4. Ceilings: Patch, repair, or re -hang 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. 1. 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 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. 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. 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. f I f Pdrtw hip, ioc. — drebitutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 8 LUBBOCK, TEXAS 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. 3.8 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 "Quality Requirements" 3.9 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. Under no circumstances will the lack of care or protection of any work, hence deemed to be damaged prior to owner acceptance or substantial completion, be claimed as a contract modification or change order to remedy said damage. The general contractor is solely responsible for protecting all work and complying with the project requirements throughout the project. C. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 01011 f I f Partowbip, ioc. — aditutr U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIFIC APPLICATION FOR EXTERIOR DOOR REPLACEMENT PROJECT PAYMENT REQUIREMENTS LUBBOCK, TEXAS Section 0 10 12, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 COORDINATION, GENERAL A. Each prime Contractor shall provide close administrative and procedural coordination of scheduling/reporting/payment requesting with each other prime Contractor, and shall be responsive to overall coordination responsibilities assigned to the Owner. Coordinate both the procedural timing and the listing (naming and sequencing) of reports/activities required by provisions of this section and other sections, to afford consistency and logical coordination between submitted reports or lists. Maintain coordination and correlation between separate reports by updating at weekly time intervals. Make appropriate distribution of each report and updated report to entities involved in the work including Architect, Owner, and other prime Contractors where applicable. In particular, provide close coordination of progress schedule, schedule of values, progress reports, and payment requests. 1.3 PRELIMINARY PROGRESS SCHEDULES PAYMENT REQUESTS A. General: Except as otherwise indicated, sequence of progress payments for each prime Contractor is to be regular, and each must be consistent with previous applications and payments. It is recognized that certain applications involve extra requirements, including initial applications, applications at times of substantial completion, and final payment applications. Waivers of Lien: Each prime Contractor shall submit waivers of lien for every entity who could lawfully and possibly file a lien in excess of $100 arising out of Contract and related to the work covered by payment. Final payment application must be submitted with (or preceded by) final or full waivers from every entity involved with performance of the work covered by payment request. Waiver Forms: Submit waivers on forms, and executed in a manner, acceptable to the Owner. B. Payment Application Times: The "date for each progress payment" for each prime Contractor is as indicated in Owner -Contractor Agreement or, if none is indicated therein, it is the 10th day of each month. The period of construction work covered by each payment request is period indicated in Owner -Contractor Agreement or, if none is indicated therein, it is to be a month with the period ending on the last day of the month and starting on the first day of the month. C. Payment Application Forms: AIA Document G702 and Continuation Sheets (AIA G702 is available in the Architects Office). r I J PaUffbip, inc. — architects U iotcriorr I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIFIC APPLICATION FOR EXTERIOR DOOR REPLACEMENT PROJECT PAYMENT REQUIREMENTS LUBBOCK, TEXAS Section 0 10 12, Page 2 D. Application Preparation: Except as otherwise indicated, complete every entry provided for on the form, including notarization and execution by authorized persons. Incomplete applications will be returned by Architect without action. Listing must include amounts of change orders issued prior to first day of the "period of construction" covered by application. E. Initial Payment Application: The principal administrative actions and submittals which must precede or coincide with submittal of each prime Contractor's first payment application can be summarized as follows, but not necessarily by way of limitation: ' Listing of subcontractors and principal suppliers and fabricators. Schedule of principal products. Copies of acquired building permits and similar authorizations and licenses from governing authorities for current performance of the work. F. Application at Time of Substantial Completion: Following issuance of Architect's final "certificate of substantial completion" on each prime Contractor's work, and designated, a "special" payment application may be prepared and submitted by Contractor. The principal administrative actions and submittals which must proceed or coincide with such special applications can be summarized as follows, but not necessarily by way of limitation: Warranties, guarantees, maintenance agreements and similar provisions of contract documents. Final cleaning of the work. Listing of Contractor's incomplete work, recognized as exceptions to Architect's certificate of substantial completion. G. Final Payment Application: The administrative actions and submittals which must precede or coincide with submittal of each prime Contractor's final payment application can be summarized as follows, but not necessarily by way of limitation: Completion of project closeout requirements. Completion of items specified for completion beyond time of substantial completion (regardless of whether special payment application was previously made). Assurance, satisfactory to Owner, that unsettled claims will be settled and that work not actually completed and accepted will be completed without undue delay. Proof, satisfactory to Owner, that tax, fees and similar obligations of Contractor have been paid. Removal of temporary facilities, services, surplus materials, rubbish and similar elements: H. Application Transmittal: Each prime Contractor shall submit 3 executed copies of each payment application, one copy of which shall be complete with waivers of lien and similar attachments, and recording appropriate information related to application in manner acceptable to Architect. Transmit to Architect by means ensuring receipt within 24 hours. f I s Partnership, inc. — architects U iotuiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIFIC APPLICATION FOR EXTERIOR DOOR REPLACEMENT PROJECT PAYMENT REQUIREMENTS LUBBOCK, TEXAS Section O1O12.Page 3 � | PART 2'PRODUCTS (not applicable) PART 3'EXECUTION (not applicable) END OFSECTION O1O12 \ � /�/ i0[--d[Tb��[��v Ac[io[/ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS MODIFICATION PROCEDURES Section 01015, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing contract modifications. Multiple Prime Contracts: Provisions of this Section apply to the work of each prime contractor. 1.3 RELATED SECTIONS: THE FOLLOWING SECTIONS CONTAIN REQUIREMENTS THAT RELATE TO THIS SECTION: Division 1 Section "Unit Prices" for administrative requirements governing use of unit prices. Section 01012 "Applications for Payment" for administrative procedures governing Applications for Payment. Section 01300 "Submittals" for requirements for the Contractor's Construction Schedule. Section 01631 "Product Substitutions" for administrative procedures for handling requests for substitutions made after award of the Contract. 1.4 MINOR CHANGES IN THE WORK A. The Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or Contract Time, on AIA Form G710, Architect's Supplemental 1.5 CHANGE ORDER PROPOSAL REOUESTS A. Owner -Initiated Proposal Requests: The Architect will issue a detailed description of proposed changes in the Work that will require adjustment to the Contract Sum or Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. B. Proposal requests issued by the Architect are for information only. Do not consider them as an instruction either to stop work in progress or to execute the proposed change. C. Within 7 days of receipt of a proposal request, submit an estimate of cost necessary to execute the change to the Architect for the Owner's review. Include a list of quantities of products required and unit costs, with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. f I f partombip, ioc. — architutr U iotcriorr i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH MODIFICATION EXTERIOR DOOR REPLACEMENT PROJECT PROCEDURES LUBBOCK, TEXAS Section 01015, Page 2 Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. Include a statement indicating the effect the proposed change in the Work will have on the Contract Time. D. Contractor -Initiated Proposals: When latent or unforeseen conditions require modifications to the contract, the Contractor may propose changes by submitting a request for a change to the Architect. E. Include a statement outlining the 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 Contract Time. F. Include a list of quantities of products required and unit costs, with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. G. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. H. Proposal Request Form: The prime Contractor shall use forms provided by the Architect for Change Order Proposals at the end of this section. 1.6 CHANGE ORDER PROCEDURES A. Upon the Owner's approval of a Proposal Request, the Architect will issue a Change Order for signatures of the Owner and the prime Contractor. Use forms provided by the Owner or Architect for Change Order Proposals. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01015 f I r Partnership, ipc. — architects U iptcriorf t iE CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONTRACT N RACT EXTERIOR DOOR REPLACEMENT PROJECT CONSIDERATIONS ` LUBBOCK, TEXAS Section 0 10 19, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Application for Payment. B. Change procedures. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Schedule of Values. B. Section 01600 - Material and Equipment: Product substitutions. 1.4 APPLICATIONS FOR PAYMENT A. Submit three copies of each application on AIA Form G702 - Application and Certificate for Payment. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner -Contractor agreement. D. Waiver of liens from subcontractor. 1.5 CHANGE PROCEDURES A. The Architect will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by SLS or City of Lubbock by issuing supplemental instructions on AIA Form G710. B. The Architect may issue a Change Request Proposal which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting request for change to the Architect, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Architect. f I f partowbip, ioc. — ar0itutf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONTRACT EXTERIOR DOOR REPLACEMENT PROJECT CONSIDERATIONS LUBBOCK, TEXAS Section 01019, Page 2 E. Unit Price Change Order: For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. F. Construction Change Authorization: Architect may issue a directive, on AIA Form G713 Construction Change Authorization signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. G. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Architect will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. H. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. I. Change Order Forms: AIA G701 Change Order. J. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION OF 01019 f I f par ombip, ioc. — architutr U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIAL COORDINATION EXTERIOR DOOR REPLACEMENT PROJECT FOR COMMERCIAL FACILITIES LUBBOCK, TEXAS Section 01039, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DESCRIPTION OF WORK A. Minimum administrative and supervisory requirements necessary for coordination of work on the project to be fulfilled collectively by the prime Contractors include but are not necessarily limited to the following: Coordination and meetings. Administrative and supervisory personnel. Limitations for use of site. Cleaning and protection. 1.3 COORDINATION A. Each Prime Contractor will be required to coordinate the requirements of his section even though certain items of work may be assigned to a specific prime Contractor. 1.4 COORDINATION AND MEETINGS A. Weekly Coordination Meetings: The owner or the owner's representative shall schedule and hold weekly general project coordination meetings at regularly scheduled times that are convenient for the attendance of prime Contractors and other parties involved. These meetings are in addition to specific meetings held for other purposes such as special pre -installation meetings. Required attendance includes each prime Contractor involved the coordination or planning for the work of the entire project. The owner's representative shall preside at each meeting, and shall record meeting results. 1.5 LIMITATIONS ON USE OF THE SITE A. General: Limitations on site usage as well as specific requirements that impact utilization are indicated in the contract documents. The owner or the owner's representative shall administer allocation of available space equitably among the separate prime Contractors and other entities needing access and space, so as to produce the best overall efficiency in performance of the total work of the project. Each prime Contractor shall schedule deliveries so as to minimize space and time requirements for storage of materials and equipment on site. B. Uniforms: Each prime Contractor's personnel and subcontractor's personnel MAY wear clearly marked and identifiable clothing or uniforms while working on the property. The wearing of uniforms will not be a specific requirement for this project. r I f partowbip, ioc. — architects U ioteriorr I ( r., i i_ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIAL COORDINATION EXTERIOR DOOR REPLACEMENT PROJECT FOR COMMERCIAL FACILITIES LUBBOCK, TEXAS Section 01039, Page 2 1.6 SPECIAL REPORTS A. General: Submit special reports directly to the owner and architect within one day of an occurrence. B. Reporting Unusual Events: When an event of an unusual and significant nature occurs at the site, the prime Contractor shall prepare and submit a special report. The report shall list chain of events, persons participating, and the response by the prime Contractor's personnel and by the personnel of the other prime Contractors, an evaluation of the results or effects, and similar pertinent information. It is the responsibility of each prime Contractor to advise the Owner in advance date, when such events are known or predictable. C. Reporting Accidents: Each prime Contractor shall prepare and submit reports of significant accidents, at site and anywhere else work is in progress. Record and document data and actions. For this t_ a purpose, a significant accident is defined to include events where personal injury is sustained, or property loss of substance is sustained or where the event posed a significant threat of loss or personal injury. PART 2 - PRODUCTS (Not Applicable). PART 3 — EXECUTION 3.1 GENERAL INSTALLATION PROVISIONS A. Installer's Inspection of Conditions: The prime Contractor involved shall inspect the substrate to receive work and the conditions under which the work is to be performed. The installer shall report all unsatisfactory conditions in writing to the owner or the owner's representative. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. B. Manufacturer's Instructions: xWhere installations include manufactured products, comply with the manufacturer's applicable instructions and recommendations for installation, to the extent that these instructions and recommendations are more explicit or more stringent that requirements indicated in l the contract documents. C. Inspect each item of materials or equipment immediately prior to installation. Reject damaged and defective items. D. Provide attachment and connection devices and methods for securing work properly. Secure work true to line and level, and within recognized tolerances. Allow expansion" and building movement. Provide uniform joint width in exposed work. Arrange joints in exposed work to obtain the best visual effect. Refer questionable visual -effect choices to the architect for final decision. E. Install each unit of work during weather conditions and project status which will ensure the best possible results in coordination with the entire work. Isolate each unit of work from incompatible work as necessary to prevent deterioration. f I f Partowbip, in(. — ar0itatf U ipteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIAL COORDINATION EXTERIOR DOOR REPLACEMENT PROJECT FOR COMMERCIAL FACILITIES LUBBOCK, TEXAS Section 01039, Page 3 3.2 CLEANING AND PROTECTION A. General: During handling and installation of work at the project site, each prime Contractor shall clean and protect work in progress and adjoining work in the basis of continuous daily maintenance. B. Limiting Exposure of Work: To the extent possible through reasonable control and protection methods, each prime Contractor shall supervise performance of the work in such a manner and by such means which will ensure that the existing facilities and none of the work, whether completed or in progress, will be subjected to harmful, dangerous, damaging or otherwise deleterious exposure during the construction period. Such exposure includes, where applicable, but not by way of limitation the following: Excessive static or dynamic loading. Excessive internal or external pressures. Thermal shock. Air contamination or pollution. Water or ice. Solvents. Chemicals. Puncture. Abrasion. Soiling. Bacteria. Insect infestation. Combustion. Misalignment. Excessive weathering. Unprotected storage. Improper shipping or handling. Theft. Vandalism. END OF SECTION 01039 r I J Partwhip, in(. — architatr U interiorr LYNTEGAR ELECTRIC COOOPERATIVE, INC. NEW CORPORATE FACILITY TAHOKA,TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS COORDINATION -' Section 01040, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and supervisory requirements necessary for coordinating construction operations including, but not necessarily limited to, the following: 1. General project coordination procedures. j 2. Conservation. F 3. Coordination Drawings. 4. Administrative and supervisory personnel. 5. Cleaning and protection. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Submittals" for preparing and submitting the Contractor's Construction Schedule. 11, 2. Division 1 Section "Contract Closeout" for coordinating contract closeout. 3. Section 01039 — Special Coordination for Apartment Complexes Lill iI��K�Z�IT71r<I�t�[�P� A. Coordinate construction operations included in various Sections of these Specifications to assure efficient and orderly installation of each part of the Work. Coordinate construction operations included under different Sections that depend on each other for proper installation, connection, and operation. I i 1. Schedule construction operations in the 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. r 2. Coordinate installation of different components to assure maximum accessibility for f I required maintenance, service, and repair. 3. Make provisions to accommodate items scheduled for later installation. f B. Where necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. 1. Prepare similar memoranda for the Owner and separate contractors where coordination-' of their work is required. f I f pdapu bip, ipc. — drebitutf U ipteriorf i l- ( t E LYNTEGAR ELECTRIC COOOPERATIVE, INC. COORDINATION NEW CORPORATE FACILITY Section 01040, Page 2 TAHOKA, TEXAS C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and assure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of schedules. 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. Project closeout activities. D. Conservation: Coordinate construction operations to assure that operations are carried out with consideration given to conservation of energy, water, and materials. 1. Salvage materials and equipment involved in performance of, but not actually incorporated in, the Work. 1.4 SUBMITTALS A. Coordination Drawings: Prepare coordination drawings where careful coordination is needed for installation of products and materials fabricated by separate entities. Prepare coordination drawings where limited space availability necessitates maximum utilization of space for efficient installation of different components. 1. Show the relationship of components shown on separate Shop Drawings. 2. Indicate required installation sequences. 3. Comply with requirements contained in Section "Submittals." B. Staff Names: Within 7 days of commencement of construction operations, submit a list of the Contractor's principal staff assignments, including the superintendent and other personnel in attendance at the Project Site. Identify individuals and their duties and responsibilities. List their addresses and telephone numbers. 1. Post copies of the list in the Project meeting room, the temporary field office, and each temporary telephone. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 GENERAL COORDINATION PROVISIONS A. Inspection of Conditions: Require the Installer of each major component to inspect both the substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. B. Coordinate temporary enclosures with required inspections and tests to minimize the necessity of uncovering completed construction for that purpose. r I f Partwhip, in(. — aditutr U interiorr LYNTEGAR ELECTRIC COOOPERATIVE, INC. COORDINATION NEW CORPORATE FACILITY Section 01040, Page 3 TAHOKA, TEXAS 3.2 CLEANING AND PROTECTION A. Clean and protect construction in progress and adjoining materials in place, during handling and installation. Apply protective covering where required to assure protection from damage or deterioration at Substantial Completion. B. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to assure operability without damaging effects. C. 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. Where applicable, such exposures include, but are not limited to, the following: 1. Excessive static or dynamic loading. 2. Excessive internal or external pressures. 3. Excessively high or low temperatures. 4. Thermal shock. 5. Excessively high or low humidity. 6. Air contamination or pollution. 7. Water or ice. 8. Solvents. 9. Chemicals. 10. Light. 11. Puncture. 12. Soiling, staining, and corrosion. 13. Bacteria. 14. Rodent and insect infestation. 15. Combustion. 16. Electrical current. 17. Improper lubrication. 18. Unusual wear or other misuse. 19. Contact between incompatible materials. 20. Destructive testing. 21. Misalignment. 22. Excessive weathering. 23. Unprotected storage. 24. Improper shipping or handling. 25. Theft. 26. Vandalism. END OF SECTION 01040 f I f partnerAp, inc. — arcbitutf U intcriorf I r"I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS PROJECT MEETINGS Section 01042, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This section specifies administrative and procedural requirements for project meetings, including, but not limited to, the following: Preconstruction conferences Progress meetings Coordination meetings B. Related Sections: The following Sections contain requirements that relate to this Section: Division 1 Section "Coordination" for procedures for coordinating project meetings with other construction activities. Division 1 Section "Submittals" for submitting the Contractor's Construction Schedule 1.3 PRECONSTRUCTION CONFERENCE A. Attend a preconstruction conference before starting construction, at a time convenient to the Owner and the Architect, but no latter than 15 days after execution of the Agreement. The conference will be held at the Project Site. The meeting is for the review of responsibilities, personnel assignments and establishes replacement standards. B. Attendees: Authorized representatives of the Owner, and Architect: the prime contractor and its superintendent; manufacturers; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the Project and authorized to conclude matters relating to the Work. C. Agenda: Discuss items of significance that could affect progress, including the following: Tentative construction schedule. Critical work sequencing. Designation of responsible personnel. Procedures for processing field decisions and change orders. Use of the premises. Space and access limitations. Possible conflicts. Acceptability of substrates. J I r Partowbip, inc. — arcbitutf U iotcriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROJECT MEETINGS EXTERIOR DOOR REPLACEMENT PROJECT Section 01042, Page 2 LUBBOCK, TEXAS Protection. Safety procedures. First aid. Security. Housekeeping. Working hours. D. Replacement Standards: Attendees for the prime painting Contractor along with the Architect and Owner's representative including the property manager, Property Supervisor, & Property Maintenance Supervisor will review and mark the first two buildings to establish standards for replacement of siding or wood throughout the project. "The prime painting Contractor and the Property Maintenance Supervisor will then mark the remaining buildings to the established standard. 1.4 PROGRESS/COORDINATION MEETINGS A. Attend progress meetings at the Project Site at weekly intervals. B. Attendees: In addition to representatives of the owner and the architect, each subcontractor, supplier, or 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 conference shall be familiar with project and authorized to conclude matters relating to the Work. C. Agenda: Review items of significance that could affect progress. Include topics for discussion as appropriate to the status of the Project. D. Contractor's Construction Schedule: Review progress since the last meeting. Determine where each activity is in relation to the Contractor's Construction Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to insure that current and subsequent activities will be completed within the contract Time. E. Submit weekly reports of installed unit price items or replacement quantity of siding or wood items with completion reports on each building. F. Review the present and future needs of each entity present, including the following: Interface requirements. Time. Sequences. Deliveries. Access. Site utilization. Hours of work. Hazards and risks. Housekeeping. Quality and work standards. Change Orders. 1 I r partowbip, irlc. — adituti U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROJECT MEETINGS EXTERIOR DOOR REPLACEMENT PROJECT Section 01042, Page 3 LUBBOCK, TEXAS G. Schedule Updating: Each prime contractor shall revise his Construction Schedule after each progress meeting where revisions to the schedule have been make or recognized. Issue the revised schedule concurrently with the report of each meeting. ° PART 2 - PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) END OF SECTION 01042 f I r PaROWbip, inc. — aditutr U interior] CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CUTTING AND PATCHING EXTERIOR DOOR REPLACEMENT PROJECT Section 01045, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for cutting and patching. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 2 Section "Selective Demolition" for demolition of selected portions of the building for alterations. 2. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. a. Requirements of this Section apply to mechanical and electrical installations. Refer to Division 15 and 16 Sections for other requirements and limitations applicable to cutting and patching mechanical and electrical installations. 1.3 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures well in advance of the time cutting and patching will be performed if the Owner requires approval of these procedures before proceeding. Request approval to proceed. Include the following information, as applicable, in the proposal: 1. Describe the extent of cutting and patching required. Show how it will be performed and indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction. Include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform Work. 4. Indicate dates when cutting and patching will be performed. 5. Utilities: List utilities that cutting and patching procedures will disturb or affect. List utilities that will be relocated and those that will be temporarily out -of -service. Indicate how long service will be disrupted. 6. Where cutting and patching involves adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with the original structure. 7. Approval by the Architect to proceed with cutting and patching does not waive the Architect's right to later require complete removal and replacement of unsatisfactory work. f I f PaUffbip, i0c. — architects U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CUTTING AND PATCHING EXTERIOR DOOR REPLACEMENT PROJECT Section 01045, Page 2 ' LUBBOCK, TEXAS 1.4 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would change their load -carrying capacity or load -deflection ratio. 1. Obtain approval of the cutting and patching proposal before cutting and patching the following structural elements: a. Foundation construction. b. Bearing walls. C. Structural concrete. d. Structural steel. e. Lintels. f. Timber and primary wood framing. g. Structural decking. h. Miscellaneous structural metals. i. Equipment supports. j. Piping, ductwork, vessels, and equipment. B. Operational Limitations: Do not cut and patch operating elements or related components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating elements or related components in a manner that would result in increased maintenance or decreased operational life or safety. 1. Obtain approval of the cutting and patching proposal before cutting and patching the following operating elements or safety related systems: a. Water, moisture, or vapor barriers. b. Membranes and flashings. C. Fire protection systems. C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in the Architect's opinion, reduce the building's aesthetic qualities. Do not cut and patch construction in a manner that would result in visual evidence of cutting and patching. Remove and replace construction cut and patched in a visually unsatisfactory manner. 1.5 WARRANTY A. Existing Warranties: Replace, patch, and repair material and surfaces cut or damaged by methods and with materials in such a manner as not to void any warranties required or existing. PART 2-PRODUCTS 2.1 MATERIALS, GENERAL A. Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible if identical materials are r I r partowbip, ioc. — arcbitutr U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic contract definitions are included in the Conditions of the Contract. B. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on the Drawings; or to other paragraphs or schedules in the Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. Location is not limited. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by the Architect, requested by the Architect, and similar phrases. D. "Approved": The term "approved," when used in conjunction with the Architect's action on the Contractor's submittals, applications, and requests, is limited to the Architect's duties and responsibilities as stated in the Conditions of the Contract. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": The term "furnish" means to supply and deliver to the Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": The term "install" describes operations at the Project site including the actual r' unloading, temporary storage, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": The term "provide" means to furnish and install, complete and ready for the intended I use. } "Installer": An installer is the Contractor or another entity engaged by the Contractor, either as an employee, subcontractor, or contractor of lower tier, who performs a particular construction activity including installation, erection, application, or similar operations. Installers are required to be experienced in the operations they are engaged to perform. The term "experienced," when used with the term "installer," means having successfully completed a minimum of 5 previous projects similar in size and scope to this Project; being familiar with the special requirements indicated; and having complied with requirements of authorities having jurisdiction. f I f partowbip, ioc. — arcbitcctf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 2 2. Trades: Using terms such as "carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespeople of the corresponding generic name. 3. Assigning Specialists: Certain Sections of the Specifications require that specific construction activities shall be performed by specialists who are recognized experts in those operations. The specialists must be engaged for those activities, and their assignments are requirements over which the Contractor has no option. However, the ultimate responsibility for fulfilling contract requirements remains with the Contractor. a. This requirement shall not be interpreted to conflict with enforcing building codes and similar regulations governing the Work. It is also not intended to interfere with local trade -union jurisdictional settlements and similar conventions. "Project site" is the space available to the Contractor for performing construction activities, either exclusively or in conjunction with others performing work as part of the Project. The extent of the Project site is shown on the Drawings and may or may not be identical with the description of the land on which the Project is to be built. K. "Testing Agencies": A testing agency is an independent entity engaged to perform specific inspections or tests, either at the Project site or elsewhere, and to report on and, if required, to interpret results of those inspections or tests. 1.3 SPECIFICATION FORMAT AND CONTENT EXPLANATION A. Specification Format: These Specifications are organized into Divisions and Sections based on the Construction Specifications Institute's 16-division format and "MasterFormat" numbering system. B. Specification Content: These 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. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be interpolated as the sense requires. Singular words shall be interpreted as plural and plural words interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by the Contractor. At certain locations in the Text, subjective language is used for clarity to describe responsibilities that must be fulfilled indirectly by the Contractor or by others when so noted. a. 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. 1.4 INDUSTRY STANDARDS s I s Partnership, inc. — architects U interiors - L_ . CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 3 A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with the standards in effect as of the date of the Contract Documents. C. Conflicting Requirements: Where compliance with 2 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 uncertainties and requirements that are different but apparently equal to the Architect for a decision before proceeding. 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 the requirements. Refer uncertainties to the Architect for a decision before proceeding. D. Copies of Standards: Each entity engaged in construction on the Project must be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, the Contractor shall obtain copies directly from the publication source and make them available on request. E. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. The following abbreviations and acronyms, as referenced in the Contract Documents, mean the associated names. Names and addresses are subject to change and are believed, but are not assured, to be accurate and up-to-date as of the date of the Contract Documents. AA Aluminum Association (202) 862-5100 AABC Associated Air Balance Council (202) 737-0202 AAMA American Architectural Manufacturers Assoc. (708) 202-1350 AAN American Association of Nurserymen (202) 789-2900 AASHTO American Association of State Highway and Transportation (202) 624-5800 Officials AATCC American Association of Textile Chemists and Colorists (919) 549-8141 ABMA American Bearing Manufacturers Assoc. (202) 429-5155 ABMA American Boiler Manufacturers Association (703) 522-7350 I I f partoerAp, in(. — architects U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 4 ACI American Concrete Institute (313) 532-2600 ACIL American Council of Independent Laboratories (202) 887-5872 ACPA American Concrete Pipe Association (703) 821-1990 ADC Air Diffusion Council (312) 201-0101 AFBMA Anti -Friction Bearing Manufacturers Assoc. (Now ABMA) AFPA American Forest and Paper Association (202) 463-2455 AGA American Gas Assoc. (703) 841-8400 AHA American Hardboard Assoc. (708) 934-8800 AHAM Association of Home Appliance Manufacturers (312) 984-5800 Al Asphalt Institute (606) 288-4960 AIA The American Institute of Architects (202) 626-7300 AIA American Insurance Assoc. (202) 828-7100 AIHA American Industrial Hygiene Assoc. (703) 849-8888 AISC American Institute of Steel Construction (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 AITC American Institute of Timber Construction (303) 792-9559 ALA American Laminators Association (206) 622-0666 ALI Associated Laboratories, Inc. (708) 358-7400 ALSC American Lumber Standards Committee (301) 972-1700 AMCA Air Movement and Control Assoc. (708) 394-0150 ANSI American National Standards Institute (212) 642-4900 AOAC AOAC International (703) 522-3032 AOSA Association of Official Seed Analysts (402) 476-3852 APA APA-The Engineered Wood Association (206) 565-6600 API American Petroleum Institute (202) 682-8000 ARI Air -Conditioning and Refrigeration Institute (703) 524-8800 r I r partowbip, ipc. — arcbitutr U Acriorr L_ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 5 { ARMA Asphalt Roofing Manufacturers Assoc. (301) 231-9050 ASA Acoustical Society of America (516) 576-2360 ASC Adhesive and Sealant Council (202) 452-1500 ASCE American Society of Civil Engineers (800) 548-2723 ASHE American Society for Healthcare Engineering (800) AHA-2626 (312) 422-3811 ASHRAE American Society of Heating, Refrigerating and Air- (800) 527-4723 Conditioning Engineers ASME American Society of Mechanical Engineers (212) 705-7722 ASPA American Sod Producers Assoc. (Now TPI) ASPE American Society of Plumbing Engineers (805) 495-7120 ASSE American Society of Sanitary Engineering (216) 835-3040 ASTM American Society for Testing and Materials (610) 832-9585 ATIS Alliance for Telecommunications Industry Solutions (202) 628-6380 AWCMA American Window Covering Manufacturers Assoc. (Now WCMA) AWI Architectural Woodwork Institute (703) 222-1100 AWPA American Wood Preservers' Assoc. (410) 465-3169 AWPB American Wood Preservers' Bureau (This organization is now defunct.) AWS American Welding Society (305) 443-9353 AWWA American Water Works Assoc. (303) 794-7711 BANC Brick Association of North Carolina (910) 273-5566 BHMA Builders Hardware Manufacturers Assoc. (212) 661-4261 BIA Brick Institute of America (703) 620-0010 BIFMA The Business and Institutional Furniture Manufacturer's (616) 285-3963 Association f I f partw hip, i9c. — ar0itutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 6 CAGI Compressed Air and Gas Institute c/o Thomas Associates, (216) 241-7333 Inc. CAUS Color Association of the United States (212) 582-6884 CBM Certified Ballast Manufacturers Assoc. (216) 241-0711 CCC Carpet Cushion Council (203) 637-1312 CDA Copper Development Association Inc. (800) 232-3282 (212) 251-7200 CFFA Chemical Fabrics & Film Association, Inc. c/o Thomas (216) 241-7333 Associates, Inc. CGA Compressed Gas Assoc. (703) 412-0900 CISCA Ceiling and Interior Systems Construction Assoc. (708) 833-1919 CISPI Cast Iron Soil Pipe Institute (615) 892-0137 CLFMI Chain Link Fence Manufacturers Institute (202) 659-3537 CRI Carpet and Rug Institute (706) 278-0232 CRSI Concrete Reinforcing Steel Institute (708) 517-1200 CTIOA Ceramic Tile Institute of America (310) 574-7800 DHI Door and Hardware Institute (703) 222-2010 DIPRA Ductile Iron Pipe Research Assoc. (205) 988-9870 DLPA Decorative Laminate Products Assoc. (800) 684-3572 ECSA Exchange Carriers Standards Assoc. (Now ATIS) EIA Electronic Industries Assoc. (202) 457-4900 EIMA EIFS Industry Manufacturers Assoc. (813) 726-6477 EJMA Expansion Joint Manufacturers Assoc. (914) 332-0040 ETL ETL Testing Laboratories, Inc. c/o Inchcape Testing Services (800) 345-3851 (607) 753-671 1 FCI Fluid Controls Institute c/o Thomas Associates, Inc (216) 241-7333 FCICA Floor Covering Installation Contractors Assoc. (706) 226-5488 (Formerly Floor Covering Installation Board) 1 I J PaVrAp, iac. — aditutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS PART1 GENERAL 1.1 RELATED DOCUMENTS 1.2 CHANGE ORDER PROCEDURES Section 01110, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. A. [= PROPOSED CHANGES Upon discovery of circumstances or conditions leading to the conclusion that a construction change should be made, the Architect will issue a Proposal Change Letter. The Contractor will be instructed to submit his price proposal along with all required back-up information to the Architect. The submittal shall include separate breakdowns for general contract and subcontract work. C. The breakdowns shall show materials by quantities and unit prices, labor by crafts, hours and hourly rates with tax and insurance mark-ups shown separately. Equipment shall be shown by type, hours and rates. Overhead and profit shall be shown separately. D. The Contractor's proposed change quotations will be expeditiously reviewed by the Architect. Conformance with the contract and the proposed change documents, as well as material, labor and equipment quantities and costs, and allowed mark-up percentages will be verified. Requests for additional time will also be evaluated. In case of differences, discrepancies, errors, etc., the Architect will immediately take action to obtain necessary revisions or corrections to the quotation. E. When a price quotation has been considered acceptable, the Architect will forward his recommendations and all back-up information to the Owner. A recommendation either for or against the proposed change will accompany this submittal from the Architect. F. Any work done by Contractor not authorized by the Owner shall be subject to removal at the Contractor's expense. 1.3 AUTHORIZATION FOR CONSTRUCTION TO PROCEED A. Within a reasonable time, the Owner will notify the Architect, with a copy to the Contractor, whether the change will be implemented. B. If the change is approved, with this letter will be authorization for the Contractor to proceed and for the Architect to issue a Change Order. The Change Order may be issued at the Architect's discretion immediately or in conjunction with several other approved proposed changes if considered appropriate. END OF SECTION 01110 r I f Partwhip, ioc. — aditatr U iotcriorf t CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS SUBMITTALS Section 01300, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submittals required for performance of the Work, including the following: 1. Contractor's construction schedule. 2. Submittal schedule. 3. Daily construction reports. 4. Shop Drawings. 5. Product Data. 6. Samples. 7. Quality assurance submittals. B. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to, the following: 1. Permits. 2. Applications for Payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. List of subcontractors. C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Applications for Payment" specifies requirements for submittal of the Schedule of Values. 2. Division 1 Section "Coordination" specifies requirements governing preparation and submittal of required Coordination Drawings. 3. Division 1 Section "Project Meetings" specifies requirements for submittal and distribution of meeting and conference minutes. 4. Division 1 Section "Construction Photographs" specifies requirements for submittal of periodic construction photographs. 5. Division 1 Section "Quality Control" specifies requirements for submittal of inspection and test reports. 6. Division 1 Section "Contract Closeout" specifies requirements for submittal of Project Record Documents and warranties at project closeout. f I f partombip, ioc. — dditutf U ioteriorf CITY OF LUBBOCK - BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 2 ' LUBBOCK, TEXAS 1.3 DEFINITIONS A. Coordination Drawings show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or to _ function as intended. 1. Preparation of Coordination Drawings is specified in Division 1 Section "Coordination" and may include components previously shown in detail on Shop Drawings or Product Data. -E B. Field samples are full-size physical examples erected on -site to illustrate finishes, coatings, or finish materials. Field samples are used to establish the standard by which the Work will be judged. -g C. Mockups are full-size assemblies for review of construction, coordination, testing, or operation; V they are not Samples. X 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. a. The Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until all related submittals are received. Processing: To avoid the need to delay installation as a result of the time required to 11 process submittals, allow sufficient time for submittal review, including time for _J resubmittals. a. Allow 2 weeks for initial review. Allow additional time if the Architect must delay processing to permit coordination with subsequent submittals. b. If an intermediate submittal is necessary, process the same as the initial submittal. C. Allow 2 weeks for reprocessing each submittal. t d. No extension of Contract Time will be authorized because of failure to transmit submittals to the Architect sufficiently in advance of the Work to permit processing. - B. Submittal Preparation: Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. 1. Provide a space approximately 4 by 5 inches on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. 2. Include the following information on the label for processing and recording action taken. a. Project name. b. Date. C. Name and address of the Architect. f I f Pdrtw hip, inc. — drehitatf U Acriorf 1-1 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 3 LUBBOCK, TEXAS d. Name and address of the Contractor. e. Name and address of the subcontractor. f. Name and address of the supplier. g. Name of the manufacturer. h. Number and title of appropriate Specification Section. i. Drawing number and detail references, as appropriate. C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the Architect using a transmittal form. The Architect will not accept submittals received from sources other than the Contractor. 1. On the transmittal, record relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. 1.5 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Bar -Chart Schedule: Prepare a fully developed, horizontal bar -chart -type, contractor's construction schedule. Submit within 5 days after the date established for "Commencement of the Work." 1. Provide a separate time bar for each significant construction activity. Provide a continuous vertical line to identify the first working day of each week. Use the same breakdown of units of the Work as indicated in the "Schedule of Values." 2. Within each time bar, indicate estimated completion percentage in 10 percent increments. As Work progresses, place a contrasting mark in each bar to indicate Actual Completion. 3. Prepare the schedule on a sheet, or series of sheets, of stable transparency, or other reproducible media, of sufficient width to show data for the entire construction period. 4. Secure time commitments for performing critical elements of the Work from parties involved. Coordinate each element on the schedule with other construction activities; include minor elements involved in the sequence of the Work. Show each activity in proper sequence. Indicate graphically the sequences necessary for completion of related portions of the Work. 5. Coordinate the Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittal Schedule, progress reports, payment requests, and other schedules. 6. Indicate completion in advance of the date established for Substantial Completion. Indicate Substantial Completion on the schedule to allow time for the Architect's procedures necessary for certification of Substantial Completion. B. Phasing: On the schedule, show how requirements for phased completion to permit Work by separate Contractors and partial occupancy by the Owner affect the sequence of Work. C. Work Stages: Indicate important stages of construction for each major portion of the Work, including submittal review, testing, and installation. D. Area Separations: Provide a separate time bar to identify each major construction area for each major portion of the Work. Indicate where each element in an area must be sequenced or integrated with other activities. f I f partm bip, ioc. — arcbitutr U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 4 LUBBOCK, TEXAS E. Cost Correlation: At the head of the schedule, provide a cost correlation line, indicating planned and actual costs. On the line, show dollar volume of Work performed as of the dates used for preparation of payment requests. 1. Refer to Division 1 Section "Applications for Payment" for cost reporting and payment procedures. F. Distribution: Following response to the initial submittal, print and distribute copies to the Architect, Owner, subcontractors, and other parties required to comply with scheduled dates. Post copies in the Project meeting room and temporary field office. 1. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. G. Schedule Updating: Revise the schedule after each meeting, event, or activity where revisions have been recognized or made. Issue the updated schedule concurrently with the report of each meeting. 1.6 SUBMITTAL SCHEDULE A. After development and acceptance of the Contractor's Construction Schedule, prepare a complete schedule of submittals. Submit the schedule within 7 days of the date required for submittal of the Contractor's Construction Schedule. 1. Coordinate Submittal Schedule with the list of subcontracts, Schedule of Values, and the list of products as well as the Contractor's Construction Schedule. 2. Prepare the schedule in chronological order. Provide the following information: a. Scheduled date for the first submittal. b. Related Section number. C. Submittal category (Shop Drawings, Product Data, or Samples). d. Name of the subcontractor. e. Description of the part of the Work covered. f. Scheduled date for resubmittal. g. Scheduled date for the Architect's final release or approval. B. Distribution: Following response to the initial submittal, print and distribute copies to the Architect, Owner, subcontractors, and other parties required to comply with submittal dates indicated. Post copies in the Project meeting room and field office. 1. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. C. Schedule Updating: Revise the schedule after each meeting or activity where revisions have been recognized or made. Issue the updated schedule concurrently with the report of each meeting. r I f paRowbip, in(. — arcbitatr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 5 LUBBOCK, TEXAS 1.7 DAILY CONSTRUCTION REPORTS A. Prepare a daily construction report recording the following information concerning events at the site, and submit duplicate copies to the Architect at weekly intervals: 1. List of subcontractors at the site. 2. Approximate count of personnel at the site. 3. High and low temperatures, general weather conditions. 4. Accidents and unusual events. 5. Meetings and significant decisions. 6. Stoppages, delays, shortages, and losses. 7. Meter readings and similar recordings. 8. Emergency procedures. 9. Orders and requests of governing authorities. 10. Change Orders received, implemented. 11. Services connected, disconnected. 12. Equipment or system tests and startups. 13. Partial Completions, occupancies. 14. Substantial Completions authorized. 1.8 SHOP DRAWINGS A. Submit newly prepared information drawn accurately to scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not a Shop Drawing. ' B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns, templates and similar Drawings. Include the following information: 1. Dimensions. 2. Identification of products and materials included by sheet and detail number. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. 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 36 by 48 inches. 7. Submittal: Submit 6 prints for maintenance manuals. The Architect will retain 3 prints and return the remainder. 8. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.9 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: J I J partowbip, inc. — architutr U iotcriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 6 LUBBOCK, TEXAS a. Manufacturer's printed recommendations. b. Compliance with trade association standards. C. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Preliminary Submittal: Submit a preliminary single copy of Product Data where selection of options is required. 4. Submittals: Submit 6 copies of each required submittal. The Architect will retain three and will return the other marked with action taken and corrections or modifications required. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. 5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of Product Data is in the Installer's possession. b. Do not permit use of unmarked copies of Product Data in connection with construction. 1.10 SAMPLES A. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture, and pattern. 1. Mount or display Samples in the manner to facilitate review of qualities indicated. Prepare Samples to match the Architect's sample. Include the following: a. Specification Section number and reference. b. Generic description of the Sample. C. Sample source. d. Product name or name of the manufacturer. e. Compliance with recognized standards. f. Availability and delivery time. 2. Submit Samples for review of size, kind, color, pattern, and texture. Submit Samples for a final check of these characteristics with other elements and a comparison of these characteristics between the final submittal and the actual component as delivered and installed. f I f paVrAp, ipc. — arcbitectr U Acriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 7 LUBBOCK, TEXAS a. Where variation in color, pattern, texture, or other characteristic is inherent in the material or product represented, submit at least 3 multiple units that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. C. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the Work. Such Samples must be undamaged at time of use. On the transmittal, indicate special requests regarding disposition of Sample submittals. d. Samples not incorporated into the Work, or otherwise designated as the Owner's property, are the property of the Contractor and shall be removed from the site prior to Substantial Completion. B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. Field samples are full-size examples erected on -site to illustrate finishes, coatings, or finish materials and to establish the Project standard. a. Comply with submittal requirements to the fullest extent possible. Process transmittal forms to provide a record of activity. 1.11 QUALITY ASSURANCE SUBMITTALS A. Submit quality -control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality -control submittals as required under other Sections of the Specifications. B. Certifications: Where other Sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a notarized certification from the manufacturer certifying compliance with specified requirements. 1. Signature: Certification shall be signed by an officer of the manufacturer or other individual authorized to sign documents on behalf of the company. C. Inspection and Test Reports: Requirements for submittal of inspection and test reports from independent testing agencies are specified in Division 1 Section "Quality Control." 1.12 ARCHITECT'S ACTION A. Except for submittals for the record or information, where action and return is required, the Architect will review each submittal, mark to indicate action taken, and return promptly. 1. Compliance with specified characteristics is the Contractor's responsibility. B. Action Stamp: The Architect will stamp each submittal with a uniform, action stamp. The Architect will mark the stamp appropriately to indicate the action taken, as follows: r I J Partnership, ioc. — architects U Acriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 8 LUBBOCK,TEXAS 1. Final Unrestricted Release: When the Architect marks a submittal "No Exceptions Taken", the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents. Final payment depends on that compliance. 2. Prohibited From Project Site: When the Architect marks a submittal "Rejected", do not use, or allow others to use products covered by the "Rejected" submittal at the project site or elsewhere where work is in progress. Prepare a new submittal complying with specification requirements without delay. 3. Final -But -Restricted Release: When the Architect marks a submittal "Make Corrections Noted," the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents. Final payment depends on that compliance. 4. Returned for Resubmittal: When the Architect marks a submittal "Revise and Resubmit," do not proceed with Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the notations; resubmit without delay. Repeat if necessary to obtain different action mark. a. Do not use, or allow others to use, submittals marked "Revise and Resubmit" at the Project Site or elsewhere where Work is in progress. 5. Other Action: Where a submittal is for information or record purposes or special processing or other activity, the Architect will return the submittal marked "Action Not Required". P11 C. Unsolicited Submittals: The Architect will return unsolicited submittals to the sender without action. r1l PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01300 r I r Partombip, in(. — arditutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROGRSS SCHEDULE EXTERIOR DOOR REPLACEMENT PROJECT Section 01310, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DESCRIPTION OF WORK A. This section includes requirements for the preparation and submittal of construction progress schedules. 1.3 RELATED WORK A. Section 01010 Summary of Work B. Section 01300 Submittals 1.4 FORMAT A. Prepare schedules as a horizontal bar chart with separate bar for each major portion of the work or operation, identifying first work day of each week. B. Sequence of Listings: The chronological order of the start of each item of work. C. Scale and Spacing: To provide space for notations and revisions. D. Sheet Size: Minimum 11 X 17 inches. 1.5 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify work of separate phases and other logically grouped activities. C. If necessary for clarity, provide sub -schedules to define critical portions of entire schedule. D. Show accumulated percentage of completion of each item, and total percentage of work completed, as of the first day of each month. E. Coordinate content with Schedule of Values as required in Section 01370 1.6 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. f I s Partombip, in(. — architects q interiors I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROGRSS SCHEDULE EXTERIOR DOOR REPLACEMENT PROJECT Section 01310, Page 2 LUBBOCK, TEXAS B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on schedule Report corrective action taken, or proposed, and its effect, including the effect of changes on schedules of separate contractors. 1.7 SUBMITTALS A. Submit initial schedules within 5 days after date established in Notice to Proceed. After review, resubmit required revised data within 7 days. B. Submit revised Progress Schedule monthly with each Application for Payment. C. Submit six copies to the Architect. 1.8 DISTRIBUTION A. Distribute copies of reviewed schedules to the job site, subcontractors, suppliers, and other concerned entities. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. PART 2 - PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION 01310 f I f Partowbip, io(. — aditutf U ioteriorf I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION EXTERIOR DOOR REPLACEMENT PROJECT PROGRESS DOCUMENTATION LUBBOCK, TEXAS Section 01320, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Contractor's Construction Schedule. 2. Submittals Schedule. 3. Daily construction reports. 4. Field condition reports. B. See Division 1 Section "Payment Procedures" for submitting the Schedule of Values. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. C. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. D. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. E. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. I I r partowbip, inc. — architatf U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION EXTERIOR DOOR REPLACEMENT PROJECT PROGRESS DOCUMENTATION LUBBOCK, TEXAS Section 01320, Page 2 F. Major Area: A story of construction, a separate building, or a similar significant construction element. 1.4 SUBMITTALS A. Submittals Schedule: Submit three copies of schedule. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Architect's final release or approval. B. Contractor's Construction Schedule: Submit two opaque copies of initial schedule, large enough to show entire schedule for entire construction period. 1. Submit an electronic copy of schedule, using software indicated, on CD-R, and labeled to comply with requirements for submittals. Include type of schedule (Initial or Updated) and date on label. C. Daily Construction Reports: Submit two copies at monthly intervals. D. Field Condition Reports: Submit two copies at time of discovery of differing conditions. 1.5 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2 — PRODUCTS 2.1 SUBMITTALS SCHEDULE A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, re -submittal, ordering, manufacturing, fabrication, and delivery when establishing dates. f I s partwhip, ipc. — architects U interiors CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUUS CHURCH CONSTRUCTION EXTERIOR DOOR REPLACEMENT PROJECT PROGRESS DOCUMENTATION ` LUBBOCK, TEXAS Section 01320, Page 3 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's Construction Schedule. 2. Submit concurrently with the first complete submittal of Contractor's Construction Schedule. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for commencement of the Work to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each story or separate area as a separate numbered activity for each principal 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 re -submittal times indicated in Division 1 Section" Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Startup and Testing Time: Include not less than 5 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. 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. Work by Owner: Include a separate activity for each portion of the Work performed by Owner. 2. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. c. Uninterruptible services. d. Partial occupancy before Substantial Completion. e. Use of premises restrictions. f. Provisions for future construction. I_. f I f Partowbip, in(. — aditutr U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION EXTERIOR DOOR REPLACEMENT PROJECT PROGRESS DOCUMENTATION LUBBOCK, TEXAS Section 01320, Page 4 g. Seasonal variations. h. Environmental control. 3. Work Stages: Indicate important stages of construction for each major portion of the Work. 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 E. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time -impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule. 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) A. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt -chart -type, Contractor's Construction Schedule within 15 days of date established for commencement of the Work. Base schedule on the Preliminary Construction Schedule and whatever updating and feedback was received since the start of the Project. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 1. For construction activities that require 3 months or longer completing, indicate an estimated completion percentage in 10 percent increments within time bar. 2.4 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. Equipment at Project site. 3. Material deliveries. 4. High and low temperatures and general weather conditions. 5. Accidents. 6. Stoppages, delays, shortages, and losses. 7. Meter readings and similar recordings. 8. Orders and requests of authorities having jurisdiction. 9. Services connected and disconnected. 10. Equipment or system tests and startups. B. Field Condition Reports: Immediately on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a request for interpretation on CSI Form 13.2A. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. i I J Pdrtw hip, ioc. — dr(hitutf U interior] CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION EXTERIOR DOOR REPLACEMENT PROJECT PROGRESS DOCUMENTATION LUBBOCK, TEXAS Section 01320, Page 5 PART 3 — EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. 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 Actual Completion percentage for each activity. B. Distribution: Distribute copies of approved schedule to Architect Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need -to - know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION 01320 r I r Partowbip, in(. — arcbitatr U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SCHEDULE OF VALUES EXTERIOR DOOR REPLACEMENT PROJECT Section 01370, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Prior to the first application for payment Contractor shall submit to the Architect, an expanded schedule of values which will define labor and material separately for each significant portion of the work to be performed. B. Upon request of the Architect, support the values with data which will substantiate their correctness. C. The Schedule of Values, unless objected to by the Architect, shall be used only as the basis for the Contractor's Applications for Payment. 1.3 FORM AND CONTENT OF SCHEDULE OF VALUES A. Submit schedule on AIA Document G703, Contractor's standard forms and automated printout will be considered for approval by Architect upon Contractors request. B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing values for progress payments during construction. C. Follow the table of contents of this Project Manual as the format for listing component items. Identify each line item with the number and title of the respective major section of the specifications. D. For each major line item list sub -values of major products or operations under the item. E. For items on which progress payments will be requested for stored materials, break down the value into: 1.The cost of the materials, delivered and unloaded, with taxes paid. 2.The total installed value. F. Submit a subschedule for each separate stage of work specified. G. Submit a subschedule of unit costs for Products specified under a unit cost allowance. H. The sum of all values listed in the schedule shall equal the total Contract Sum. s I f Partnership, ioc. — architects U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) END OF SECTION 01370 f I r partombip, inc. — ar(bitutr U ioteriorr SCHEDULE OF VALUES Section 01370, Page 2 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS QUALITY CONTROL Section 01400, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality -control services. B. Quality -control services include inspections, tests, and related actions, including reports performed by Contractor, by independent agencies, and by governing authorities. They do not include contract enforcement activities performed by Architect. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with Contract Document requirements. D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality -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 inspections, tests, and related actions do not limit Contractor's quality -control procedures that facilitate compliance with Contract Document requirements. 3. Requirements for Contractor to provide quality -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. E. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Cutting and Patching" specifies requirements for repair and restoration of construction disturbed by inspection and testing activities. 2. Division 1 Section "Submittals" specifies requirements for development of a schedule of required tests and inspections. 1.3 RESPONSIBILITIES A. Contractor Responsibilities: Unless otherwise indicated as the responsibility of another identified entity, Contractor shall provide inspections, tests, and other quality -control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. Costs for these services are included in the Contract Sum. Where individual Sections specifically indicate that certain inspections, tests, and other quality -control services are the Contractor's responsibility, the Contractor shall employ and pay a qualified independent testing agency to perform quality -control services. Costs for these services are included in the Contract Sum. r I r paRombip, inc. — architcctr U iptcriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH QUALITY CONTROL EXTERIOR DOOR REPLACEMENT PROJECT Section 01400, Page 2 LUBBOCK, TEXAS 2. Where individual Sections specifically indicate that certain inspections, tests, and other quality -control services are the Owner's responsibility, the Owner will employ and pay a qualified independent testing agency to perform those services. B. Retesting: The Contractor is responsible for retesting where results of inspections, tests, or other quality -control services prove unsatisfactory and indicate noncompliance with Contract Document requirements, regardless of whether the original test was Contractor's responsibility. 1. The cost of retesting construction, revised or replaced by the Contractor, is the Contractor's responsibility where required tests performed on original construction indicated noncompliance with Contract Document requirements. C. Associated Services: Cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include, but are not limited to, the following: 1. Provide access to the Work. 2. Furnish incidental labor and facilities necessary to facilitate inspections and tests. 3. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. 4. Provide facilities for storage and curing of test samples. 5. Deliver samples to testing laboratories. 6. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. 7. Provide security and protection of samples and test equipment at the Project Site. D. Duties of the Testing Agency: The independent agency engaged to perform inspections, sampling, and testing of materials and construction specified in individual Sections shall cooperate with the Architect and the Contractor in performance of the agency's duties. The testing agency shall provide qualified personnel to perform required inspections and tests. 1. The agency shall notify the Architect and the Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. The agency is not authorized to release, revoke, alter, or enlarge requirements of the j Contract Documents or approve or accept any portion of the Work. j 3. The agency shall not perform any duties of the Contractor. E. Coordination: Coordinate the sequence of activities to accommodate required services with a minimum of delay. Coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. 1. The Contractor is responsible for scheduling times for inspections, tests, taking samples, and similar activities. 1.4 SUBMITTALS A. Unless the Contractor is responsible for this service, the independent testing agency shall submit a certified written report, in duplicate, of each inspection, test, or similar service to the Architect. If the Contractor is responsible for the service, submit a certified written report, in duplicate, of each inspection, test, or similar service through the Contractor. f I f Partnership, in(. — architects U Acriorf CITY OF LUBBOCK - BUDDY HOLLY CENTER & ST. PAUL'S CHURCH QUALITY CONTROL I EXTERIOR DOOR REPLACEMENT PROJECT Section 01400, Page 3 LUBBOCK, TEXAS 1. Submit additional copies of each written report directly to the governing authority, when the authority so directs. 2. Report Data: Written reports of each inspection, test, or similar service include, but are not limited to, the following: a. Date of issue. b. Project title and number. C. Name, address, and telephone number of testing agency. d. Dates and locations of samples and tests or inspections. e. Names of individuals making the inspection or test. f. Designation of the Work and test method. _ g. Identification of product and Specification Section. h. Complete inspection or test data. I. Test results and an interpretation of test results. j. Ambient conditions at the time of sample taking and testing. - k. Comments or professional opinion on whether inspected or tested Work complies with Contract Document requirements. I. Name and signature of laboratory inspector. ' m. Recommendations on retesting. 1.5 QUALITY ASSURANCE A. Qualifications for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, that are prequalified as complying with the American Council of Independent Laboratories' "Recommended Requirements for Independent Laboratory f Qualification" and that specialize in the types of inspections and tests to be performed. 1. Each independent inspection and testing agency engaged on the Project shall be authorized by authorities having jurisdiction to operate in the state where the Project is located. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION j A. General: Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. Comply with Contract Document requirements for Division 1 Section "Cutting and Patching." B. Protect construction exposed by or for quality -control service activities, and protect repaired construction. C. Repair and protection is Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing, or similar services. r-I END OF SECTION 01400 f I f Partombip, inc. — arcbitutf U ioteriorf t CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CODES, SAFETY EXTERIOR DOOR REPLACEMENT PROJECT AND INSPECTION LUBBOCK, TEXAS Section 01401, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 CODES & ORDINANCES A. Materials and construction shall conform with applicable requirements of the latest edition of the following documents: 1. The National Electric Code - 2011. 2. International Mechanical, Plumbing, Fuel Gas, Energy Conservation and Fire Codes — 2009. 3. The Rules and Regulations of the Board of Underwriters Laboratories. 4. International Building Code 2009, 2009 International Existing Building Code. 5. Texas Department of Health and EPA on environmental hazards for asbestos and lead based paints for detection, removal and notification before removal (demolition). 6. Occupational Safety and Health Act. 7. All State, National Codes, Ordinances, Rules and Regulations not specifically mentioned above but which apply to the proposed construction. 8. State Health Department for food service establishments and Environmental Services for regulations governing construction and construction safety. 9. In any case of conflict between any of the documents mentioned above, the highest requirements shall govern. No extras shall be allowed for any changes to make the work conform with the regulations of the above -mentioned documents; they shall be considered as completely included in the Contract Price. Nothing in these Plans and Specifications is to be construed to permit work not conforming to these codes. 10. 2012 Texas Accessibility Standards. 1.3 SAFETY PRECAUTIONS A. Provide and maintain, until no longer required, all necessary safety measures to safeguard against personal injury and property damage. Give special attention to the following: 1. Provide and maintain solid safety barriers around all openings and other hazardous areas with protective considerations to blind persons and paraplegics. f I f Par owbip, inc. — aditl:W U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CODES, SAFETY EXTERIOR DOOR REPLACEMENT PROJECT AND INSPECTION LUBBOCK, TEXAS Section 01401, Page 2 2. At all times, maintain pedestrian access and vehicular access, particularly for fire fighting vehicles. 3. Do not allow open flame operations. 4. Equip all power hand tools with ground fault interruption (G.F.I.) protection. 5. Store volatile wastes in covered metal containers and remove from premises daily. 6. Prevent accumulation of wastes which create hazardous conditions. 7. Provide adequate ventilation during use of volatile or noxious substances. 8. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. 8. Do not burn or bury rubbish and waste materials on project site. 9. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. 10. Do not dispose of wastes into streams or waterways. 1.4 CONTRACTOR RESPONSIBILITY A. The Contractor shall be solely responsible for the adequacy of safety precautions during all hours of the construction duration. 1.5 FIRE PROTECTION A. Do not operate bitumen kettles inside the building. B. Provide metal canisters, with covers, for storage of paint oil or contaminated waste materials. C. Conduct welding or torch cutting operations only in incombustible areas. Take adequate precautions to prevent sparks from dropping on combustible materials. Keep a safety man with a fire extinguisher readily available at all times. D. Restrict storage of materials inside building to fireproof areas. E. Do not store gasoline, oil or other volatile liquids in the building. Bring small quantities into the building only as needed. F. In hazardous areas, post signs and enforce "no smoking" rules. 1.6 PERMITS AND LAWS f I f partowbip, ioc. — artitutr U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS CODES, SAFETY AND INSPECTION Section 01401, Page 3 A. The Contractor shall arrange for the issuance of permits as required by the City of Lubbock - Lubbock, Texas. The Contractor shall comply with all Federal, State and Municipal Laws, Codes and Ordinances applicable to the work of this contract and he shall also comply with all regulations of the National Board of Fire Underwriters having jurisdiction, and he shall obtain and pay for all permits required in connection with the execution of his work. The Architect shall be furnished with certified copies of these permits if the Architect so requests. B. If the above Laws, codes or Ordinances conflict with the Contract Documents, then the laws, codes or ordinances shall govern instead of the Documents, except in such cases where the documents exceed them in quality of materials, or labor; then the documents shall be followed. 1.7 INSPECTORS A. The Owner and the Owner's Representatives shall at all times have access to the work wherever it is in preparation or progress, and the contractor shall provide proper and safe facilities for such access and for inspection. 1.8 REFERENCED STANDARDS A. Materials and workmanship specified by reference to number, symbol or title of a specific standard such as Commercial Standard, a Federal Specification, a trade association standard, or other similar standard, shall comply with requirements in latest revision thereof and with any amendment or supplement thereto in effect on the standard, except as modified herein, shall have full force and effect as though printed in the specifications. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) END OF SECTION 01401 r I r Partowbip, ioc. — aditcW U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for construction facilities and temporary controls, including temporary utilities, support facilities, and security and protection. B. Temporary utilities include, but are not limited to, the following: 1. Water service and distribution. 2. Temporary electric power and light. 3. Temporary heat. 4. Ventilation. 5. Telephone service. 6. Sanitary facilities, including drinking water. 7. Storm and sanitary sewer. C. Support facilities include, but are not limited to, the following: 1. Field offices and storage sheds. 2. Temporary roads and paving. 3. Dewatering facilities and drains. 4. Temporary enclosures. 5. Hoists and temporary elevator use. 6. Temporary project identification signs and bulletin boards. 7. Waste disposal services. 8. Rodent and pest control. 9. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Temporary fire protection. 2. Barricades, warning signs, and lights. 3. Sidewalk bridge or enclosure fence for the site. 4. Environmental protection. 1.3 QUALITY ASSURANCE A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction including, but not limited to, the following: 1. Building code requirements. 2. Health and safety regulations. 3. Utility company regulations. f I f partnerfhip, inc. — architcctf U iotcriorf -, I j_ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 2 4. Police, fire department, and rescue squad rules. 5. Environmental protection regulations. B. Standards: Comply with NFPA 241 "Standard for Safeguarding Construction, Alterations, and Demolition Operations," ANSI A10 Series standards for "Safety Requirements for Construction and Demolition," and NECA Electrical Design Library "Temporary Electrical Facilities." Electrical Service: Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70 "National Electric Code." C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.4 PROJECT CONDITIONS A. Temporary Utilities: Prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to the Owner, change over from use of temporary service to use of permanent service. B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Relocate temporary services and facilities as the Work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire -prevention measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on -site. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide new materials. If acceptable to the Architect, the Contractor may use undamaged, previously used materials in serviceable condition. Provide materials suitable for use intended. B. Lumber and Plywood: Comply with requirements in Division 6 Section "Rough Carpentry." 1. For job -built temporary offices, shops, and sheds within the construction area, provide UL-labeled, fire -treated lumber and plywood for framing, sheathing, and siding. 2. For signs and directory boards, provide exterior -type, Grade B-B high -density concrete form overlay plywood of sizes and thicknesses indicated. 3. For fences and vision barriers, provide minimum 3/8-inch-thick exterior plywood. 4. For safety barriers, sidewalk bridges, and similar uses, provide minimum 5/8-inch-thick exterior plywood. C. Paint: Comply with requirements of Division 9 Section "Painting." 1. For job -built temporary offices, shops, sheds, fences, and other exposed lumber and plywood, provide exterior -grade acrylic -latex emulsion over exterior primer. 1. r I r Partowbip, inc. — aditcctf U intcriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 3 2. For sign panels and applying graphics, provide exterior -grade alkyd gloss enamel over exterior primer. 3. For interior walls of temporary offices, provide 2 coats interior latex -flat wall paint. D. Tarpaulins: Provide waterproof, fire-resistant, UL-labeled tarpaulins with flame -spread rating of 15 or less. For temporary enclosures, provide translucent, nylon -reinforced, laminated polyethylene or polyvinyl chloride, fire -retardant tarpaulins. E. Water: Provide potable water approved by local health authorities. F. Open -Mesh Fencing: Provide 0. 1 20-inch-thick, galvanized 2-inch chainlink fabric fencing 6 feet high with galvanized barbed-wire top strand and galvanized steel pipe posts, 1-1/2 inches I.D. for line posts and 2-1/2 inches I.D. for corner posts. 2.2 EQUIPMENT A. General: Provide new equipment. If acceptable to the Architect, the Contractor may use undamaged, previously used equipment in serviceable condition. Provide equipment suitable for use intended. B. Water Hoses: Provide 3/4-inch, heavy-duty, abrasion -resistant, flexible rubber hoses 100 feet long, with pressure rating greater than the maximum pressure of the water distribution system. Provide adjustable shutoff nozzles at hose discharge. C. Electrical Outlets: Provide properly configured, NEMA-polarized outlets to prevent insertion of 110- to 120-Volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground -fault circuit interrupters, reset button, and pilot light for connection of power tools and equipment. D. Electrical Power Cords: Provide grounded extension cords. Use hard -service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. E. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered -glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. F. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM, or another recognized trade association related to the type of fuel being consumed. G. Temporary Offices: Provide prefabricated or mobile units or similar job -built construction with lockable entrances, operable windows, and serviceable finishes. Provide heated and air- conditioned units on foundations adequate for normal loading. H. Temporary Toilet Units: Provide self-contained, single -occupant toilet units of the chemical, aerated recirculation, or combustion type. Provide units properly vented and fully enclosed with a glass -fiber -reinforced polyester shell or similar nonabsorbent material. I. Fire Extinguishers: Provide hand -carried, portable, UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand -carried, portable, UL- f I r partowbip, irlc. — aditutf G ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS I` LUBBOCK, TEXAS Section 01500, Page 4 rated, Class ABC, dry -chemical extinguishers or a combination of extinguishers of NFPA- recommended classes for the exposures. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. PART 3 - EXECUTION 3.1 INSTALLATION A. Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve the Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 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: Engage the appropriate local utility company to install temporary service or connect to existing service. Where company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with company recommendations. 1. Arrange with company and existing users for a time when service can be interrupted, if necessary, to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. Prior to temporary utility availability, provide trucked -in services. 3. Obtain easements to bring temporary utilities to the site where the Owner's easements cannot be used for that purpose. 4. Use Charges: Cost or use charges for temporary facilities are not chargeable to the Owner or Architect. Neither the Owner nor Architect will accept cost or use charges as a basis of claims for Change Orders. B. Water Service: Install water service and distribution piping of sizes and pressures adequate for construction until permanent water service is in use. 1. Sterilization: Sterilize temporary water piping prior to use. C. Temporary Electric Power Service: Provide weatherproof, grounded electric power service and distribution system of sufficient size, capacity, and power characteristics during construction period. Include meters, transformers, overload -protected disconnects, automatic ground -fault interrupters, and main distribution switch gear. 1. Install electric power service underground, except where overhead service must be used. 2. Power Distribution System: Install wiring overhead and rise vertically where least exposed to damage. Where permitted, wiring circuits not exceeding 125 Volts, ac 20 Ampere rating, and lighting circuits may be nonmetallic sheathed cable where overhead and exposed for surveillance. 1 I 1 partowbip, ioc. — ar(hitectr U ioteriorl CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 5 D. Temporary Lighting: When overhead floor or roof deck has been installed, provide temporary lighting with local switching. Install and operate temporary lighting that will fulfill security and protection requirements without operating the entire system. Provide temporary lighting that will provide adequate illumination for construction operations and traffic conditions. E. Temporary Heat: Provide temporary heat required by construction activities for curing or drying of completed installations or for protection of installed construction from adverse effects of low temperatures or high humidity. Select safe equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce the ambient condition required and minimize consumption of energy. F. Heating Facilities: Except where the Owner authorizes use of the permanent system, provide vented, self-contained, LP -gas or fuel -oil heaters with individual space thermostatic control. Use of gasoline -burning space heaters, open flame, or salamander heating units is prohibited. G. Temporary Telephones: Provide temporary telephone service throughout the construction period for all personnel engaged in construction activities. Install telephone on a separate line for each temporary office and first -aid station. Separate Telephone Lines: Provide additional telephone lines for the following: a. Where an office has more than 2 occupants, install a telephone for each additional occupant or pair of occupants. b. Provide a dedicated telephone line for a fax machine in the field office. C. Provide a separate line for the Owner's use. 2. At each telephone, post a list of important telephone numbers. H. Sanitary facilities include temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for the type, number, location, operation, and maintenance of fixtures and facilities. Install where facilities will best sere the Project's needs. 1. Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Provide covered waste containers for used material. I. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. Use of pit -type privies will not be permitted. 1. Provide separate facilities for male and female personnel. J. Wash Facilities: Install wash facilities supplied with potable water at convenient locations for personnel involved in handling materials that require wash-up for a healthy and sanitary condition. Dispose of drainage properly. Supply cleaning compounds appropriate for each condition. Provide safety showers, eyewash fountains, and similar facilities for convenience, safety, and sanitation of personnel. 1 I f PaRombip, i0c. — arcbitutr U i0tuiou i ! CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 6 K. Drinking -Water Facilities: Provide containerized, tap -dispenser, bottled -water drinking -water units, including paper supply. Where power is accessible, provide electric water coolers to maintain dispensed water temperature at 45 to 55 deg F. L. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If sewers are not available or cannot be used, provide drainage ditches, dry wells, stabilization ponds, and similar facilities. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive amounts of soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to the municipal system, as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy use, restore normal conditions promptly. M. Provide earthen embankments and similar barriers in and around excavations and subgrade construction, sufficient to prevent flooding by runoff of storm water from heavy rains. 3.3 SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds, and other temporary construction and support facilities for easy access. Maintain support facilities until near Substantial Completion. Remove prior to Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to the Owner. B. Provide incombustible construction for offices, shops, and sheds located within the construction area or within 30 feet of building lines. Comply with requirements of NFPA 241. C. Field Offices: Provide insulated, weathertight temporary offices of sufficient size to accommodate required office personnel at the Project Site. Keep the office clean and orderly for use for small progress meetings. Furnish and equip offices as follows: 1. Furnish with a desk and chairs, a 4-drawer file cabinet, plan table, plan rack, and a 6-shelf bookcase. 2. Equip with a water cooler and private toilet complete with water closet, lavatory, and medicine cabinet unit with a mirror. D. Storage and Fabrication Sheds: Install storage and fabrication sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility service. Sheds may be open shelters or fully enclosed spaces within the building or elsewhere on -site. E. Temporary Paving: Construct and maintain temporary roads and paving to support the indicated loading adequately and to withstand exposure to traffic during the construction period. Locate temporary paving for roads, storage areas, and parking where the same permanent facilities will be located. Review proposed modifications to permanent paving with the Architect. r I r Partombip, inc. — arcbitcctr U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 7 1. Paving: Comply with Division 2 Section "Hot -Mixed Asphalt Paving" for construction and maintenance of temporary paving. 2. Coordinate temporary paving development with subgrade grading, compaction, installation and stabilization of subbase, and installation of base and finish courses of permanent paving. 3. Install temporary paving to minimize the need to rework the installations and to result in permanent roads and paved areas without damage or deterioration when occupied by the Owner. 4. Delay installation of the final course of permanent asphalt concrete paving until immediately before Substantial Completion. Coordinate with weather conditions to avoid unsatisfactory results. 5. Extend temporary paving in and around the construction area as necessary to accommodate delivery and storage of materials, equipment usage, administration, and supervision. F. Dewatering Facilities and Drains: For temporary drainage and dewatering facilities and operations not directly associated with construction activities included under individual Sections, comply with dewatering requirements of applicable Division 2 Sections. Where feasible, utilize the same facilities. Maintain the site, excavations, and construction free of water. G. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. 1. Where heat is needed and the permanent building enclosure is not complete, provide temporary enclosures where there is no other provision for containment of heat. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects. 2. Install tarpaulins securely, with incombustible wood framing and other materials. Close openings of 25 sq. ft. or less with plywood or similar materials. 3. Close openings through floor or roof decks and horizontal surfaces with load -bearing, wood -framed construction. 4. Where temporary wood or plywood enclosure exceeds 100 sq. ft. in area, use UL-labeled, fire -retardant -treated material for framing and main sheathing. H. Temporary Lifts and Hoists: Provide facilities for hoisting materials and employees. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. 1. Temporary Elevator Use: Refer to Division 14 Sections for elevators.-! J. Project Identification and Temporary Signs: Prepare project identification and other signs of size , indicated. Install signs where indicated to inform the public and persons seeking entrance to the Project. Support on posts or framing of preservative -treated wood or steel. Do not permit-' installation of unauthorized signs. �i 1. Project Identification Signs: Engage an experienced sign painter to apply graphics. Comply with details indicated. 2. Temporary Signs: Prepare signs to provide directional information to construction personnel and visitors. f I f partowbip, ioc. — arcbitutf U ioteriorf 1 I s CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS - LUBBOCK, TEXAS Section 01500, Page 8 K. Temporary Exterior Lighting: Install exterior yard and sign lights so signs are visible when Work is being performed. L. Collection and Disposal of Waste: Collect waste from construction areas and elsewhere daily. Comply with requirements of NFPA 241 for removal of combustible waste material and debris. Enforce requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when the temperature is expected to rise above 80 deg F. Handle hazardous, dangerous, or unsanitary waste materials separately from other waste by containerizing properly. Dispose of material lawfully. M. Rodent and Pest Control: Before deep foundation work has been completed, retain a local exterminator or pest control company to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests. Employ this service to perform extermination and control procedures at regular intervals so the Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials. N. Stairs: Until permanent stairs are available, provide temporary stairs where ladders are not adequate. Cover finished, permanent stairs with a protective covering of plywood or similar material so finishes will be undamaged at the time of acceptance. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Except for use of permanent fire protection as soon as available, do not change over from use of temporary security and protection facilities to permanent facilities until Substantial Completion, or longer, as requested by the Architect. B. Temporary Fire Protection: Until fire -protection needs are supplied by permanent facilities, install and maintain temporary fire -protection facilities of the types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 10 "Standard for Portable Fire Extinguishers" and NFPA 241 "Standard for Safeguarding Construction, Alterations, and Demolition Operations." 1. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near each usable stairwell. 2. Store combustible materials in containers in fire -safe locations. 3. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire -protection facilities, stairways, and other access routes for fighting fires. Prohibit smoking in hazardous fire -exposure areas. 4. Provide supervision of welding operations, combustion -type temporary heating units, and similar sources of fire ignition. C. Permanent Fire Protection: At the earliest feasible date in each area of the Project, complete installation of the permanent fire -protection facility, including connected services, and place into operation and use. Instruct key personnel on use of facilities. D. Barricades, Warning Signs, and Lights: Comply with standards and code requirements for erection of structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed, provide lighting, including flashing red or amber lights. f I f PaRombip, ioc. — arcbitutf U Acriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 9 E. Enclosure Fence: Before excavation begins, install an enclosure fence with lockable entrance gates. Locate where indicated, or enclose the entire site or the portion determined sufficient to accommodate construction operations. Install in a manner that will prevent people, dogs, and other animals from easily entering the site, except by the entrance gates. 1. Provide open -mesh, chainlink fencing with posts set in a compacted mixture of gravel and earth. 2. Provide plywood fence, 8 feet high, framed with four 2-by-4-inch rails, and preservative - treated wood posts spaced not more than 8 feet apart. F. Covered Walkway: Erect a structurally adequate, protective covered walkway for passage of persons along the adjacent public street. Coordinate with entrance gates, other facilities, and obstructions. Comply with regulations of authorities having jurisdiction. 1. Construct covered walkways using scaffold or shoring framing. Provide wood plank overhead decking, protective plywood enclosure walls, handrails, barricades, warning signs, lights, safe and well -drained walkways, and similar provisions for protection and safe passage. Extend the back wall beyond the structure to complete the enclosure fence. Paint and maintain in a manner acceptable to the Owner and the Architect. G. Security Enclosure and Lockup: Install substantial temporary enclosure of partially completed areas of construction. Provide locking entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. 1. Storage: Where materials and equipment must be stored, and are of value or attractive for theft, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity for theft and vandalism. H. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations, and minimize the possibility that air, waterways, and subsoil might be contaminated or polluted or that other undesirable effects might result. Avoid use of tools and equipment that produce harmful noise. Restrict use of noise -making tools and equipment to hours that will minimize complaints from persons or firms near the site. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of temporary facilities to essential and intended uses to minimize waste and abuse. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage by freezing temperatures and similar elements. 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. 2. Protection: Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Unless the Architect requests that it be maintained longer, remove each temporary facility when the need has ended, when replaced by authorized use of a 1 I f Partperjbip, ioc. — architcctt U intcriorl i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 10 permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the 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 the Contractor's property. The Owner reserves the right to take possession of project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where the area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil in the area. 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 the temporary entrances, as required by the governing authority. 3. At Substantial Completion, clean and renovate permanent facilities used during the construction period including, but not limited to, the following: a. Replace air filters and clean inside of ductwork and housings. b. Replace significantly worn parts and parts subject to unusual operating conditions. C. Replace lamps burned out or noticeably dimmed by hours of use. END OF SECTION 01500 r I f Partowbip, ioc. — arcbitutf U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH NOISE CONTROL EXTERIOR DOOR REPLACEMENT PROJECT Section 01561, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 NOISE CONTROL A. Because of the proximity of the Project to existing occupied spaces and business areas, the Contractor is required to follow and enforce construction procedures which will eliminate and avoid loud noises as much as possible. B. The Contractor shall provide adequate muffling devices on all combustion engines and shall provide acoustic baffles for any noise -producing equipment or operations which prove to be objectionable or hazardous to the operation of the adjacent facilities. C. The Architect shall be notified a minimum of 72 hours prior to the start of any unusually noisy construction activity. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION 01561 f I f PartocrAp, ioc. — architect) U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH UTILITY OUTAGES EXTERIOR DOOR REPLACEMENT PROJECT Section 01571, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 UTILITY OUTAGES A. The contractor should coordinate with the Owner, City of Lubbock or any affected groups for the potential of a utility outage. B. The Contractor shall provide to the Owner's Representative a minimum of 5-day notice of anticipated utility outages. This would include, electrical, water, sewer, telephone/data service, etc. Any anticipated outages must be approved and coordinated with Owner. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION 01571 f I f Partowbip, inc. — architects U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH MATERIALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01600, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 UNAVAILABILITY OR LATE DELIVERIES A. Contractor shall order and schedule delivery of materials in ample time to avoid delays in construction. If an item is found to be unavailable, Contractor shall notify Architect immediately to permit mutual selection of suitable substitute. If Contractor fails to order materials in ample time to avoid delays in construction, an approved material shall be substituted at no extra cost to the Owner. Or, at the Architect's discretion, approval of a substitute will be given upon agreement by the Contractor to remove substituted material at later date agreeable to Owner, and replace it at Contractor's expense with material originally specified. Such approval shall be subject to the same terms as for "Substitutions". 1.3 MATERIAL TESTING A. Laboratory tests and inspections specified or required of material and finish articles incorporated _ in the work shall be made by bureaus, laboratories or agencies approved by the Architect. Reports will be submitted to the Architect or distributed as established at the preconstruction conference. Cost of testing and inspections will be paid for by the Contractor otherwise specified. i B. Contractor shall furnish promptly, without additional charge, all reasonable facilities, labor and materials necessary for safe, convenient inspection and tests required by the Architect. Inspection and tests will be performed in a manner not to delay work unnecessarily. Contractor will be charged with cost of extra inspection when material or work is not ready at time inspection is required. C. Test samples as Architect may deem necessary shall be procured from material or equipment delivered for use in the work. If any test sample fails to meet specification requirements: 1. Previous approval may be withdrawn and such material or equipment may be subject to removal and replacement by Contractor at his expense with material or equipment meeting specification requirements. rz a 2. Architect may refuse consideration of further samples of same brand of make for testing. In any case, Contractor will pay cost of additional test of material for same usage; should --I second sample of same or like material also fail test, Contractor shall bear cost of all further testing until Architect's approval is granted. 4 3 3. At Owner's discretion, defective material and equipment may be permitted to remain in place subject to adjustment of contract price. f I f partowbip, in(. — aditutf U iateriorf { t, a CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH MATERIALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01600, Page 2 LUBBOCK, TEXAS 1.4 SPECIFIED ITEMS - SUBSTITUTES A. In addition to the requirements of the General Conditions, the following applies: 1.5 A. IV 1.7 Whenever catalog numbers and specified brands or trade names, followed by the designation "or equal" are used in conjunction with a designated material, product, thing or service mentioned in these specifications, they are used to establish the standards of quality and utility required. Substitutions which are equal in quality and utility to those specified will be approved, subject to the following provisions: All substitutions must be approved by the Architect in writing. For this purpose the Contractor shall submit to the Architect within 35 calendar days after recording of the Contract, a typewritten list containing a description of each proposed substitute item or material. Sufficient data, drawings, samples, literature or other detailed information which will demonstrate to the Architect that the proposed substitute is equal in quality and utility to the material specified shall be appended to this list. The Architect will approve, in writing, such proposed substitutions which are, in the Architect's opinion, equal in quality and utility to the items specified. Such approval shall not relieve the Contractor from complying with the requirements of the Drawings and Specifications and the Contractor shall be responsible at the Contractor's own expense for any changes resulting from his proposed substitutions which affect other parts of the work. 2. Failure of the Contractor to submit proposed substitutions for approval in the manner described and within the time prescribed shall be sufficient cause for disapproval by the Architect of any substitutions otherwise proposed. 3. Whenever catalog numbers and specified brands or trade names not followed by the designation "or equal" or used in conjunction with a designated material, product, thing or service mentioned in these Specifications, no substitutions will be approved. SUBSTITUTIONS Substitutions of any materials other than those specifically called for shall be submitted to the Architect for review. ITEMS SPECIFIED BY TRADE NAME A. Reference to items specified by trade name is made as a basis of quality and function. Equivalent items may be used in their stead, however, the right of determining such quality shall remain with the Owner's Representative. The terms "similar to", "approved", or "or equal" or similar phrases shall be interpreted similarly. LABELS A. Manufacturer's or trade names together with model or serial designations, grade markings, fire ratings, etc. will be permitted and are required on certain components of the work. These items shall be placed in concealed, but accessible locations, and absolutely no labels advertising any manufacturer or trade name will be permitted on exposed portions of components without written authorization from the Architect. f I f PaUffhip, in(. — artitutf U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH MATERIALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01600, Page 3 LUBBOCK, TEXAS 1.8 MANUFACTURER'S DIRECTIONS A. All manufactured articles, materials and equipment shall be applied, installed, connected, erected, secured, used, cleaned and put in operation as recommended, directed or specified by the manufacturer. B. Where work is specified to be in accordance with product manufacturer's directions, the Contractor shall procure such information in sufficient quantities to supply all involved parties. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) END OF SECTION 01600 f I r pang hip, igc. — aditutr U igtMorr j CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS SUBSTITUTIONS Section 01631, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for handling requests for substitutions made after award of the Contract. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Reference Standards and Definitions" specifies the applicability of industry standards to products specified. 2. Division 1 Section "Submittals" specifies requirements for submitting the Contractor's Construction Schedule and the Submittal Schedule. 3. Division 1 Section "Materials and Equipment" specifies requirements governing the Contractor's selection of products and product options. 1.3 DEFINITIONS A. Definitions in this Article do not change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Changes in products, materials, equipment, and methods of construction required r by the Contract Documents proposed by the Contractor after award of the Contract are considered to be requests for substitutions. The following are not considered to be requests for substitutions: 1. Substitutions requested during the bidding period, and accepted by Addendum prior to award of the Contract, are included in the Contract Documents and are not subject to requirements specified in this Section for substitutions. 2. Revisions to the Contract Documents requested by the Owner or Architect. 3. Specified options of products and construction methods included in the Contract Documents. 4. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.4 SUBMITTALS A. Substitution Request Submittal: The Architect will consider requests for substitution if received within 5 days after commencement of the Work. Requests received more than 7 days after commencement of the Work may be considered or rejected at the discretion of the Architect. f ( f PaRDUAP, ioc. — dKbitUtf U i&fiorf S i CITY OF LUBBOCK - BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBSTITUTIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 01631, Page 2 LUBBOCK, TEXAS 1. Submit 3 copies of each request for substitution for consideration. Submit requests in the form and according to procedures required for change -order proposals. 2. Identify the product or the fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. 3. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: a. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by the Owner and separate contractors, that will be necessary to accommodate the proposed substitution. b. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements, such as performance, weight, size, durability, and visual effect. C. Product Data, including Drawings and descriptions of products and fabrication and I installation procedures. d. Samples, where applicable or requested.-, e. A statement indicating the substitution's effect on the Contractor's Construction Schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on overall Contract Time. f. Cost information, including a proposal of the net change, if any in the Contract Sum. ril g. The Contractor's certification that the proposed substitution conforms to requirements in the Contract Documents in every respect and is appropriate for the applications indicated. h. The Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of the failure of the substitution to perform adequately. 4. Architect's Action: If necessary, the Architect will request additional information or documentation for evaluation within one week of receipt of a request for substitution. The Architect will notify the Contractor of acceptance or rejection of the substitution within 2 r- weeks of receipt of the request, or one week of receipt of additional information or documentation, whichever is later. Acceptance will be in the form of a change order. a. Use the product specified if the Architect cannot make a decision on the use of a proposed substitute within the time allocated. j 2.1 SUBSTITUTIONS A. Conditions: The Architect will receive and consider the Contractor's request for substitution when one or more of the following conditions are satisfied, as determined by the Architect. If the following conditions are not satisfied, the Architect will return the requests without action except to record noncompliance with these requirements. 1. Extensive revisions to the Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of the Contract Documents. 3. The request is timely, fully documented, and properly submitted. r I f Partowbip, inc. — architutr U ioteriorl CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBSTITUTIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 01631, Page 3 LUBBOCK, TEXAS 4. The specified product or method of construction cannot be provided within the Contract Time. The Architect will not consider the request if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 5. The request is directly related to an "or -equal" clause or similar language in the Contract Documents. 6. The requested substitution offers the Owner a substantial advantage, in cost, time, energy conservation, or other considerations, after deducting additional responsibilities the Owner must assume. The Owner's additional responsibilities may include compensation to the Architect for redesign and evaluation services, increased cost of other construction by the Owner, and similar considerations. 7. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 8. The specified product or method of construction cannot be provided in a manner that is compatible with other materials and where the Contractor certifies that the substitution will overcome the incompatibility. 9. The specified product or method of construction cannot be coordinated with other materials and where the Contractor certifies that the proposed substitution can be coordinated. 10. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provides the required warranty. 11. Where a proposed substitution involves more than one prime contractor, each contractor shall cooperate with the other contractors involved to coordinate the Work, provide uniformity and consistency, and assure compatibility of products. B. The Contractor's submittal and the Architect's acceptance of Shop Drawings, Product Data, or Samples for construction activities not complying with the Contract Documents do not constitute an acceptable or valid request for substitution, nor do they constitute approval. PART 3 - EXECUTION (Not Applicable) END OF SECTION 01631 s I s Partnership, ioc. — architects U ioteriors I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH OPERATING AND EXTERIOR DOOR REPLACEMENT PROJECT MAINTENANCE LUBBOCK, TEXAS Section 01730, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 GENERAL A. Compile Manufacturer's Directions and Manuals, Product Data and related information appropriate for Owner's maintenance and operation of products furnished under the contract. 1. Furnish operating and maintenance data as specified in other pertinent sections of Specifications. B. Instruct Owner's personnel in the maintenance of products and in the operation of equipment and systems. 1.3 FORM OF SUBMITTALS A. Prepare data in the form of an instructional manual for use by Owner's personnel. B. Provide indexed tabs fly -leaf for each separate product, or each piece of operating equipment. Provide typed description of product and major component parts of equipment. C. Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". D. Bind in Commercial quality three-ring binders with durable and cleanable plastic covers. E. When multiple binders are used, correlate the date into related consistent groupings. 1.4 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in a systematic order. 1. Contractor, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to the content of the volume. 3. List, with each product, the name, address and telephone number of: a. Subcontractor or installer. b. Maintenance contractor, as appropriate. c. Identify the area of responsibility of each. J I r Partw hip, inc. — architects U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH OPERATING AND EXTERIOR DOOR REPLACEMENT PROJECT MAINTENANCE LUBBOCK, TEXAS Section 01730, Page 2 d. Local source of supply for parts and replacements. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data: Include only those sheets which are pertinent to the specific product. Annotate each sheet to: 1. Clearly identify the specific product or part installed. 2. Clearly identify the data applicable to the installation. 3. Delete references to inapplicable information. C. Drawings: Supplement product data with drawings as necessary to clearly illustrate relations of component parts of equipment and systems, and control and flow diagrams. 1. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. 2. Do not use Project Record Documents as maintenance drawings. D. Written text, as required to supplement product data for the particular installation. 1. Organize in a consistent format under separate headings for different procedures. 2. Provide a logical sequence of instructions for each procedure. E. Copy of each warranty, bond and service contract issued. Provide information sheet for Owner's personnel, give: 1. Proper procedures in the event of failure. 2. Instances which might affect the validity of warranties or bonds. 1.5 MANUAL FOR MATERIALS AND FINISHES A. Submit two copies of complete manual in final form. B. Content, for architectural products, applied materials and finishes: 1. Manufacturers data, giving full information on products. 2. Instructions for care and maintenance. 1.6 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit two copies of complete manual in final form. r I f Partnufbip, int. — artbitMf U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS B. Content, for each unit of equipment and system, as appropriate: 1. Description of unit and component parts. 2. Operating procedures. 3. Maintenance Procedures. 4. Servicing and lubrication schedule 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. OPERATING AND MAINTENANCE Section 01730, Page 3 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. 8. As -installed control diagrams by controls manufacturer. 9. Each contractor's coordination drawings. 10.Charts of valve tag numbers, with the location and function of each valve. 11.List of original manufacturer's spare parts, manufacturer's current prices and recommended quantities to be maintained in storage. 12.Other data as required under pertinent sections of specifications. C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. 2. Circuit directories of panelboards. 3. As -installed color coded wiring diagrams. 4. Operating procedures. 5. Maintenance procedures. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of specifications. D. Prepare and include additional date when the need for such data becomes apparent during instruction of Owner's personnel. f I f PaRombip, ioc. — arcbitatf U iotuiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT ` LUBBOCK, TEXAS OPERATING AND MAINTENANCE Section 01730, Page 4 E. Additional requirements for operating and maintenance date: The respective sections of Specifications. 1.7 SUBMITTAL SCHEDULE A. Submit one copy of completed data in final form fifteen days prior to final inspection or acceptance. 1. Copy will be returned after final inspection or acceptance, with comments. B. Submit specified number of copies of approved data in final form 10 days after final inspection or acceptance. 1.8 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in the operation, adjustment and maintenance of all products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. C. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) END OF SECTION 01730 f I r Partombip, ioc. — architutr U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS WARRANTIES 1 _ Section 01740, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for warranties required by the Contract Documents, including manufacturers standard warranties on products and special warranties. Refer to the General Conditions for terms of the Contractor's period for correction of the Work. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Submittals" specifies procedures for submitting warranties. 2. Division 1 Section "Contract Closeout" specifies contract closeout procedures. _ 3. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 4. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents. C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor. 1.3 DEFINITIONS A. Standard product warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner. B. Special warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the Owner. 1.4 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a result of such failure or must be removed and replaced to provide access for correction of warranted construction. I I f partowbip, ioc. — aditutr U ioteriorr f CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS WARRANTIES Section 01740, Page 2 B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Expressed warranties made to the Owner are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the law. Expressed warranty periods shall not be interpreted as limitations on the time in which the Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents. E. Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, the Owner reserves the right to refuse to accept the Work, until the Contractor presents evidence that entities required to countersign such commitments are willing to do so. 1.5 SUBMITTALS A. Submit written warranties to the Architect prior to the date certified for Substantial Completion. If the Architect's Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Architect. j 1. When a designated portion of the Work is completed and occupied or used by the Owner, by separate agreement with the Contractor during the construction period, submit properly executed warranties to the Architect within 15 days of completion of that designated portion of the Work. B. When the Contract Documents require the Contractor, or the Contractor and a subcontractor, supplier or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Owner, through the Architect, for approval prior to final execution. C. Forms for special warranties are included at the end of this Section. Prepare a written document utilizing the appropriate form, ready for execution by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. Submit a draft to the Owner, through the Architect, for approval prior to final execution. 1. Refer to Divisions 2 through 16 Sections for specific content requirements and particular requirements for submitting special warranties. f I r partowbip, ioc. — arcbitutr U iotcriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS WARRANTIES s Section 01740, Page 3 D. Form of Submittal: At Final Completion compile 3 copies of each required warranty properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual. E. Bind warranties and bonds in heavy-duty, commercial -quality, durable 3-ring, vinyl -covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8- 1/2-by-1 1 -inch paper. 1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the 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 the Installer. 2. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project title or name, and name of the Contractor. 3. When warranted construction requires operation and maintenance manuals, provide additional copies of each required warranty, as necessary, for inclusion in each required manual. PART 2 - PRODUCTS (Not Applicable) U11 PART 3 - EXECUTION 3.1 LIST OF WARRANTIES_ A. Schedule: Refer to each specification for warranty requirements. END OF SECTION 01740 r ! r PartnerAp, inc. — architutf U ioteriorr I i-J i_ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROJECT EXTERIOR DOOR REPLACEMENT PROJECT RECORD DOCUMENTS LUBBOCK, TEXAS Section 01781, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. See Division 1 Section "Operation and Maintenance Data" for operation and maintenance i manual requirements. C. See Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the Work in those Sections. t ,. 1.3 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set of marked -up Record Prints. B. Record Specifications: Submit one copy of Project's Specifications, including addenda and -a contract modifications. C. Record Product Data: Submit one copy of each Product Data submittal. ' PART 2 — PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. 1. Preparation: Mark Record Prints to show the actual installation where installation varies u from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. f I t partowbip, iot. — aditutr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROJECT EXTERIOR DOOR REPLACEMENT PROJECT RECORD DOCUMENTS LUBBOCK, TEXAS Section 01781, Page 2 a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. �1 2. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. j 3. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. Y_1 4. 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. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. 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. Note related Change Orders, Record Product Data, and Record Drawings where applicable. f I f Partowbip, inc. — arditutf U ipteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROJECT EXTERIOR DOOR REPLACEMENT PROJECT RECORD DOCUMENTS LUBBOCK, TEXAS Section 01781, Page 3 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. 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. 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 modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect's reference during normal working hours. END OF SECTION 01781 f I f Partowbip, ioc. — ar0itutr U Acriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DEMONSTRATION EXTERIOR DOOR REPLACEMENT PROJECT AND TRAINING LUBBOCK, TEXAS Section 01820, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for instructing Owner's personnel, including the following: 1. Demonstration of operation of systems, subsystems, and equipment. 2. Training in operation and maintenance of systems, subsystems, and equipment. 3. Demonstration and training videotapes. B. See Divisions 2 through 16 Sections for specific requirements for demonstration and training for products in those Sections. 1.3 SUBMITTALS A. Instruction Program: Submit two copies of outline of instructional program for demonstration and training, including a schedule of proposed dates, times, length of instruction time, and instructors' names for each training module. Include learning objective and outline for each training module. B. Demonstration and Training Videotapes: Submit two copies within seven days of end of each training module. 1.4 QUALITY ASSURANCE A. Facilitator Qualifications: A firm or individual experienced in training or educating maintenance personnel in a training program similar in content and extent to that indicated for this Project, and whose work has resulted in training or education with a record of successful learning performance. B. Instructor Qualifications: A factory -authorized service representative, complying with requirements in Division 1 Section "Quality Requirements," experienced in operation and maintenance procedures and training. C. Pre -instruction Conference: Conduct conference at Project site. Review methods and procedures related to demonstration and training. f I f Partowbip, ioc. — arcbitatf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DEMONSTRATION EXTERIOR DOOR REPLACEMENT PROJECT AND TRAINING LUBBOCK, TEXAS Section 01820, Page 2 D. Coordinate content of training modules with content of approved emergency, operation, and _ maintenance manuals. Do not submit instruction program until operation and maintenance data has been reviewed and approved by Architect. PART 2 — PRODUCTS 2.1 INSTRUCTION PROGRAM A. Program Structure: Develop an instruction program that includes individual training modules for each system and equipment not part of a system, as required by individual Specification Sections. B. Training Modules: Develop a learning objective and teaching outline for each module. Include a description of specific skills and knowledge that participant is expected to master. For each module, include instruction for the following: 1. Basis of System Design, Operational Requirements, and Criteria: Include system and equipment descriptions, operating standards, regulatory requirements, equipment function, operating characteristics, limiting conditions, and performance curves. 2. Documentation: Review emergency, operations, and maintenance manuals; Project Record Documents; identification systems; warranties and bonds; and maintenance service agreements. 3. Emergencies: Include instructions on stopping; shutdown instructions; operating instructions for conditions outside normal operating limits; instructions on meaning of warnings, trouble indications, and error messages; and required sequences for electric or electronic systems. 4. Operations: Include startup, break-in, control, and safety procedures; stopping and normal shutdown instructions; routine, normal, seasonal, and weekend operating instructions; operating procedures for emergencies and equipment failure; and required sequences for electric or electronic systems. 5. Adjustments: Include alignments and checking, noise, vibration, economy, and efficiency adjustments. 6. Troubleshooting: Include diagnostic instructions and test and inspection procedures. 7. Maintenance: Include inspection procedures, types of cleaning agents, methods of cleaning, procedures for preventive and routine maintenance, and instruction on use of special tools. 8. Repairs: Include diagnosis, repair, and disassembly instructions; instructions for identifying parts; and review of spare parts needed for operation and maintenance. f I r Partowbip, inc. — architects U interiors CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DEMONSTRATION EXTERIOR DOOR REPLACEMENT PROJECT AND TRAINING LUBBOCK, TEXAS Section 01820, Page 3 PART 3 — EXECUTION 3.1 INSTRUCTION A. Facilitator: Engage a qualified facilitator to prepare instruction program and training modules, to coordinate instructors, and to coordinate between Contractor and Owner for number of participants, instruction times, and location. B. Engage qualified instructors to instruct Owner's personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. 1. Owner will furnish an instructor to describe Owner's operational philosophy. C. Scheduling: Provide instruction at mutually agreed on times. For equipment that requires seasonal operation, provide similar instruction at start of each season. 1. Schedule training with Owner, with at least seven days' advance notice. D. Evaluation: At conclusion of each training module, assess and document each participant's mastery of module by use of a demonstration performance -based test. 3.2 DEMONSTRATION AND TRAINING VIDEOTAPES A. General: Engage a qualified commercial photographer to record demonstration and training videotapes. Record each training module separately. Include classroom instructions and demonstrations, board diagrams, and other visual aids, but not student practice. 1. At beginning of each training module, record each chart containing learning objective and lesson outline. B. Videotape Format: Provide high -quality VHS color videotape in full-size cassettes or DVD. C. Narration: Describe scenes on videotape by audio narration by microphone while videotape is recorded. Include description of items being viewed. Describe vantage point, indicating location, direction (by compass point), and elevation or story of construction. END OF SECTION 01820 1 I f partowbip, inc. — arcbitatr U intcriorf RCHITECTS • INTERIORS . PLANNERS 4416 741' Street I Suite 86 Lubbock, Texas 79424.2315 voice 806.794.4726 fax 806.794.4667 5ub5titution reque5t SLS Project No. Project Name: SUBSTITUTE REQUEST MADE BY: Firm: Address: Phone: Fax: Bid Date: We hereby request that the following Substitution be allowed in lieu of the Product specified on the above project. SPECIFIED PRODUCT: PROPOSED PRODUCT SUBSTITUTION: Request Date: ARCHITECT/ENGINEER RESPONSE: ❑ APPROVED ❑ APPROVED AS NOTED ❑ NOT APPROVED ❑ SUBMITTED TOO LATE ❑ FAILED TO PROVIDE ADEQUATE INFORMATION Remarks: By: Date: This request includes the following, attached Technical Data, Laboratory Tests, and proposed changes to the Drawings and Specifications which the proposed Substitution will require for proper installation. The Firm requesting the Substitution agrees to pay for changes to the building design, including Architectural, Engineering and detailing costs caused by the requested Substitution. ❑ Yes ❑ No What Effect does the Substitution have on other trades? What effect does the Substitution have on construction schedule? Differences between proposed Substitution and specified item? Manufacturer's guarantees of the proposed and specified items are: ❑ Same ❑ Different (If different, explain on attachment) The undersigned state that the function, appearance, and quality are equivalent or superior to the specified item. SIGNATURE I' TITLE DATE 5ub5titution reque5t proccoo INSTRUCTIONS FOR USE OF SUBSTITUTION REQUEST FORM 1. Substitution requests, including all required documentation, must be delivered to the Architect's office no later than the date indicated in the specifications. Requests submitted late will not be considered. 2. The SLS PARTNERSHIP, INC. "SUBSTITUTION REQUEST FORM" must be used for each project submitted for consideration. 3. The Individual or Firm requesting a substitution must document that the requested substitution is equal or superior to the specified product. Failure to provide clear, accurate, and adequate documentation will be grounds for rejection. Any re -submittal will be handled as a new request. 4. Required documentation shall consist of applicable information which would aid the Architect in making an informed decision. Include side -by -side product comparisons, 4 technical data, laboratory test results, product drawings, etc. 5. If use of the proposed product would result in changes to the design of the building, the submittal shall describe fully the changes required to the drawings or specifications. Any cost differences resulting from modifications to the drawings and specifications and the cost of making the changes shall be borne by the Product Supplier. 6. No product will be considered "as equal to" the product specified until it has been included as an allowable substitution, in a written Addendum to the project. 7. The decision of the Architect is final. H CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GENERAL SITE MATERIALS EXTERIOR DOOR REPLACEMENT PROJECT CONSTRUCTION REQUIREMENTS LUBBOCK, TEXAS Section 02051, Page 1 PART 1 —GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Includes But Not Limited To 1. General procedures and requirements for the protection of all landscaping, planters, trees, sidewalks, brick paver landscape areas and lawn work. PART 2 PRODUCTS — Not Used PART 3 EXECUTION 3.1 PREPARATION A. Site Verification Of Conditions. 1. 48 hours minimum prior to performing any work on site, contact Dig Tess at 1.800.DIG.TESS to arrange for utility location services. 2. Perform minor, investigative excavations to verify location of various existing underground facilities at sufficient locations to assure that no conflict with the proposed work exists and sufficient clearance is available to avoid damage to existing facilities. 3. Perform investigative excavating 10 days minimum in advance of performing any excavation or underground work. 4. Upon discovery of conflicts or problems with existing facilities, notify Architect and Owner's Representative by phone or fax within 24 hours. Follow telephone or fax notification with letter and diagrams indicating conflict or problem and sufficient measurements and details to evaluate problem. 3.2 PREPARATION A. Protection 1. Spillage — a. Avoid spillage by covering and securing loads when hauling on or adjacent to public streets or highways b. Remove spillage and sweep, wash, or otherwise clean project, streets, and highways. 2. Dust Control — a. Take precautions necessary to prevent dust nuisance, both on -site and adjacent to public and private properties. b. Correct or repair damage caused by dust. 3. Erosion Control — a. Take precautions necessary to prevent erosion and transportation of soil downstream, to adjacent properties, and into on -site or off -site drainage s I s Partowbip, inc. — architects U ioteriorf t CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GENERAL SITE MATERIALS EXTERIOR DOOR REPLACEMENT PROJECT CONSTRUCTION REQUIREMENTS LUBBOCK, TEXAS Section 02051, Page 2_ systems. b. Develop, install, and maintain an erosion control plan if required by law. C. Repair and correct damage caused by erosion. 4. Existing Plants and Features — Do not damage tops, trunks, and roots of existing trees and shrubs on site, which are intended to remain. Do not use heavy equipment within branch spread. Interfering branches may be removed only with permission of Architect. Do not damage other plants and features, which are to remain. B. If specified precautions are not taken or corrections and repairs made promptly, Owner may take such steps as may be deemed necessary and deduct costs of such from monies due to Contractor. Such action or lack of action on Owner's part does not relieve Contractor from responsibility for proper protection of the Work. 3.3 REPAIR / RESTORATION A. Adjust existing covers, boxes, and vaults to grade. B. Replace broken or damaged covers, boxes, and vaults. C. Independently confirm size, location, and number of covers, boxes, and vaults, which require adjustment. 3.4 FIELD QUALITY CONTROL A. Notify Architect 48 hours prior to performing excavation or fill work. B. If work has been interrupted by weather, scheduling, or other reason, notify Architect 24 hour's minimum prior to intended resumption of grading or compacting. C. Owner reserves right to require additional testing to re -affirm suitability of completed work including compacted soils which have been exposed to adverse weather conditions END OF SECTION 02051 r I r partombip, ioc. — arditutr U ioteriou E' CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS SELECTIVE DEMOLITION Section 02070, Page 1 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. Demolition and removal of selected building elements. 2. Patching and repairs of existing building elements. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Summary of Work" for use of the building and phasing requirements. 2. Division 2 Section "Earthwork" for soil materials, excavating, backfilling, and site grading. 3. Division 6 Section "Rough Carpentry" for material and construction requirements for temporary enclosures. 4. Division 9 Section "Painting" for material and construction finishing. 1.3 DEFINITIONS A. Remove: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain the Owner's property. B. Remove and Salvage: Items indicated to be removed and salvaged remain the Owner's property. Remove, clean, and pack or crate items to protect against damage. Identify contents of containers and deliver to Owner's designated storage area. C. Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for reuse; store and protect against damage. Reinstall items in the same locations or in locations indicated. D. Existing to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by the Architect, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and reinstalled in their original locations. 1.4 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site with further disposition at the Contractor's option. B. Historical items, relics, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, antiques, and other items of interest or value to the Owner, which may be encountered during selective demolition, remain the Owner's property. f I f partnerfbip, inc. — arcbitutr U intuiorf i .• CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS r -• SELECTIVE DEMOLITION Section 02070, Page 2 Carefully remove and salvage each item or object in a manner to prevent damage and deliver promptly to the Owner. 1.5 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections, for information only, unless otherwise indicated. B. Videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by selective demolition operations. C. Record drawings at Project closeout according to Division 1 Section "Contract Closeout." 1. Identify and accurately locate capped utilities and other subsurface structural, electrical, or mechanical conditions. rill D. Landfill records indicating receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.6 QUALITY ASSURANCE A. Demolition Firm Qualifications: Engage an experienced firm that has successfully completed selective demolition Work similar to that indicated for this Project. B. Regulatory Requirements: Comply with governing EPA notification regulations before starting selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.7 PROJECT CONDITIONS ; A. Owner assumes no responsibility for actual condition of buildings to be selectively demolished. 1. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. B. Asbestos: It is not expected that asbestos will be encountered in the Work. If any materials suspected of containing asbestos are encountered, do not disturb the materials. Immediately notify the Architect and the Owner. 1. Asbestos will be removed by Owner before start of Work. 2. A Certificate of Asbestos free conditions will be produced by the Owner. C. Storage or sale of removed items or materials on -site will not be permitted. r I f partowbip, inc. — ar0itutr U interiorr I- CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 2 - PRODUCTS 2.1 REPAIR MATERIALS SELECTIVE DEMOLITION Section 02070, Page 3 A. Use repair materials identical to existing materials. 1. Where identical materials are unavailable or cannot be used for exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 2. Use materials whose installed performance equals or surpasses that of existing materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with the intended function or design are encountered, investigate and measure the nature and extent of the conflict. Promptly submit a written report to the Architect. E. Survey the condition of the building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during selective demolition. F. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 3.2 UTILITY SERVICES A. Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services serving building to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. Where utility services are required to be removed, relocated, or abandoned, provide bypass connections to maintain continuity of service to other parts of the building before proceeding with selective demolition. 3. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit after bypassing. B. Utility Requirements: Refer to Division 15 and 16 Sections for shutting off, disconnecting, removing, and sealing or capping utility services. Do not start selective demolition work until utility disconnecting and sealing have been completed and verified in writing. i f I f Partnerfbip, inc. — wbitectf U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SELECTIVE DEMOLITION EXTERIOR DOOR REPLACEMENT PROJECT Section 02070, Page 4 LUBBOCK, TEXAS 3.3 PREPARATION A. Conduct demolition operations to prevent injury to people and damage to adjacent buildings and facilities to remain. Ensure safe passage of people around selective demolition area. 1 3.4 A. B. C. 3.5 A. 1. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 2. Protect existing site improvements, appurtenances, and landscaping to remain. 3. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. 4. Provide temporary weather protection, during interval between demolition and removal of existing construction, on exterior surfaces and new construction to ensure that no water leakage or damage occurs to structure or interior areas. Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of building to be selectively demolished. 1. Strengthen or add new supports when required during progress of selective demolition POLLUTION CONTROLS Use temporary enclosures, and other suitable methods to limit the spread of dust and dirt. Comply with governing environmental protection regulations. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level. Clean adjacent structures and demolition operations. Return demolition. SELECTIVE DEMOLITION improvements of dust, dirt, and debris caused by selective adjacent areas to condition existing before start of selective Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. To minimize disturbance of adjacent surfaces, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden f I f Partowbip, ioc. — drebitutr G interiorf r'! In I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS SELECTIVE DEMOLITION Section 02070, Page 5 space before starting flame -cutting operations. Maintain portable fire -suppression devices during flame -cutting operations. 5. Maintain adequate ventilation when using cutting torches. 6. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and promptly dispose of off -site. 7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 8. Locate selective demolition equipment throughout the structure and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 9. Dispose of demolished items and materials promptly. On -site storage or sale of removed items is prohibited. 10. Return elements of construction and surfaces to remain to condition existing before start of selective demolition operations. B. Demolish concrete and masonry in small sections. Cut concrete and masonry at junctures with construction to remain, using power -driven masonry saw or hand tools; do not use power -driven impact tools. C. Break up and remove concrete slabs on grade, unless otherwise shown to remain. D. Remove resilient floor coverings and adhesive according to recommendations of the Resilient Floor Covering Institute's (RFCI) "Recommended Work Practices for the Removal of Resilient Floor Coverings" and Addendum. 1. Remove residual adhesive and prepare substrate for new floor coverings by one of the methods recommended by RFCI. E. Remove no more existing roofing than can be covered in one day by new roofing. See applicable Division 7 Section for new roofing requirements. F. Remove air-conditioning equipment without releasing refrigerants. 3.6 PATCHING AND REPAIRS A. Promptly patch and repair holes and damaged surfaces caused to adjacent construction by selective demolition operations. B. Patching is specified in Division 1 Section "Cutting and Patching." C. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. Completely fill holes and depressions in existing masonry walls to remain with an approved masonry patching material, applied according to manufacturer's printed recommendations. D. Restore exposed finishes of patched areas and extend finish restoration into adjoining construction to remain in a manner that eliminates evidence of patching and refinishing. i f I f partowbip, inc. — artitutr U interiorf c CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS SELECTIVE DEMOLITION Section 02070, Page 6 E. Patch and repair floor and wall surfaces in the new space where demolished walls or partitions extend one finished area into another. Provide a flush and even surface of uniform color and appearance. 1. Closely match texture and finish of existing adjacent surface. 2. Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 3. Where patching smooth painted surfaces, extend final paint coat over entire unbroken surface containing the patch after the surface has received primer and second coat. 4. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 5. Inspect and test patched areas to demonstrate integrity of the installation, where feasible. F. Patch, repair, or rehang existing ceilings as necessary to provide an even -plane surface of uniform appearance. 3.7 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.8 CLEANING A. Sweep the building broom clean on completion of selective demolition operation. B. Change filters on air -handling equipment on completion of selective demolition operations. END OF SECTION 02070 f I f partowbip, ioc. — architects G ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GENERAL — PROTECTION EXTERIOR DOOR REPLACEMENT PROJECT OF PLANTING & SITEWORK REQUIREMENTS LUBBOCK, TEXAS Section 02901, Page 1 ' TAHOKA, TEXAS PART 1 —GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Includes But Not Limited To 1. General procedures and requirements for the protection of existing landscaping and all site paving, fencing work. B. Related Sections ' 1. Section 02051 — General Site Construction Requirements 2. Section 02070 — Selective Demolition PART 2 PRODUCTS — Not Used PART 3 EXECUTION 3.1 EXAMINATION A. Inspect site to become thoroughly acquainted with locations of irrigation, ground lighting, and utilities. Repair damage caused to these and other items adjacent to landscaping or replace at no additional cost to Owner. 3.2 PREPARATION A. Protection 1. Take care in performing landscaping work to avoid conditions which will create hazards. Post signs or barriers as required. 2. Provide adequate means for protection from damage through excessive erosion, flooding, heavy rains, high winds, etc. Repair or replace damaged areas at no additional cost to Owner. 3. Keep site well drained and landscape excavations dry. 3.3 CLEANING A. Immediately clean up any soil or debris spilled onto pavement and dispose of all deleterious materials. 3.4 PROTECTION A. Protect planted areas, site paving, ornamental fencing against traffic or other use r I r Partw hip, in(. — aditutf U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GENERAL — PROTECTION EXTERIOR DOOR REPLACEMENT PROJECT OF PLANTING & SITEWORK REQUIREMENTS LUBBOCK, TEXAS Section 02901, Page 2 TAHOKA, TEXAS immediately after planting is completed by placing adequate warning signs and barricades. B. Provide adequate protection of planted areas against trespassing, erosion, and damage of any kind. Remove this protection planted areas have been accepted by Architect. END OF SECTION 02901 f I f partowbip, ioc. — adituc U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS METAL FABRICATIONS Section 05500, Page 1 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 metal fabrications: 1. Rough hardware. 2. Loose bearing and leveling plates. 3. Miscellaneous framing and supports for the applications where framing and supports are not specified in other sections. 4. Miscellaneous steel trim B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 9 Section "Painting" for priming and painting. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product data for nonslip aggregate surface finishes, cast nosings, and thresholds, paint products, and grout. C. Shop drawings detailing fabrication and erection of each metal fabrication indicated. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. Provide templates for anchors and bolts specified for installation under other Sections. D. Samples representative of materials and finished products as may be requested by Architect. [_. E. Welder certificates signed by Contractor certifying that welders comply with requirements specified under the "Quality Assurance" Article. 1.4 QUALITY ASSURANCE A. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code -- Steel," AWS D1.2 "Structural Welding Code --Aluminum," and AWS D1.3 "Structural Welding Code --Sheet Steel." r I J partw hip, ioc. — aditatr U bteriorr c CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS _ EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 2 LUBBOCK, TEXAS 1. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. 1.5 PROJECT CONDITIONS A. Field Measurements: Check actual locations of walls and other construction to which metal fabrications must fit by accurate field measurements before fabrication. Show recorded measurements on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. PART 2 - PRODUCTS 2.1 FERROUS METALS A. Metal Surfaces, General: For metal fabrications exposed to view in the completed Work, provide materials selected for their surface flatness, smoothness, and freedom from surface blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. B. Steel Plates, Shapes, and Bars: ASTM A 36. C. Steel Tubing: Product type (manufacturing method) and as follows: 1. Cold -Formed Steel Tubing: ASTM A 500. 2. Hot -Formed Steel Tubing: ASTM A 501. a. For exterior installations and where indicated, provide tubing with hot -dip galvanized coating per ASTM A 53. D. Steel Pipe: ASTM A 53, standard weight (schedule 40), unless otherwise indicated, or another weight required by structural loads. 1. Galvanized finish for exterior installations and where indicated. E. Malleable -Iron Castings: ASTM A 47, Grade 32510. I F. Cast -in -Place Anchors in Concrete: Anchors of type indicated below, fabricated from corrosion - resistant materials capable of sustaining, without failure, the load imposed within a safety factor of 4, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. 1. Threaded or wedge type; galvanized ferrous castings, either ASTM A 47 malleable iron or ASTM A 27 cast steel. Provide bolts, washers, and shims as required, hot -dip galvanized per ASTM A 153. G. Welding Rods and Bare Electrodes: Select according to AWS specifications for the metal alloy to be welded. f I f partowbip, io(. — ar(bitatf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 3 LUBBOCK,TEXAS 2.2 ALUMINUM A. Aluminum Extrusions: ASTM B 221, alloy 6063-T6. 2.3 PAINT A. Shop Primer for Ferrous Metal: Fast -curing, lead- and chromate -free, universal modified -alkyd primer complying with performance requirements of FS TT-P-664, selected for good resistance to normal atmospheric corrosion, compatibility with finish paint systems indicated, and capability to provide a sound foundation for field -applied topcoats despite prolonged exposure. B. Galvanizing Repair Paint: High -zinc -dust -content paint for regalvanizing welds in galvanized steel, with dry film containing not less than 94 percent zinc dust by weight, and complying with DOD-P-21035 or SSPC-Paint 20. C. Bituminous Paint: Cold -applied asphalt mastic complying with SSPC-Paint 12, except containing no asbestos fibers. 2.4 FASTENERS A. General: Provide plated fasteners complying with ASTM B 633, Class Fe/Zn 25 for electrodeposited zinc coating, for exterior use or where built into exterior walls. Select fasteners for the type, grade, and class required. 2.5 GROUT A. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. B. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include, but are not limited to, the following: 1. Nonshrink, Nonmetallic Grouts: a. Euco N-S Grout; Euclid Chemical Co. b. Five Star Grout; Five Star Products. C. Sealtight 588 Grout; W. R. Meadows, Inc. d. Or Architect approved equal. 2.6 CONCRETE FILL A. Concrete Materials and Properties: Comply with requirements of Division 3 Section "Cast -in - Place Concrete" for normal -weight, air -entrained, ready -mix concrete with a minimum 28-day compressive strength of 3000 psi, unless higher strengths are indicated. f I f Partnerfhip, inc. — dditutf U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 4 LUBBOCK, TEXAS 2.7 FABRICATION, GENERAL A. Form metal fabrications from materials of size, thickness, and shapes indicated but not less than that needed to comply with performance requirements indicated. Work to dimensions indicated or accepted on shop drawings, using proven details of fabrication and support. Use type of materials indicated or specified for various components of each metal fabrication. B. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. C. Allow for thermal movement resulting from the following maximum change (range) in ambient temperature in the design, fabrication, and installation of installed metal assemblies to prevent buckling, opening up of joints, and overstressing of welds and fasteners. Base design calculations on actual surface temperatures of metals due to both solar heat gain and nighttime sky heat loss. D. Shear and punch metals cleanly and accurately. Remove burrs. E. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. F. Remove sharp or rough areas on exposed traffic surfaces. G. 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 that no roughness shows after finishing, and contour of welded surface matches those adjacent. 1 H. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners wherever possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat- k1l head (countersunk) screws or bolts. Locate joints where least conspicuous. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. J. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. K. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. r I f Pdrtwhip, in(. — dr(hitutf U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 5 LUBBOCK,TEXAS e L. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate. 2.8 ROUGH HARDWARE A. Furnish bent, or otherwise custom -fabricated, bolts, plates, anchors, hangers, dowels, and other miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring or securing woodwork to concrete or other structures. Straight bolts and other stock rough hardware items are specified in Division 6 Sections. B. Fabricate items to sizes, shapes, and dimensions required. Furnish malleable -iron washers for heads and nuts that bear on wood structural connections, and furnish steel washers elsewhere. 2.9 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction, made flat, free from warps or twists, and of the required thickness and bearing area. Drill plates to receive anchor bolts and for grouting as required. Galvanize after fabrication. 2.10 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports for applications indicated that are not a part of structural steel framework as required to complete the Work. B. Fabricate units to sizes, shapes, and profiles indicated and required to receive other adjacent construction retained by framing and supports. Fabricate from structural steel shapes, plates, and steel bars of welded construction using mitered joints for field connection. Cut, drill, and tap units to receive hardware, hangers, and similar items. Equip units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. a. Except as otherwise indicated, space anchors 24 inches o.c. and provide minimum anchor units in the form of steel straps 1-1/4 inches wide by 1/4 inch thick by 8 inches long. C. Galvanize miscellaneous framing and supports in exterior locations. 2.11 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated, fabricate units from structural steel shapes, plates, and bars of profiles shown with continuously welded joints, and smooth exposed edges. Miter corners and use concealed field splices wherever possible. B. Provide cutouts, fittings, and anchorages as required to coordinate assembly and installation with other work. Provide anchors, welded to trim, for embedding in concrete or masonry t I r Partowbip, inc. — arttatr U ioteriorr E CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS METAL FABRICATIONS Section 05500, Page 6 construction, spaced not more than 6 inches from each end, 6 inches from corners, and 24 inches o.c., unless otherwise indicated. C. Galvanize miscellaneous steel trim in exterior locations:. 2.12 PIPE BOLLARDS A. Fabricate pipe bollards from Schedule 80 steel pipe. B. Fabricate sleeves for bollard anchorage from steel pipe with 1/4-inch-thick steel plate welded to bottom of sleeve. 2.13 FINISHES, GENERAL A. Comply with NAAMM "Metal Finishes Manual" for recommendations relative to applying and designing finishes. B. Finish metal fabrications after assembly. 2.14 STEEL AND IRON FINISHES A. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot -dip process complying with the following requirements: 1. ASTM A 153 for galvanizing iron and steel hardware. 2. ASTM A 123 for galvanizing both fabricated and unfabricated iron and steel products made of uncoated rolled, pressed, and forged shapes, plates, bars, and strip 0.0299 inch thick or thicker. B. Preparation for Shop Priming: Prepare uncoated ferrous metal surfaces to comply with minimum requirements indicated below for SSPC surface preparation specifications and environmental exposure conditions of installed metal fabrications: 1. Exteriors (SSPC Zone 1 B): SSPC-SP 6 "Commercial Blast Cleaning." 2. Interiors (SSPC Zone 1 A): SSPC-SP 3 "Power Tool Cleaning." C. Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes or to be embedded in concrete, sprayed -on fireproofing, or masonry, unless otherwise indicated. Comply with requirements of SSPC-PA 1 "Paint Application Specification No. 1" for shop painting. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. 2.15 Welded Wire Fabric at Stair Railing Inserts: Equal to McNichols 2" square opening wire messh 0.2500" wire, square welded, plain steel, up to 4'x12' sheet sizes, Item #3693250041 as indicated on the drawings. f I f PaRombip, i0c. — arcbitcctf U initcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 7 LUBBOCK, TEXAS I 2.17 Metal Grating at Window Awnings A. Steel grating to be equal to McNichols Quality Welded Bar Grating, galvanized hot dipped, GW 75A Smooth, welded construction, 3/a" x 3/16" bearing bars, 1-3/16" on center, regular cross [ bars 4" on center. PART 3 - EXECUTION 3.1 PREPARATION A. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installing anchorages, including concrete inserts, sleeves, anchor bolts, and miscellaneous items having integral anchors that are to be embedded in concrete or masonry construction. Coordinate delivery of such items to Project site. B. Center nosings on tread widths with noses flush with riser faces and tread surfaces. C C. Set sleeves in concrete with tops flush with finish surface elevations. Protect sleeves from water and concrete entry. 3.2 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in -place construction. Include threaded fasteners for concrete and masonry inserts, toggle bolts, through -bolts, lag bolts, wood screws, and other connectors as required. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing miscellaneous metal fabrications. Set metal fabrication accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete masonry or similar construction. D. 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 the surfaces of exterior units that have been hot -dip galvanized after fabrication and are intended for bolted or screwed field connections. E. 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 that no roughness shows after finishing, and contour of welded surface matches those adjacent. f I f partowbip, inc — architutf U ioteriorf �i �i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS j EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 8 LUBBOCK, TEXAS r 3.3 SETTING LOOSE PLATES A. Clean concrete and masonry bearing surfaces of bond -reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of bearing plates. B. Set loose leveling and bearing plates on wedges or other adjustable devices. After the bearing members have been positioned and plumbed, tighten the anchor bolts. Do not remove wedges or shims, but if protruding, cut off flush with the edge of the bearing plate before packing with grout. 1. Use nonshrink, nonmetallic grout in all locations, unless otherwise indicated. 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.4 INSTALLING PIPE BOLLARDS A. Anchor bollards in concrete with pipe sleeves preset and anchored into concrete. After bollards have been inserted into sleeves, fill annular space between bollard and sleeve solidly with nonshrink, nonmetallic grout, mixed and placed to comply with grout manufacturer's directions. B. Fill bollards solidly with concrete, mounding top surface. 3.5 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and _ abraded areas of shop paint, and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 requirements for touching up shop -painted surfaces. 1. Apply by brush or spray to provide a 2.0-mil minimum dry film thickness. - B. For galvanized surfaces, clean welds, bolted connections, and abraded areas, and apply galvanizing repair paint to comply with ASTM A 780. END OF SECTION 05500 J I r Pdawhip, inc. — drehitatf U igtcriorf LJ �I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL WOOD TREATMENT Section 06050, Page 1 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. Includes But Not Limited To: 1. Provide preservative treated wood for exterior uses. 2. Provide fire retardant treated wood as required for interior use to meet Fire Code. 1.3 QUALITY ASSURANCE A. Requirements. 1. American Wood Preservers Bureau (AWPB) a. Plywood, Pine, And Hemlock — LP-2 b. Douglas Fir — AW PB approved for Hawaii use only, 0.25 Ib/cu ft. retention with an assay zone of 0.2 inch. Incising not required. C. Water-soluble treated wood shall have moisture reduced to 12 to 15 percent before installation. d. Tribucide treated wood shall have moisture reduced to 19 percent before installation. PART 2 - PRODUCTS 2.1 MATERIALS A. Preservation Treatment: 1. Framing Lumber and Structural Plywood — Wolman CDCA or OSMOSE CCA 2. For Treating Cut Ends, Notches, Etc., at Jobsite - a. Concealed Wood — Wolman Treat 00. b. Exposed Wood — Wolman Clear. 3. For One Inch Finish, All Doors, Cabinets, Paneling, Etc. — Tribucide 2. B. Fire Retardant Treatment 1. Treat lumber and plywood with FLAME PROOF LHC method by Osmose Wood Preserving, Griffin, GA or equal method meeting UL. FR-S classification. 2. Kiln dry wood after treatment. f I f partombip, ioc. — arcbitectr U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH WOOD TREATMENT EXTERIOR DOOR REPLACEMENT PROJECT Section 06050, Page 2 LUBBOCK, TEXAS PART 3 - EXECUTION 3.1 APPLICATION A. Treat lumber or plywood for new work in accordance with AW PB Standards and dried after treatment. B. Lumber grade and species shall be as specified for particular use. C. Identify treated lumber as to name of treated manufacturer, preservation used, and retention in Ibs/cu ft. D. Season after treatment to moisture content required for non -treated material. END OF SECTION 06050 f I f partowbip, inc. — arcbitutf U intcriorf j CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH ROUGH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06100, Page 1 LUBBOCK, TEXAS 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. Framing with dimension lumber. 2. Wood furring, grounds, nailers, and blocking. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 6 Section "Finish Carpentry" for nonstructural carpentry items exposed to view and not specified in another Section. 1.3 DEFINITIONS A. Rough Carpentry: Carpentry work not specified in other Sections and not exposed, unless otherwise specified. 1.4 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data for the following products: 1. Engineered wood products. 2. Construction adhesives. C. Wood treatment data as follows, including chemical treatment manufacturer's instructions for handling, storing, installing, and finishing treated materials: 1. For each type of preservative -treated wood product, include certification by treating plant stating type of preservative solution and pressure process used, net amount of preservative retained, and compliance with applicable standards. 2. For waterborne -treated products, include statement that moisture content of treated materials was reduced to levels indicated before shipment to Project site 1.5 DELIVERY, STORAGE, AND HANDLING i J I r Partombip, ioc. — arcbitutr U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS ROUGH CARPENTRY Section 06100, Page 2 A. Keep materials under cover and dry. Protect from weather and contact with damp or wet surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. 1. For lumber and plywood pressure treated with waterborne chemicals, place spacers between each bundle to provide air circulation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Wood -Preservative -Treated Materials: a. Baxter: J. H. Baxter Co. b. Chemical Specialties, Inc. C. Hickson Corp. 2. Metal Framing Anchors: a. Silver Metal Products, Inc. Kant -Sag -Silver b. Simpson Strong -Tie Company, Inc. ' C. KC Metals 2.2 LUMBER, GENERAL A. Lumber Standards: Comply with DOC PS 20, "American Softwood Lumber Standard," and with applicable grading rules of inspection agencies certified by ALSC's Board of Review. B. Inspection Agencies: Inspection agencies, and the abbreviations used to reference them, t include the following: { 1. WCLIB - West Coast Lumber Inspection Bureau. 2. W W PA - Western Wood Products Association. , C. Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade, species, moisture content at time of surfacing, and mill. 1. For exposed lumber, furnish pieces with grade stamps applied to ends or back of each piece, or omit grade stamps and provide grade -compliance certificates issued by inspection agency. D. 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. r I r partowbip, in(. — architatr U iotuiou CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH ROUGH CARPENTRY ¢ EXTERIOR DOOR REPLACEMENT PROJECT Section 06100, Page 3 LUBBOCK, TEXAS 1. Provide dressed lumber, S4S, unless otherwise indicated. 2. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2- inch nominal thickness or less, unless otherwise indicated. 2.3 WOOD -PRESERVATIVE -TREATED MATERIALS A. General: Where lumber or plywood is indicated as preservative treated or is specified to be I treated, comply with applicable requirements of AWPA 02 (lumber) and AWPA C9 (plywood). Mark each treated item with the Quality Mark Requirements of an inspection agency approved by ALSC's Board of Review. 1. Do not use chemicals containing chromium or arsenic. B. Pressure treat aboveground items with waterborne preservatives to a minimum retention of 0.25 lb/cu. ft. After treatment, kiln -dry lumber and plywood to a maximum moisture content of 19 and V 15 percent, respectively. Treat indicated items 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. C. Complete fabrication of treated items before treatment, where possible. If cut after treatment, apply field treatment complying with AWPA M4 to cut surfaces. Inspect each piece of lumber or plywood after drying and discard damaged or defective pieces. 2.4 DIMENSION LUMBER A. General: Provide dimension lumber of grades indicated according to the ALSC National Grading Rule (NGR) provisions of the inspection agency indicated. B. Framing Other than Non -Load -Bearing Partitions: Provide framing of the following grade and species: 1. Grade: Construction or No. 2. 2. Species: Douglas fir -larch; WCLIB or WWPA. 3. Framing materials will be 2 x 4 interior stud framing and 2 x 6 exterior stud framing. Sill plates sized according to wall stud size, but will be of treated material. C. Other Framing Not Listed Above: Provide the following grades and species: 1. Grade: Construction or No. 2. 2. Species: Douglas fir -larch; WCLIB or WWPA. 3. Species and Grade: Any species and grade with a modulus of elasticity of at least 1,300,000 psi and an extreme fiber stress in bending of at least 850 psi for 2-inch nominal thickness and 12-inch nominal width for single member use. r I f Partowbip, in(. — ar(hitutr U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS ROUGH CARPENTRY ' is Section 06100, Page 4 2.5 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including rooftop equipment curbs and support bases, cant strips, bucks, nailers, blocking, furring, grounds, stripping, and similar members. B. Fabricate miscellaneous lumber from dimension lumber of sizes indicated and into shapes shown. C. Moisture Content: 19 percent maximum for lumber items not specified to receive wood preservative treatment. D. Grade: For dimension lumber sizes, provide No. 3 or Standard grade lumber per ALSC's NGRs of any species. For board -size lumber, provide No. 3 Common grade per NELMA, NLGA, or WWPA; No. 2 grade per SPIB; or Standard grade per NLGA, WCLIB or WWPA of any species. 2.6 CONCEALED, PERFORMANCE -RATED STRUCTURAL -USE PANELS IJ A. Roof Sheathing: APA-rated Structural 1 sheathing. t 1. Exposure Durability Classification: Exterior. 2. Span Rating: As required to suit rafter spacing indicated. 2.7 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Provide fasteners with a hot -dip zinc coating per ASTM A 153 or of Type 304 stainless steel. B. Nails, Wire, Brads, and Staples: FS FF-N-105. C. Power -Driven Fasteners: CABO NER-272. D. Wood Screws: ASME B18.6.1. E. Lag Bolts: ASME 1318.2.1. F. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. 2.8 METAL FRAMING ANCHORS A. General: Provide galvanized steel framing anchors of structural capacity, type, and size indicated and as follows: 1. Research or Evaluation Reports: Provide products for which model code research or evaluation reports exist that are acceptable to authorities having jurisdiction and that f I f PartnerAp, inc. — architatf U ipteriorf { CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH ROUGH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06100, Page 5 LUBBOCK, TEXAS evidence compliance of metal framing anchors for application indicated with building code in effect for Project. 2. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis, and demonstrated by comprehensive testing performed by a qualified independent testing agency. B. Galvanized Steel Sheet: Hot -dip, zinc -coated steel sheet complying with ASTM A 653, G60 coating designation; structural, commercial, or lock -forming quality, as standard with manufacturer for type of anchor indicated. C. Joist Hangers: U-shaped joist hangers with 2-inch-long seat and 1-1/4-inch-wide nailing flanges at least 85 percent of joist depth. 1. Thickness: 0.064 inch. D. Bridging: Rigid, V-section, nailless type, 0.064 inch thick, length to suit joist size and spacing. E. Joist Ties: Flat straps, with holes for fasteners, for tying joists together over supports. 1. Width, thickness: As indicated. F. Rafter Tie -Downs (Hurricane Ties): Bent strap tie for fastening rafters or roof trusses to wall studs below, 1-5/8 inches wide by 0.052 inch thick. G. Hold -Downs: Brackets for bolting to wall studs and securing to foundation walls with anchor bolts or to other hold-downs with threaded rods and designed with first of 2 bolts placed 7 bolt diameters from reinforced base. 2.9 MISCELLANEOUS MATERIALS A. Water -Repellent Preservative: NWWDA-tested and -accepted formulation containing 3-iodo-2- propynyl butyl carbonate (IPBC) as its active ingredient. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Discard units of material with defects that impair quality of rough carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. B. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. C. Fit rough carpentry to other construction; scribe and cope as required for accurate fit. Correlate location of furring, nailers, blocking, grounds, and similar supports to allow attachment of other construction. f I f Partw hip, in(. — ar(hitutr U interiorf t- r4=. CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH ROUGH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06100, Page 6 LUBBOCK,TEXAS D. Apply field treatment complying with AWPA M4 to cut surfaces of preservative -treated lumber and plywood. E. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. CABO NER-272 for power -driven staples, P-nails, and allied fasteners. 2. Published requirements of metal framing anchor manufacturer. 3. ""Table 23-I-Q--Nailing Schedule" of the Uniform Building Code. F. Use common wire nails, unless otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; predrill as required. G. Use hot -dip galvanized or stainless -steel nails where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity. 3.2 WOOD GROUNDS, NAILERS, BLOCKING, AND SLEEPERS A. Install nailers, blocking, and sleepers where shown and where required for screeding or attaching other work. Form to shapes shown and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. C. Install permanent grounds of dressed, 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 FRAMING, GENERAL[I A. Framing Standard: Comply with AFPA's "Manual for Wood Frame Construction," unless otherwise indicated. B. Framing with Engineered Wood Products: Install engineered wood products to comply with manufacturer's written instructions. C. Install framing members of size and at spacing indicated. D. Do not splice structural members between supports. E. Firestop concealed spaces of wood -framed walls and partitions at each floor level and at ceiling line of top story. Where firestopping is not inherent in framing system used, provide closely fitted wood blocks of 2-inch nominal -thickness lumber of same width as framing members. f I f PaRombip, ioc. — aditutf G ioteriorf t; CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH ROUGH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06100, Page 7 LUBBOCK, TEXAS 3.4 INSTALLATION OF GYPSUM SHEATHING A. Install gypsum board in accordance with GA 216. B. Erect exterior gypsum sheathing horizontally, with edges butted tight and ends occurring over firm bearing. C. Use screws when fastening gypsum board wherever possible. D. Treat cut edges and holes in moisture resistant gypsum board with sealant. Treat or tape all jointing. END OF SECTION 06100 J I J partowbip, int. — arthitatf U interior] CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS FINISH CARPENTRY Section 06200, Page 1 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. Interior standing and running trim. 2. All wood framed door, window trims, casings, and special shape moldings. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 6 Section "Rough Carpentry" for furring, blocking, and other carpentry work not exposed to view. 2. Division 9 Section "Painting" for priming and back priming of finish carpentry. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Samples for initial selection of the following in the form of manufacturer's color charts consisting of actual units or sections of units showing the full range of colors, textures, and patterns available for each type of material indicated. 1.4 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage: Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. B. Do not deliver interior finish carpentry until environmental conditions meet requirements specified for installation areas. If finish carpentry must be stored in other than installation areas, store only where environmental conditions meet requirements specified for installation areas. 1.5 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install interior finish carpentry until building is enclosed and weatherproof, wet -work in space is completed and nominally dry, and HVAC system is operating and will maintain temperature and relative humidity at occupancy levels through the remainder of construction period. f I f paUrbip, in(. — architatf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL FINISH CARPENTRY Section 06200, Page 2 A. Lumber Standards: Comply with DOC PS 20, "American Softwood Lumber Standard," for lumber and with applicable grading rules of inspection agencies certified by American Lumber Standards Committee Board of Review. B. Inspection Agencies: Inspection agencies, and the abbreviations used to reference them, include the following: 1. NHLA - National Hardwood Lumber Association. 2. NLGA - National Lumber Grades Authority. 3. SPIB - Southern Pine Inspection Bureau. 4. WWPA - Western Wood Products Association. C. Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade, species, moisture content at time of surfacing, and mill. 1. For exposed lumber, furnish pieces with grade stamps applied to ends or back of each piece, or omit grade stamps entirely and provide certificates of grade compliance issued by inspection agency. D. Softwood Plywood: Comply with DOC PS 1, "U.S. Product Standard for Construction and Industrial Plywood." E. Particleboard: ANSI A208.1, Grade M-2. 2.2 INTERIOR STANDING AND RUNNING TRIM A. Softwood Trim: Provide finished lumber and moldings complying with the following requirements including those of the grading agency listed with species: 1. Species: white oak; WWPA. 2. Grade: Select, or Choice. 3. Texture: Surfaced (smooth). 4. Lumber for Transparent Finish (Stained or Clear): Solid lumber stock. 5. Lumber for Painted Finish: Glued -up lumber or solid lumber stock. B. Wood Molding Patterns: Provide stock moldings made to patterns included in WMMPA WM 7 and graded under WMMPA WM 4. 2.3 MISCELLANEOUS MATERIALS A. Fasteners for Exterior Finish Carpentry: Provide nails of the following materials, in sufficient length to penetrate minimum of 1-1/2 inches into substrate, unless otherwise recommended by manufacturer. 1. Stainless steel. ' r I r partnerlbip, in(. — ar(bite(tl U interior] CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS FINISH CARPENTRY _ Section 06200, Page 3 2. Hot -dip galvanized steel. 3. Non -corroding aluminum. 4. Prefinished aluminum nails in color to match stain, where face nailing of material to receive stain is unavoidable. B. Fasteners for Interior Finish Carpentry: Nails, screws, and other anchoring devices of type, size, l material, and finish required for application indicated to provide secure attachment, concealed where possible. - C. Flashing: Comply with requirements of Division 7 Section "Sheet Metal Flashing and Trim" for flashing materials installed in finish carpentry. t3 D. Sealants: Comply with requirements of Division 7 Section "Joint Sealants" for materials required for sealing siding work. 2.4 FABRICATION A. Wood Moisture Content: Comply with requirements of specified inspection agencies and manufacturers recommendations for moisture content of finish carpentry on relative humidity conditions existing during time of fabrication and in installation areas. B. Fabricate finish carpentry to dimensions, profiles, and details indicated. 1. Back out or kerf backs of the following members, except members with ends exposed in finished work: i~ a. Interior standing and running trim, except shoe mold and crown mold. 2. Ease edges of lumber less than 1 inch in nominal thickness to 1/1 6-inch radius. 3. Ease edges of lumber 1 inch or more in nominal thickness to 1/8-inch radius. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting installation and performance of finish carpentry. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrates of projections and substances detrimental to application. B. Condition finish carpentry to average prevailing humidity conditions in installation areas before installation, for a minimum of 24 hours unless longer conditioning is recommended by manufacturer. 3.3 INSTALLATION, GENERAL T -� A. Do not use finished carpentry materials that are unsound, warped, improperly treated or I finished, inadequately seasoned, or too small to fabricate with proper jointing arrangements. 1 I t Partowbip, in(. - aditutf U ioteriorr LJ It s, R CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FINISH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06200, Page 4 LUBBOCK, TEXAS B. Install finish carpentry plumb, level, true, and aligned with adjacent materials. Use concealed shims where required for alignment. 1. Scribe and cut finish carpentry to fit adjoining work. Refinish and seal cuts. 2. Countersink nails, fill surface flush, and sand where face nailing is unavoidable. 3. Install to tolerance of 1/8 inch in 96 inches for plumb and level. Install adjoining finish carpentry with 1/32-inch maximum offset for flush installation and 1/16-inch maximum offset for reveal installation. 4. Coordinate finish carpentry with materials and systems in or adjacent to standing and running trim and rails. Provide cutouts for mechanical and electrical items that penetrate exposed surfaces of trim and rails. C. Finish according to specified requirements. D. Refer to Division 9 Sections for final finishing of finish carpentry. 3.4 STANDING AND RUNNING TRIM INSTALLATION A. Install with minimum number of joints practical, using full-length pieces from maximum lengths of lumber available. Do not use pieces less than 24 inches long, except where necessary. Stagger joints in adjacent and related standing and running trim. Cope at returns and miter at corners to produce tight -fitting joints with full -surface contact throughout length of joint. Use scarf joints for end -to -end joints. Plane backs of casings to provide uniform thickness across joints, if required. 1. Match color and grain pattern across joints. 2. Install trim after gypsum board joint finishing operations are completed. 3. Drill pilot holes before fastening to prevent splitting. Fasten to prevent movement or .. warping. Countersink fastener heads on exposed carpentry work and fill holes. 3.5 ADJUSTING A. Repair damaged or defective finish carpentry where possible to eliminate functional or visual defects. Where not possible to repair, replace finish carpentry. Adjust joinery for uniform appearance. 3.6 CLEANING A. Clean finish carpentry on exposed and semi exposed surfaces. Touch up factory -applied finishes to restore damaged or soiled areas. 3.7 PROTECTION A. Provide final protection and maintain conditions that ensure finish carpentry is without damage or deterioration at the time of Substantial Completion. END OF SECTION 06200 r I f partwhip, ioc. — ar0itutr U Acriorr j CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS r: JOINT SEALANTS L Section 07901, Page 1 A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes joint sealants for the following locations: 1. Exterior joints in vertical surfaces and nontraffic horizontal surfaces as indicated below: a. Control and expansion joints in cast -in -place concrete. b. Joints between different materials listed above C. Perimeter joints between materials listed above and frames of doors and windows. d. Other joints as indicated. 2. Exterior joints in horizontal traffic surfaces as indicated below: a. Control, expansion, and isolation joints in cast -in -place concrete slabs. b. Other joints as indicated. 3. Interior joints in vertical surfaces and horizontal nontraffic surfaces as indicated below: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterior openings where indicated. C. Perimeter joints between interior wall surfaces and frames of interior doors, and windows,. d. Perimeter joints of toilet fixtures. e. Other joints as indicated. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 7 Section "Flashing and Sheet Metal" for sealing joints related to flashing and sheet metal for roofing. 2. Division 7 Section "Firestopping" for through -penetration firestopping systems. 3. Division 2 Section "Paving Joint Sealants" for sealing joints in portland cement concrete for pavements, walkways, and curbing. 4. Division 8 "Glass and Glazing" for sealants used in glazing. 5. Division 9 Section "Acoustical Panels" for sealing edge moldings at perimeter of acoustical ceilings. 1.3 SYSTEM PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. J I r Pdrtwhip, ioc. — drehitcctf U Acriorr # CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS JOINT SEALANTS Section 07901, Page 2 B. Provide joint sealants for interior applications that have been produced and installed to establish and maintain airtight continuous seals that are water resistant and cause no staining or deterioration of joint substrates. 1.4 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data from manufacturers for each joint sealant product required. 1. Certification by joint sealant manufacturer that sealants plus the primers and cleaners required for sealant installation comply with local regulations controlling use of volatile organic compounds. C. Samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. 1.5 1.6 D. Certificates from manufacturers of joint sealants attesting that their products comply with specification requirements and are suitable for the use indicated. QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed joint sealant applications similar in material, design, and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. B. Single Source Responsibility for Joint Sealant Materials: Obtain joint sealant materials from a single manufacturer for each different product required. C. Preconstruction Field Testing: Prior to installation of joint sealants, field-test their adhesion to joint substrates. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. PROJECT CONDITIONS A. Environmental Conditions: Do not proceed with installation of joint sealants under the following conditions: i 1 I r partowbip, ioc. — ar0itatr U ioteriorr i. j r_ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS i EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 3 LUBBOCK,TEXAS 1. When ambient and substrate temperature conditions are outside the limits permitted by joint sealant manufacturer. 2. When ambient and substrate temperature conditions are outside the limits permitted by joint sealant manufacturer or below 40 deg F. 3. When joint substrates are wet. P` B. Joint Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than allowed by joint sealant manufacturer for application indicated. C. Joint Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 1.8 SEQUENCING AND SCHEDULING A. Sequence installation of joint sealants to occur not less than 21 nor more than 30 days after completion of waterproofing, unless otherwise indicated. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible ? _ with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. f B. All materials used will be warranted and guaranteed against 'YELLOWING"! B. Colors: Provide color of exposed joint sealants to comply with the following: 1. Provide selections made by Architect from manufacturer's full range of standard colors for products of type indicated. 2.2 ELASTOMERIC JOINT SEALANTS A. Elastomeric Sealant Standard: Provide manufacturer's standard chemically curing elastomeric sealants that comply with ASTM C 920 and other requirements indicated on each Elastomeric Joint Sealant Data Sheet at end of this Section, including those requirements referencing ASTM C 920 classifications for Type, Grade, Class, and Uses. - B. Available Products: Subject to compliance with requirements, elastomeric sealants that may be I__ incorporated in the Work include, but are not limited to, the products specified in each Elastomeric Sealant Data Sheet. ; C. Products: Subject to compliance with requirements, provide one of the products specified in each Elastomeric Joint Sealant Data Sheet. f I f Partw hip, inc. — architutf U interiorf i a CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS 2.3 SOLVENT -RELEASE -CURING JOINT SEALANTS JOINT SEALANTS Section 07901, Page 4 A. Acrylic Sealant: Manufacturer's standard one -part, nonsag, solvent -release -curing acrylic terpolymer sealant complying with AAMA 808.3 or FS TT-S-00230 or both, with capability when tested for adhesion and cohesion under maximum cyclic movement per ASTM C 719, to withstand the following percentage change in joint width existing at time of application and remain adhered to joint substrates indicated for Project without failing cohesively: 1. 12-1/2 percent movement in both extension and compression for a total of 25 percent. B. Butyl Sealant: Manufacturer's standard one -part, nonsag, solvent -release -curing, polymerized butyl sealant complying with ASTM C 1085 and formulated with minimum of 75 percent solids to be nonstaining, paintable, and have a tack -free time of 24 hours or less. C. Pigmented Narrow Joint Sealant: Manufacturer's standard, solvent -release -curing, pigmented synthetic rubber sealant complying with AAMA 803.3 and formulated for sealing joints 3/16 inch or smaller in width. D. Available Products: Subject to compliance with requirements, solvent -release -curing joint sealants that may be incorporated in the Work include, but are not limited to, the following: Acrylic Sealant: a. "60+Unicrylic," Pecora Corp. b. "PTI 738," Protective Treatments, Inc. C. "PTI 767," Protective Treatments, Inc. d. "Mono," Tremco, Inc. 2. Butyl Sealant: a. "BC-158," Pecora Corp. b. "PTI 757," Protective Treatments, Inc. C. "Sonneborn Multi -Purpose Sealant," Sonneborn Building Products Div., ChemRex, Inc. d. "Tremco Butyl Sealant," Tremco, Inc. 3. Pigmented Narrow Joint Sealant: a. "PTI 200," Protective Treatments, Inc. 2.4 LATEX JOINT SEALANTS A. General: Provide manufacturer's standard one -part, nonsag, mildew -resistant, paintable latex sealant of formulation indicated that is recommended for exposed applications on interior and protected exterior locations and that accommodates indicated percentage change in joint width existing at time of installation without failing either adhesively or cohesively. B. Acrylic -Emulsion Sealant: Provide product complying with ASTM C 834 that accommodates joint movement of not more than 5 percent in both extension and compression for a total of 10 percent. r I f Partowbip, i0c. — dditutf U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 5 LUBBOCK, TEXAS C. Silicone Emulsion Sealant: Provide product complying with ASTM C 834 and, except for weight loss measured per ASTM C 792, with ASTM C 920 that accommodates joint movement of not more than 25 percent in both extension and compression for a total of 50 percent. D. Available Products: Subject to compliance with requirements, latex joint sealants that may be incorporated in the Work include, but are not limited to, the following: 1. Acrylic -Emulsion Sealant: a. "AC-20," Pecora Corp. b. "Sonolac," Sonneborn Building Products Div., ChemRex, Inc. C. "Tremco Acrylic Latex 834," Tremco, Inc. 2. Silicone -Emulsion Sealant: a. "Trade Mate Paintable Glazing Sealant," Dow Corning Corp. 2.5 TAPE SEALANTS A. Tape Sealant: Manufacturer's standard, solvent -free, butyl -based tape sealant with a solids content of 100 percent formulated to be nonstaining, paintable, and nonmigrating in contact with nonporous surfaces with or without reinforcement thread to prevent stretch and packaged on rolls with a release paper on one side. B. Available Products: Subject to compliance with requirements, tape sealants that may be incorporated in the Work include, but are not limited to, the following: 1. "Extru-Seal Tape," Pecora Corp. 2. "Shim -Seal Tape," Pecora Corp. 3. "PTI 606," Protective Treatments, Inc. 4. "Tremco 440 Tape," Tremco, Inc. 5. "MBT-35," Tremco, Inc. 2.6 JOINT SEALANT BACKING A. General: Provide sealant backings of material and type 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. Plastic Foam Joint Fillers: Preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam of material indicated below and of size, shape, and density to control sealant depth and otherwise contribute to producing optimum sealant performance: 1. Open -cell polyurethane foam. 2. Proprietary, reticulated, closed -cell polymeric foam, nonoutgassing, with a density of 2.5 pcf and tensile strength of 35 psi per ASTM D 1623, and with water absorption less than 0.02 gfcc per ASTM C 1083. 3. Any material indicated above. J I r PaUffbip, inc. — arcbitutr U iptcriori f 1 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 6 LUBBOCK, TEXAS C. Bond -Breaker Tape: Polyethylene tape or other plastic tape as recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self- adhesive tape where applicable. 2.7 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint sealant -substrate tests and field tests. B. 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 in any way joint substrates and adjacent nonporous surfaces, and formulated to promote optimum adhesion of sealants with joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. 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. Do not proceed with installation of joint sealants until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with recommendations of joint sealant manufacturer 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 concrete, masonry, unglazed surfaces of ceramic tile, and similar porous joint substrate surfaces by brushing, grinding, blast cleaning, 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 from above cleaning operations by vacuuming or blowing out joints with oil -free compressed air. 3. Remove laitance and form release agents from concrete. 4. Clean metal, glass, porcelain enamel, glazed surfaces of ceramic tile, and other nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. r I J PartwfbiP, in(. — architect] U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 7 LUBBOCK, TEXAS B. Joint Priming: Prime joint substrates where indicated or where recommended by joint sealant manufacturer based on preconstruction joint sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's recommendations. Confine primers to areas of joint sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant 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 printed installation instructions applicable to products and applications indicated, except where more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Acoustical Sealant Application Standard: Comply with recommendations of ASTM C 919 for use of joint sealants in acoustical applications as applicable to materials, applications, and conditions indicated. D. Installation of Sealant Backings: Install sealant backings to comply with the following requirements: 1. Install joint fillers of type indicated to provide support of sealants during application and at position required to produce the cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. a. Do not leave gaps between ends of joint fillers. b. Do not stretch, twist, puncture, or tear joint fillers. C. Remove absorbent joint fillers that have become wet prior to sealant application and replace with dry material. 2. Install bond breaker tape between sealants where backer rods are not used between sealants and joint fillers or back of joints. E. Installation of Sealants: Install sealants by proven techniques that result in sealants directly contacting and fully wetting joint substrates, completely filling recesses provided for each joint configuration, and providing uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. Install sealants at the same time sealant backings are installed. F. Tooling of Nonsag Sealants: Immediately after sealant application and prior to time skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated, to eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. Remove excess sealants from surfaces adjacent to joint. Do not use tooling agents that discolor sealants or adjacent surfaces or are not approved by sealant manufacturer. 1. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated. f I f Partombip, ipc. — arcbitatf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 8 LUBBOCK, TEXAS 2. Provide flush joint configuration, per Figure 513 in ASTM C 1193, where indicated. a. Use masking tape to protect adjacent surfaces of recessed tooled joints. 3. Provide recessed joint configuration, per Figure 5C in ASTM C 1193, of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so that and installations with repaired areas are indistinguishable from original work. END OF SECTION 07901 f I f partowbip, ioc. — arditutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FIBERGLASS REINFORCED EXTERIOR DOOR REPLACEMENT PROJECT PLASTIC (FRP) DOORS AND FIBERGLASS RESIN LUBBOCK, TEXAS TRANSFER MOLDED DOOR FRAMES Section 08220, Page 5 to include a physical sample and written documentation that product will meet the specific manufacturing methods as highlighted below. 2.2 FRP DOORS A. Doors shall be made of fiberglass reinforced plastic (FRP) using Class 1 premium resin with no fillers that is specifically tailored to resist chemicals and contaminants typically found in environment for which these specifications are written. Doors shall be 1 3/4 inch thick and of flush construction, having no seams or cracks. For consistency in the resin chemistry tailored for this application and to maintain the same physical properties throughout the structure, all fiberglass components including face plates, stiles and rails and frames must be fabricated by the same manufacturer. Components obtained through various outside sources for plant assembly will not be accepted. B. Door Plates shall be 0.125 inch thick minimum, molded in one continuous piece, starting with 25 mil gelcoat of the color specified, integrally molded with multiple layers of 1.5 ounces per square foot fiberglass mat and one layer of 18 ounce per square yard fiberglass woven roving. Each layer shall be individually laminated with resin as mentioned above. Door plate weight shall not be less than 0.97 lbs. per square foot at a ratio of 30/70 glass to resin. Plate alone to withstand Large Missile Impact per FBC TAS 201. Face plates manufactured using the pultrusion process does not allow for a smooth molded gelcoat finish, the use of woven roving for adequate plate thickness, strength and weight, or the appropriate glass to resin ratio and will not meet the quality standards of this project. C. Stiles and Rails shall be constructed starting from the outside toward the inside, with a matrix of at least three layers of 1.5 ounce per square foot of fiberglass mat. The stile and rail shall be molded in one continuous piece to a U-shaped configuration and to the exact dimensions of the door. In this manner there will be no miter joints and disparate materials used to form the one-piece stile and rail. D. Core material shall be Polypropylene plastic honeycomb core with a non -woven polyester veil for unparalleled plate bonding, 180 PSI typical compression range unless otherwise requested. E. Internal Reinforcement shall be dense matrix of cloth glass fibers and premium resin of sufficient amount to adequately support required hardware and function of same. F. Finish of door frame shall be identical with 25 mil resin -rich gelcoat of the specified color integrally molded in at time of manufacture resulting in a smooth gloss surface that is dense and non -porous. To achieve optimum surface characteristics, the gelcoat shall be cured within a temperature range of 120F to 170F creating an impermeable outer surface, uniform color throughout, and a permanent homogeneous bond with the resin/fiberglass substrate beneath. Only the highest quality gelcoat will be used to ensure enduring color and physical properties. Paint and/or post application of gelcoat results in poor mechanical fusion and will be deemed unacceptable for this application. The finish of the door and frame must be field repairable without compromising the integrity of the original uniform composite structure, function or physical strength. G. Window openings shall be provided for at time of manufacture and shall be completely sealed so that the interior of the door is not exposed to the environment. Fiberglass retainers, which hold the glazing in place, shall be resin transfer molded with a profile that drains away from glazing. The window retainer must match the color and finish of the door plates with 25 mil of resin -rich gelcoat integrally molded in at time of manufacture. Mechanical fasteners shall not be used to attach retainers. Glass, as specified herein, shall be furnished and installed by door and frame manufacturer. In order to maintain uniform appearance, product longevity and the corrosion f I f PaUrfbip, inc. — aditutf U ioteriorf ` CITY OF LUBBOCK —BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FIBERGLASS REINFORCED EXTERIOR DOOR REPLACEMENT PROJECT PLASTIC (FRP) DOORS AND FIBERGLASS RESIN LUBBOCK, TEXAS TRANSFER MOLDED DOOR FRAMES Section 08220, Page 6 resistance this application requires, window retainers fabricated from Metal, PVC or Vinyl will not be accepted. H. Louver openings shall be completely sealed so that the interior of the door is not exposed to the environment. Louvers are to be solid fiberglass "V" Vanes and shall match the color and finish of the door plates. I. Transoms shall be identical to the doors in finish, construction, materials, thickness and reinforcement. 2.3 FRP FRAMES A. Frames (rated and non -rated) shall be fiberglass and manufactured using the resin transfer method creating one solid piece (no voids) with complete uniformity in color and size. Beginning with a minimum 25 mil gelcoat layer molded in and a minimum of two layers of continuous strand fiberglass mat saturated with resin, the frame will be of one-piece construction with molded stop. All frame profiles shall have a core material of 2 psf polyurethane foam. Metal frames or pultruded fiberglass frames will not be accepted. B. Finish of frame shall be identical to the door with 25 mil resin -rich gelcoat of the specified color integrally molded in at time of manufacture. To achieve optimum surface characteristics, the gelcoat shall be cured within a temperature range of 120F to 170F creating an impermeable outer surface, uniform color throughout, and a permanent homogeneous bond with the resin/fiberglass substrate beneath. Only the highest quality gelcoat will be used to ensure enduring color and physical properties. Paint and/or post application of gelcoat result in poor mechanical fusion and will be deemed unacceptable for this application. The finish of the door and frame must be field repairable without compromising the integrity of the original uniform composite structure, function or physical strength. C. Jamb/Header connection shall be mitered for tight fit. D. Internal Reinforcement shall be continuous within the structure to allow for mounting of specified hardware. Reinforcing material shall be a dense matrix of cloth glass fibers and premium resin with a minimum hinge screw holding value of 1000 lbs. per screw. All reinforcing materials shall be completely encapsulated. Documented strength of frame screw holding value after third insert f I f Partombip, ipc. — aditutr q iotuiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 DESCRIPTION A. Work included: Provide all items, articles, materials, operations or methods listed, mentioned or scheduled on the drawings and/or herein, including all labor, materials, equipment and incidentals necessary and required for their completion. Any item of finish hardware not specifically mentioned, but which is necessary for proper completion of the work shown on the Drawings shall be provided without additional cost to owner. Any omissions shall be called to the attention of the Architect prior to bid opening; otherwise the Drawings and Specifications will be considered complete. B. Related work Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary General Conditions, and Sections in Division 1 of these specifications. 2. Section 08220 — FRP Doors, Frames and Trim 1.3 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of the Section. B. Where items of hardware herein are specified by reference numbers, they are taken from the current catalogs of manufacturers listed on the schedule. Refer to the general contractor's limited options for acceptable items of hardware and suppliers. Finishes and sizes shall be as specified on the Hardware Schedule, subject to the stated permissible option. 1.4 SUBMITTALS A. Comply with pertinent provisions of Supplementary General Conditions. B. Within twenty (20) calendar days after the contractor has received the owners notice to proceed submit six (6) copies of the hardware schedule covering all finished hardware for the building. Re -submittals will be required until complete Architectural approval is obtained. Schedule shall include the specified or approved optional hardware, keying and template information. Keying codes shall be noted on the left margin of the schedule opposite each item of hardware requiring mortising or internal reinforcing of metal doors and/or frames. Degrees of opening and handling information shall also be listed. No hardware shall be ordered or templates issued until complete Architectural approval is obtained. f I f panne bip, in(. — arcbituv q iotcriorf ' i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 2 LUBBOCK, TEXAS C. On receipt of the approved schedule, contractor shall issue sufficient copies as required by the general contractor for his distribution to the trades designing them, and his own use. Copies for use by other trades shall include all blue line template sheets necessary to those trades. D. It shall be the contractor's responsibility to secure approval of the Keying Schedule from the Owner and the Architect before ordering any hardware. Provide key cabinet and construction Master Keying, no permanent keys shall be permitted on the jobsite until after Owner acceptance of the project. The hardware manufacturer shall make delivery of the permanent keys, tagged for keyset and door opening direct to the Owner. E. Copy of Schedule for use at the jobsite shall include a draw list of all hardware included in the approved schedule to assist the general contractor for checking all incoming merchandise for completeness. Shortages shall be immediately reported for possible replacement if lost or damaged in shipment. 1.5 PRODUCT HANDLING A. Hardware shall be adequately wrapped for protection in shipment. All hardware shall be labeled with the manufacturer's name, catalog number, finish, size and screw information. Additionally, butt hinges, closer, locksets, latches and all handed hardware shall be cartoned individually and marked with heading (on item) number, door number, hand and keying information where applicable, to correspond with the approved schedule. Partial shipments shall be accompanied with a packing list to assist in checking. 1.7 GUARANTEE A. Provide two year guarantee against defects in all hardware, including electrical components, with additional twenty-three year extension for door closers and an additional three year extension for exit devices under provisions of Section 01700, as evidenced by manufacturer's published warranty. PART 2 - PRODUCTS 2.1 FINISH HARDWARE GENERAL A. Items specified are to establish design, grade quality and function standards. All cylinders are keyed to the existing Sargent Removable Core Restricted Master Key System. The following are acceptable limited options: 1. Hinges: 2. Lockset; 3. Closer: 4. Exit Device: 5. OH Holders: r I r paRombip, in(. — aditcgj U Acriorr Equal products manufactured by Hager or McKinney No Substitutions No Substitutions Von Duprin Series 98 x 696; No Substitutions Equal products manufactured by Corbin/Russwin, Glynn Johnson, Norton, Rixson and Yale f,--, CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS DOOR HARDWARE Section 08710, Page 3 6. Misc. Trim: Equal products manufactured by Hager, Quality, Rockwood and Trego are acceptable. 7. Weather Seals: Equal products manufactured by A.J. May, Zero, and National Guard Products are acceptable. 8. Auxiliary Items: Equal products manufactured by Corbin/Russwin are acceptable 2.2 LIMITATIONS OF HARDWARE SPECIFICATION FJ) A. Hardware subcontractor shall examine the drawings and specifications to determine the extent of hardware quantities required. Should any particular door or item be omitted in any scheduled hardware group, provide such door or item with hardware similar to that required for similar conditions on the project. 2.3 HARDWARE LOCATIONS A. Locks, latches: Finish floor to C/L of knobs, 40-5/16" B. Deadlocks: Finish to C/L of cylinder, 48" C. Push/Pull Plates: Finish floor to C/L of plate, 42" pull, 45" push D. Flushbolts: C/L of bolt face to top (and bottom) edge of floor, 12" E. Exit Devices: Per template and installation instructions; Rails shall not conflict with door lites, F. mounting heights shall be adjusted to center exit rail on appropriate door rail Closer, O/H Holders: Per template installation instructions. and G. Stops: To protect doors and hardware from contact with parts of the building or other conflicting doors H. Butt Hinges: 1. Top anchor butt - per template instructions; 2. Top butt hinge - top edge of butt leaf to rabbet, 5" 3. Bottom butt hinge - bottom edge of butt leaf to finish floor, 10" 4. Intermediate butt hinge - equal distant between top and bottom butts. 2.4 ACCESSIBILITY PROVISIONS A. Door Hardware: Handles, knobs, pulls, latches, locks, and other operating devices on accessible doors shall be mounted no higher than 48 inches above the floor or ground surface and shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching, or severe twisting to operate. The force required to activate door hardware shall be no greater than five lb. Designs include lever -operated mechanisms, J I 1 Pdrtwhip, ipc. — dditcw U interior] ( CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 4 LUBBOCK, TEXAS push -type mechanisms and U-shaped handles. When sliding doors are fully open, operating hardware shall be exposed and usable from both sides. Doors to hazardous areas such as loading platforms, boiler rooms, mechanical and electrical rooms, and to other areas that might be dangerous to a blind person, shall be made identifiable to the touch by a textured surface on the door handle, knob, pull or other operating hardware. This textured surface maybe made by knurling or roughening or by a material applied to the contact surface. Such textured surfaces shall not be provided for emergency exit doors or any doors other than those to hazardous areas. B. Door Closer: If a door has a closer, then the sweep period of the closer shall be adjusted so that from an open position of 90 degrees, the door will take at least three (3) seconds to move to an open position of approximately 12 degrees. C. Door Opening Force: The maximum force for pushing or pulling open a door shall comply with this paragraph. For hinge doors, the force shall be applied perpendicular to the door at the door opener or 30 inches from the hinged side, whichever is farther from the hinge. For sliding or folding doors, the force shall be applied parallel to the door at the door pull or latch. 1. Exterior hinged doors shall not exceed 8.5 lb. Slight increases in opening force shall be allowed where 8.5 lb. is insufficient to compensate for air pressure differentials. 2. Sliding doors, folding doors, and interior hinged doors shall not require a force exceeding five lbs. 3. Fire doors may be adjusted to meet the minimum opening force allowed by the governing authority or applicable building code. 4. These forces do not apply to the force required to retract latch bolts or disengage other devices that may hold the door in a closed position. 5. Forces for pushing or pulling doors open are measured with a push-pull gauge under the following conditions. a. Hinged Doors: Force applied perpendicular to the door opener or 30 in (760 mm) from the hinged side, whichever is farther from the hinge. b. Sliding or Folding Doors: Force applied parallel to the door at the door pull or latch. C. Application of Force: Apply force gradually so that the applied force does not exceed the resistance of the door. Air -pressure differentials may require a modification of this specification in order to meet the functional intent. D. Door closers shall be mounted parallel arm unless specifically approved otherwise by the Architect. E. Thresholds: The height of any floor level change plus the height of any applied threshold at doorway sills shall not exceed 1/2" and shall be beveled with a slope no greater than 1" in 2". ' r I r partowbip, inc. — aditutr 6 ioteriorf L CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS DOOR HARDWARE Section 08710, Page 5 F. Hardware for all opening shall meet requirements of The Americans with Disabilities Act (ADA) and the Texas Accessibility Standards (TAS). In case of conflict materials of equivalent quality and design required by ADA or TAS shall be provided. 2.5 GUARANTEES A. Provide guarantees for all hardware furnished under this division to the general contractor for this transmittal to the Owner. Guarantees shall be for a period of one (1) year for closer from date of Owner acceptance, against defects in material and workmanship of the merchandise. Guarantees shall include the names, address and telephone number of the hardware subcontractor, as well as the manufacturer's. 2.6 KEYS AND KEYING A. Provide construction cores and keys during the construction period when indicated in schedule. Construction control and operating keys and cores shall not be part of the Owner's permanent keying system or furnished on the same keyway as the Owner's permanent keying system. Permanent cores and keys will be furnished to the Owner prior to occupancy. Contractor will install permanent cores when directed by owner. B. All cylinders shall be Sargent and keyed into factory -registered Grand Masterkey System with a restricted keyway. C. Grand Masterkeys, Masterkeys and other Security Keys shall be transmitted to the Owner by registered mail, return receipt requested. D. Furnish keys in the following quantities or as directed by owner; 6 each Grand Masterkeys 6 each Masterkeys per set 4 each Change keys each keyed core 30 each Construction masterkeys 6 each Control keys PART 3 - EXECUTION 3.1 INSTALLATION A. The contractor shall install all finished hardware plump, square, true, and in accordance with the manufacturer's instructions, using the best practices as approved by Architect. Hardware shall be fitted and operated prior to painting, then removed and painting completed before final installation. All hardware must be thoroughly cleaned, free from mars and blemishes and in perfect operating condition when turned over to the Owner. Damaged or malfunctioning hardware will not be acceptable. B. No extra costs will be allowed to facilitate proper installation of any hardware. The general contractor shall be responsible for the proper fabrication of all materials and work to receive hardware. f I f Partwhip, ir)c. — aditaV U ioteriorl F �5 �I I_ , CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 6 LUBBOCK, TEXAS C. Finish hardware shall be furnished with all necessary screws, bolts, or other fastenings of suitable size use and long life and shall harmonize with the hardware as to material and finish. These fastenings shall be furnished where necessary with expansion shield, security bolts, toggle bolts or other approved anchors according to the material to which it is applied and recommended by the manufacturer. All hardware fastened to concrete shall be furnished with machine screws and lead shields. D. Extension flushbolts shall be edge mounted in all cases. Wrought box strikes shall be furnished where strikes are mortised into wood. Strikes shall have sufficiently extended lips where required to protect trim from being marred by latch -bolts, but no more than necessary. Strikes for pairs of doors shall have 1" lips to center. All backsets of locks and latches shall be 2-3/4" from the door edge unless otherwise indicated. E. Hardware for fire doors shall conform to the requirements for NFPA 80 and NFPA 101. In case of conflict between the type of hardware specified in these specifications or the type required for fire protection, materials of equal quality and design without additional cost to Owner, required by NFPA shall be furnished. 3.2 ADJUSTMENT AND MAINTENANCE A. Within thirty (30) days after Owner Acceptance of the Project, the subcontractor shall meet with the Owner's maintenance foreman and thoroughly instruct him in the care and adjustment of all movable hardware furnished under this division. Provide him with a Manufacturer's Parts List for all locks, exits and closer, a Bound Care and Adjustment Manual, and an adjustment tool for each type of adjustable hardware. Included shall be a copy of an approved Hardware Schedule. 3.3 COMPLIANCE A. The Owner reserves the right to request and pay for an inspection by a representative of the referenced organization to determine that the work of this Section has been performed in accordance with the specified requirements. B. In the event such inspection determines that the work of this Section does not comply with the specified requirements, immediately remove the non -complying items and immediately replace them with items complying with the specified requirements, all at no additional cost to the Owner, and reimburse the Owner for the cost of the inspection. 3.4 HARDWARE SCHEDULE A. General: Provide hardware for each door to comply with requirements of Section "Door Hardware," hardware set numbers indicated in door schedule, and in the following schedule of hardware sets. 1. Hardware sets indicate quantity, item, manufacturer and product designation, size, and finish or color, as applicable. r I 1 Partnu hip, inc. — architutf U iotcriorr i _z CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 7 LUBBOCK, TEXAS HARDWARE SEQUENCE Refer to the Drawings for a complete listing of all hardware per door. All hardware must comply with all building, fire code requirements and meet TAS accessibility standards. END OF SECTION 08710 1 I f paarImhip, inc. — aditutl U interiorr II CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS GLASS AND GLAZING Section 08800, Page 1 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 glazing for the following products, including those specified in other Sections where glazing requirements are specified by reference to this Section: 1. Glazing at doors and cargo doors 1.3 DEFINITIONS A. Manufacturer is used in this Section to refer to a firm that produces primary glass or fabricated glass as defined in the referenced glazing standard. 1.4 SYSTEM PERFORMANCE REQUIREMENTS A. General: Provide glazing systems that are produced, fabricated, and installed to withstand normal thermal movement and impact loading (where applicable), without failure including loss or glass breakage attributable to the following: defective manufacture, fabrication, and installation; failure of sealants or gaskets to remain watertight and airtight; deterioration of glazing materials; and other defects in construction. B. Glass Design: Glass thicknesses indicated on Drawings are for detailing only. Confirm glass thicknesses by analyzing Project loads and in-service conditions. Provide glass lites for the various size openings in the thicknesses and strengths (annealed or heat -treated) to meet or exceed the following criteria: 1. Minimum glass thickness, nominally, exterior doors/sidelites & windows: 1 inch. 2. Minimum glass thickness, nominally, of interior glass door units: 1/4 inch 1.5 SUBMITTALS A. General: Submit the following according to Conditions of Contract and Division 1 Specification Sections. B. Product data for each glass product and glazing material indicated. C. Samples for verification purposes of 12-inch square samples of each type of glass indicated except for clear monolithic glass products, and 12-inch long samples of each color required (except black) for each type of sealant or gasket exposed to view. Install sealant or gasket sample between two strips of material representative in color of the adjoining framing system. D. Product certificates signed by glazing materials manufacturers certifying that their products comply with specified requirements. 1. Separate certifications are not required for glazing materials bearing manufacturer's permanent labels designating type and thickness of glass, provided labels represent a g 1 I 1 partowbip, in(. — ar(bitutr U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 2 LUBBOCK, TEXAS quality control program of a recognized certification agency or independent testing agency acceptable to authorities having jurisdiction. E. Product test reports for each type of glazing sealant and gasket indicated, evidencing compliance with requirements specified. F. Maintenance data for glass and other glazing materials to include in Operating and Maintenance Manual specified in Division 1. 1.6 QUALITY ASSURANCE A. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below, except where more stringent requirements are indicated. Refer to these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1. FGMA Publications: "FGMA Glazing Manual." 2. SIGMA Publications: TM-3000 "Vertical Glazing Guidelines." B. Safety Glass: Products complying with ANSI Z97.1 and testing requirements of 16 CFR Part 1201 for Category II materials. 1. Subject to compliance with requirements, provide safety glass permanently marked with certification label of Safety Glazing Certification Council (SGCC) or other certification agency acceptable to authorities having jurisdiction. C. Glazier Qualifications: Engage an experienced glazier who has completed glazing similar in material, design, and extent to that indicated for Project with a record of successful in-service performance. D. Single -Source Responsibility for Glass: Obtain glass from one source for each product indicated below: 1. Primary glass of each (ASTM C 1036) type and class indicated. 2. Heat -treated glass of each (ASTM C 1048) condition indicated. E. Single -Source Responsibility for Glazing Accessories: Obtain glazing accessories from one source for each product and installation method indicated. 1.7 DELIVERY, STORAGE, AND HANDLING A. Protect glazing materials to comply with manufacturer's directions and as needed to prevent damage to glass and glazing materials from condensation, temperature changes, direct exposure to sun, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Conditions: Do not proceed with glazing when ambient and substrate temperature conditions are outside the limits permitted by glazing materials manufacturer or when glazing channel substrates are wet from rain, frost, condensation, or other causes. f I f Partw hip, in(. — ar(hitutr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 3 LUBBOCK, TEXAS Install liquid sealants at ambient and substrate temperatures above 40 deg F. 1.9 WARRANTY A. General: Warranties specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and will be in addition to and run concurrent with other warranties made by the Contractor under requirements of the Contract Documents. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, provide the products specified below. Refer to the drawings for all locations of glazing. 2.2 CERAMIC ENAMEL FRIT SPANDREL GLASS A. Monolithic Ceramic Enamel Frit Spandrel Glass, 2 units required, place back to to so the exterior finish of 'black' will be exposed on both interior and exterior sides. 1. Glass Type: Spandrel 2. Glass Tint: Black 3. Nominal Thickness: 1/8" 4. Glass Strength: Tempered 5. Coating Orientation: Surface #1 6. Spandrel Orientation: Surface #2 7. Ceramic Enamel Frit Color Name and Number: standard 8. US Requirements: a. Heat -treated glass with ceramic coating complying with ASTM C1048, Condition B (spandrel glass, one surface ceramic -coated), Type I (transparent glass, flat), Quality 03 (glazing select) and with other requirements as specified. b. GANA/GTA 66-9-20, Specification for Heat -Strengthened or Fully Tempered Ceramic Enameled Spandrel Glass for Use in Building Window/Curtain Walls and Other Architectural Applications. B. Manufacturers: Subject to compliance with requirements, provide wired glass by one of the following companies. 1. Polished Wired Glass: a. Oldcastle Building Envelope b. Guardian Industries C. Pilkington Sales (North America) Ltd. d. PPG Industries e. Or Architect approved equal. 2.3 GLAZING TAPES A. Back -Bedding Mastic Glazing Tape: Preformed, butyl -based elastomeric tape with a solids content of 100 percent, nonstaining and nonmigrating in contact with nonporous surfaces, with or without spacer rod as recommended by tape and glass manufacturers for application f I f Partw hip, inc. — architutf U intcriorf I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 4 LUBBOCK, TEXAS indicated, packaged on rolls with a release paper backing, and complying with AAMA 800 for products indicated below: 1. AAMA 804.1. B. Products: Subject to compliance with requirements, provide one of the following: 1. Back -Bedding Mastic Glazing Tape Without Spacer Rod: a. Tremco 440 Tape, Tremco Inc. b. Extra -Seal, Pecora Corp. C. 1202T, 3M. d. Or Architect approved equal. 2.4 MISCELLANEOUS GLAZING MATERIALS A. General: Provide products of material, size, and shape complying with referenced glazing standard, requirements of manufacturers of glass and other glazing materials involved for rill glazing application indicated, and with a proven record of compatibility with surfaces contacted in installation. B. Cleaners, Primers and Sealers: Type recommended by sealant or gasket manufacturer. C. Setting Blocks: Elastomeric material with a Shore A durometer hardness of 85 plus or minus 5. D. Spacers: Elastomeric blocks or continuous extrusions with a Shore A durometer hardness required by glass manufacturer to maintain glass lites in place for installation indicated. E. Edge Blocks: Elastomeric material of hardness needed to limit glass lateral movement (side - walking). 2.5 FABRICATION OF GLASS AND OTHER GLAZING PRODUCTS A. Fabricate glass and other glazing products in sizes required to glaze openings indicated for Project, with edge and face clearances, edge and surface conditions, and bite complying with recommendations of product manufacturer and referenced glazing standard as required to comply with system performance requirements. PART 3 - EXECUTION r 3.1 EXAMINATION A. Examine glass framing, with glazier present, for compliance with the following: 1. Manufacturing and installation tolerances, including those for size, squareness, offsets at corners. 2. Presence and functioning of weep system. 3. Minimum required face or edge clearances. 4. Effective sealing between joints of glass -framing members. B. Do not proceed with glazing until unsatisfactory conditions have been corrected. f l f Partowbip, io(. — ar(hitutf 6 interiorf L. CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 5 LUBBOCK, TEXAS 3.2 PREPARATION A. Clean glazing channels and other framing members receiving glass immediately before glazing. Remove coatings that are not firmly bonded to substrates. 3.3 GLAZING, GENERAL A. Comply with combined recommendations of manufacturers of glass, sealants, gaskets, and other glazing materials, except where more stringent requirements are indicated, including those in referenced glazing publications. B. Glazing channel dimensions as indicated on Drawings provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances. Adjust as required by Project conditions during installation. C. Protect glass from edge damage during handling and installation as follows: 1. Use a rolling block in rotating glass units to prevent damage to glass corners. Do not impact glass with metal framing. Use suction cups to shift glass units within openings; do not raise or drift glass with a pry bar. Rotate glass lites with flares or bevels on bottom horizontal edges so edges are located at top of opening, unless otherwise indicated by manufacturer's label. 2. Remove damaged glass from Project site and legally dispose of off site. Damaged glass is glass with edge damage or other imperfections that, when installed, weaken glass and impair performance and appearance. D. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction sealant -substrate testing. E. Install elastomeric setting blocks in sill rabbets, sized and located to comply with referenced glazing standard, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. F. Do not exceed edge pressures stipulated by glass manufacturers for installing glass lites. G. Provide spacers for glass sizes larger than 50 united inches (length plus height) as follows: 1. Locate spacers inside, outside, and directly opposite each other. Install correct size and spacing to preserve required face clearances, except where gaskets and glazing tapes are used that have demonstrated ability to maintain required face clearances and comply with system performance requirements. 2. Provide 1/8-inch minimum bite of spacers on glass and use thickness equal to sealant width. With glazing tape, use thickness slightly less than final compressed thickness of tape. H. Provide edge blocking to comply with requirements of referenced glazing publications, unless otherwise required by glass manufacturer. I. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics. r I r Partombip, ioc. — dditutr U interiorf i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 6 LUBBOCK,TEXAS J. Where wedge-shaped gaskets are driven into one side of channel to pressurize sealant or gasket on opposite side, provide adequate anchorage so gasket cannot walk out when installation is subjected to movement. K. Square cut wedge-shaped gaskets at corners and install gaskets in manner recommended by gasket manufacturer to prevent corners from pulling away; seal corner joints and butt joints with sealant recommended by gasket manufacturer. - 3.4 TAPE GLAZING [ A. Position tapes on fixed stops so that when compressed by glass their exposed edges are flush' with or protrude slightly above sightline of stops. B. Install tapes continuously but not in one continuous length. Do not stretch tapes to make them fit opening. C. Where framing joints are vertical, cover these joints by applying tapes to heads and sills first and then to jambs. Where framing joints are horizontal, cover these joints by applying tapes to LA jambs and then to heads and sills. D. Place joints in tapes at corners of opening with adjoining lengths butted together, not lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer. E. Do not remove release paper from tape until just before each lite is installed. F. Apply heel bead of elastomeric sealant. G. Center glass lites in openings on setting blocks and press firmly against tape by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. j Start gasket applications at corners and work toward centers of openings. H. Apply cap bead of elastomeric sealant over exposed edge of tape. 3.5 PROTECTION AND CLEANING A. Protect exterior glass from breakage immediately after installation by attaching crossed streamers to framing held away from glass. Do not apply markers to glass surface. Remove nonpermanent labels, and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations including weld splatter. If, despite such protection, contaminating substances do come into contact with glass, remove them immediately as recommended by glass manufacturer. C. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for build-up of dirt, scum, alkali deposits, or stains, and remove as recommended by glass manufacturer. D. Remove and replace glass that is broken, chipped, cracked, abraded, or damaged in any way, including natural causes, accidents and vandalism, during construction period. r I r Partw hip, in(. — architect] U ioteriorr i' J i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 7 LUBBOCK, TEXAS E. Wash glass on both faces in each area of Project not more than 4 days prior to date scheduled for inspections that establish date of Substantial Completion. Wash glass as recommended by glass manufacturer. END OF SECTION 08800 f I f Partnerfhip, inc. — aditutf U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL PAINTING Section 09900, Page 1 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 surface preparation and field painting of the following: 1. Exposed exterior items and surfaces. 2. Exposed interior items and surfaces. 3. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other Sections. B. Paint exposed surfaces, except where the paint schedules indicate that a surface or material is not to be painted or is to remain natural. If the paint schedules do not specifically mention an item or a surface, paint the item or surface the same as similar adjacent materials or surfaces whether or not schedules indicate colors. If the schedules do not indicate color or finish, the Architect will select from standard colors and finishes available. 1. Painting includes field painting of exposed bare and covered pipes and ducts (including color coding), hangers, exposed steel and iron work, and primed metal surfaces of mechanical and electrical equipment. C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels. 1. Prefinished items include the following factory -finished components: a. Finished mechanical and electrical equipment. b. Light fixtures. C. Distribution cabinets. 2. Concealed surfaces include walls or ceilings in the following generally inaccessible spaces: a. Foundation spaces. b. Furred areas. C. Ceiling plenums. d. Utility tunnels. e. Pipe spaces. f. Duct shafts. 3. Finished metal surfaces include the following: a. Anodized aluminum. b. Stainless steel. f I f partombip, ioc. — arcbitmf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS C. Chromium plate. d. Copper. e. Bronze and brass. PAINTING Section 09900, Page 2 4. Operating parts include moving parts of operating equipment and the following: a. Valve and damper operators. b. Linkages. C. Sensing devices. d. Motor and fan shafts. 5. Labels: Do not paint over Underwriters Laboratories (UL), Factory Mutual (FM), or other code -required labels or equipment name, identification, performance rating, or nomenclature plates. D. Related Sections include the following: 1. Division 2 Section "Pavement Markings and Coatings" for traffic -marking paint. 2. Division 5 Section "Metal Fabrications" for shop priming ferrous metal. 3. Division 8 Section "Steel Doors and Frames" for shop priming steel doors and frames. 4. Division 9 Section "Gypsum Board Assemblies" for surface preparation for gypsum board. 5. Divisions 15 and 16: Painting of mechanical and electrical work is specified in Divisions 15 and 16, respectively. 1.3 DEFINITIONS A. General: Standard coating terms defined in ASTM D 16 apply to this Section. 1. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at an 85-degree meter. 2. Eggshell refers to low -sheen finish with a gloss range between 5 and 20 when measured at a 60-degree meter. 3. Satin refers to low -sheen finish with a gloss range between 15 and 35 when measured at a 60-degree meter. 4. Semigloss refers to medium -sheen finish with a gloss range between 30 and 65 when measured at a 60-degree meter. 5. Full gloss refers to high -sheen finish with a gloss range more than 65 when measured at a 60-degree meter. 1.4 SUBMITTALS A. Product Data: For each paint system specified. Include block fillers and primers. 1. Material List: Provide an inclusive list of required coating materials. Indicate each material and cross-reference specific coating, finish system, and application. Identify each material by manufacturer's catalog number and general classification. 2. Manufacturer's Information: Provide manufacturer's technical information, including label analysis and instructions for handling, storing, and applying each coating material proposed for use. f I f Partnerlbip, in(. — aditutf U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 3 LUBBOCK,TEXAS 3. Certification by the manufacturer that products supplied comply with local regulations controlling use of volatile organic compounds (VOCs). 1.5 un. B. Samples: Of each color and material to be applied, with texture to simulate actual conditions, on representative Samples of the actual substrate. 1. Provide stepped Samples, defining each separate coat, including block fillers and primers. Use representative colors when preparing Samples for review. Resubmit until required sheen, color, and texture are achieved. 2. Provide a list of materials and applications for each coat of each sample. Label each sample for location and application. QUALITY ASSURANCE A. Applicator Qualifications: Engage an experienced applicator who has completed painting system applications similar in material and extent to that indicated for this Project with a record of successful in-service performance. B. Source Limitations: Obtain block fillers, primers, and undercoat materials for each coating system from the same manufacturer as the finish coats. C. Benchmark Samples (Mockups): Provide a full -coat benchmark finish sample of each type of coating and substrate required on the Project. Comply with procedures specified in PDCA P5. Duplicate finish of approved prepared samples. A. The Architect will select one room or surface to represent surfaces and conditions for each type of coating and substrate to be painted. a. Wall Surfaces: Provide samples on at least 100 sq. ft. of wall surface. b. Small Areas and Items: The Architect will designate an item or area as required. C. Plaster Walls: The Architect will designate an area for a four foot by four foot mock up to be constructed of the plaster work for Finish and Faux painting selection. 2. After permanent lighting and other environmental services have been activated, apply coatings in this room or to each surface according to the Schedule or as specified. Provide required sheen, color, and texture on each surface. a. After finishes are accepted, the Architect will use the room or surface to evaluate coating systems of a similar nature. 3. Final approval of colors will be from job -applied samples. DELIVERY, STORAGE, AND HANDLING Deliver materials to the Project Site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label, and the following information: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. r I r paurrbip, inc. — ar(hitutr U interiorr r j_. 9 1, is I_ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 4 LUBBOCK,TEXAS 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. VOC content. B. Store materials not in use in tightly covered containers in a well -ventilated area at a minimum ambient temperature of 45 deg F. Maintain containers used in storage in a clean condition, free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and application. 1.7 PROJECT CONDITIONS A. Apply water -based paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 50 and 90 deg F. B. Apply solvent -thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 and 95 deg F. C. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. 1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by manufacturer during application and drying periods. 1.8 EXTRA MATERIALS A. Furnish extra paint materials from the same production run as the materials applied in the quantities described below. Package paint materials in unopened, factory -sealed containers for storage and identify with labels describing contents. Deliver extra materials to the Owner. Quantity: Furnish the Owner with extra paint materials in the quantities indicated below (for the types actually used on the job): a. Exterior, Flat Acrylic Paint: Two gallons of each color applied. b. Exterior, Low -Luster Acrylic Finish: One gallon of each color applied. C. Exterior, Semigloss Acrylic Enamel: 2 gallons of each color applied. d. Exterior, Full -Gloss Alkyd Enamel: 2 gallons of each color applied. e. Interior, Flat Acrylic Paint: One gallon of each color applied. f. Interior, Low -Luster Acrylic Finish: One gallon of each color applied. g. Interior, Semigloss Acrylic Enamel: 2 gallons of each color applied. h. Interior, Full -Gloss Alkyd Enamel: One gallon of each color required. i. Faux Painting Products: 2 gallons of each product/color used. PART 2 - PRODUCTS 1 I f Par ombip, inc. — architatr U intcriorr I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS 2.1 MANUFACTURERS PAINTING Section 09900, Page 5 A. Products: Subject to compliance with requirements, provide one of the products in the paint schedules. B. Manufacturers Names: The following manufacturers are acceptable for supplying materials for this work: 1. Benjamin Moore & Co. (Moore). 2. Sherwin-Williams Co. (S-W). 3. Kelly -Moore. 4. PPG Industries, Inc. (PPG). 2.2 PAINT MATERIALS, GENERAL A. Material Compatibility: Provide block fillers, primers, undercoats, and finish -coat materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. B. Material Quality: Provide manufacturer's best -quality paint material of the various coating types specified. Paint -material containers not displaying manufacturer's product identification will not be acceptable. 1. Proprietary Names: Use of manufacturer's proprietary product names to designate colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish manufacturer's material data and certificates of performance for proposed substitutions. C. Colors: Match colors indicated by reference to manufacturer's color designations. D. Contractor shall assume multiple color will be used in this project. This means, accent walls in a majority of the spaces, colors as selected by the architect from the full range of colors offered. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with the Applicator present, under which painting will be performed for compliance with paint application requirements. 1. Do not begin to apply paint until unsatisfactory conditions have been corrected and surfaces receiving paint are thoroughly dry. 2. Start of painting will be construed as the Applicator's acceptance of surfaces and conditions within a particular area. B. Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers. f I r Partowbip, ioc. — afditutf U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PAINTING Section 09900, Page 6 Notify the Architect about anticipated problems using the materials specified over substrates primed by others. 3.2 PREPARATION A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted. If removal is impractical or impossible because of the size or weight of the item, provide surface -applied protection before surface preparation and painting. After completing painting operations in each space or area, reinstall items removed using workers skilled in the trades involved. B. Cleaning: Before applying paint or other surface treatments, clean the substrates of substances that could impair the bond of the various coatings. Remove oil and grease before cleaning. 1. Schedule cleaning and painting so dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. C. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified. 1. Provide barrier coats over incompatible primers or remove and reprime. 2. Cementitious Materials: Prepare concrete, concrete masonry block, cement plaster, and mineral -fiber -reinforced cement panel surfaces to be painted. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods of surface preparation. a. Use abrasive blast -cleaning methods if recommended by paint manufacturer. b. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and burn, correct this condition before application. Do not paint surfaces where moisture content exceeds that permitted in manufacturer's written instructions. C. Clean concrete floors to be painted with a 5 percent solution of muriatic acid or other etching cleaner. Flush the floor with clean water to remove acid, neutralize with ammonia, rinse, allow to dry, and vacuum before painting. 3. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off. a. Scrape and clean small, dry, seasoned knots, and apply a thin coat of white shellac or other recommended knot sealer before applying primer. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sand smooth when dried. b. Prime, stain, or seal wood to be painted immediately on delivery. Prime edges, ends, faces, undersides, and backsides of wood, including cabinets, counters, cases, and paneling. C. When transparent finish is required, backprime with spar varnish. d. Backprime paneling on interior partitions where masonry, plaster, or other wet wall construction occurs on backside. I r I f Partowbip, int. — arcbitcal U Acriorr i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PAINTING Section 09900, Page 7 e. Seal tops, bottoms, and cutouts of unprimed wood doors with a heavy coat of varnish or sealer immediately on delivery. 4. Ferrous Metals: Clean ungalvanized ferrous -metal surfaces that have not been shop coated; remove oil, grease, dirt, loose mill scale, -and other foreign substances. Use solvent or mechanical cleaning methods that comply with the Steel Structures Painting Council's (SSPC) recommendations. a. Blast steel surfaces clean as recommended by paint system manufacturer and according to requirements of SSPC-SP 10. b. Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before priming. C. Touch up bare areas and shop -applied prime coats that have been damaged. Wire -brush, clean with solvents recommended by paint manufacturer, and touch up with the same primer as the shop coat. 5. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum-based solvents so surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. D. Materials Preparation: Mix and prepare paint materials according to manufacturer's written instructions. 1. Maintain containers used in mixing and applying paint in a clean condition, free of foreign materials and residue. 2. Stir material before application to produce a mixture of uniform density. Stir as required during application. Do not stir surface film into material. If necessary, remove surface film and strain material before using. 3. Use only thinners approved by paint manufacturer and only within recommended limits. E. Tinting: Tint each undercoat a lighter shade to simplify identification of each coat when multiple coats of the same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat. 3.3 APPLICATION A. General: Apply paint according to manufacturer's written instructions. Use applicators and techniques best suited for substrate and type of material being applied. 1. Paint colors, surface treatments, and finishes are indicated in the schedules. 2. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film. 3. Provide finish coats that are compatible with primers used. 4. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures, convector covers, covers for finned -tube radiation, grilles, and similar components are in place. Extend coatings in these areas, as required, to maintain the system integrity and provide desired protection. 5. Paint surfaces behind movable equipment and furniture the same as similar exposed surfaces. Before the final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only. r I f Par ombip, i0c. — ar(hitcctf U Acriarr : CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 8 LUBBOCK, TEXAS 6. Paint interior surfaces of ducts with a flat, nonspecular black paint where visible through registers or grilles. i 7. Paint back sides of access panels and removable or hinged covers to match exposed surfaces. 8. Finish exterior doors on tops, bottoms, and side edges the same as exterior faces. B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. 1. The number of coats and the film thickness required are the same regardless of application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer. If sanding is required to produce a smooth, even surface according to manufacturer's written instructions, sand between applications. 2. Omit primer on metal surfaces that have been shop primed and touchup painted. 3. If undercoats, stains, or other conditions show through final coat of paint, apply additional coats until paint film is of uniform finish, color, and appearance. Give special attention to ensure edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 4. Allow sufficient time between successive coats to permit proper drying. Do not recoat surfaces until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and where application of another coat of paint does not cause the undercoat to lift or lose adhesion. C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators according to manufacturer's written instructions. 1. Brushes: Use brushes best suited for the type of material applied. Use brush of appropriate size for the surface or item being painted. 2. Rollers: Use rollers of carpet, velvet back, or high -pile sheep's wool as recommended by the manufacturer for the material and texture required. 3. Spray Equipment: Use airless spray equipment with orifice size as recommended by the manufacturer for the material and texture required. D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recommended spreading rate. Provide the total dry film thickness of the entire system as recommended by the manufacturer. E. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to items exposed in equipment rooms and in occupied spaces. F. Mechanical items to be painted include, but are not limited to, the following: 1. Piping, pipe hangers, and supports. 2. Heat exchangers. 3. Tanks. 4. Ductwork. 5. Insulation. 6. Motors and mechanical equipment. 7. Accessory items. G. Electrical items to be painted include, but are not limited to, the following: f I f partnerfhip, inc. — aditutf U interiorf i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PAINTING Section 09900, Page 9 1. Conduit and fittings. Located in rooms finished for occupancy. 2. Panelboards. Located in rooms finished for occupancy H. Block Fillers: Apply block fillers to concrete masonry block at a rate to ensure complete coverage with pores filled. I. Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by the manufacturer, to material that is required to be painted or finished and that has not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn through or other defects due to insufficient sealing. J. Pigmented (Opaque) Finishes: Completely cover surfaces as necessary to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable. K. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no evidence of rolling, such as laps, irregularity in texture, skid marks, or other surface imperfections. L. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with requirements. 3.4 CLEANING A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from the site. 1. After completing painting, clean glass and paint -spattered surfaces. Remove spattered paint by washing and scraping. Be careful not to scratch or damage adjacent finished surfaces. 3.5 PROTECTION A. Protect work of other trades, whether being painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by Architect. B. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protective wrappings provided by others to protect their work after completing painting operations. 1. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. Comply with procedures specified in PDCA P1. 1 I r partowbip, ioc. — architects U iotcriorf : t CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 10 LUBBOCK, TEXAS 3.6 EXTERIOR PAINTING SYSTEM SCHEDULE A. New Galvanized Metal: 1st Coat Solvent Cleaner — Primer 023 00 Freshstart Primer Zinc dust primer Benjamin - Moore 2nd Coat Benjamin -Moore Superspec H.P. 3rd Coat Benjamin -Moore Superspec H.P. B. Existing Galvanized Metal: 1st Coat Benjamin -Moore Superspec H.P. if in good condition — if not, provide painting according to 'New Galvanized Metal' schedule 2°d Coat Benjamin -Moore Superspec H.P. C. Exterior Steel (Ferrous Metal): 1 st Coat Benjamin -Moore Rust Inhibitive Primer 2nd Coat Benjamin -Moore Impervo Alkyd Enamel 3rd Coat Benjamin -Moore Impervo Alkyd Enamel D. Industrial Exterior Enamel: 1 st Coat Benjamin -Moore Rust Inhibitive Primer 2nd Coat Exterior Industrial Enamel 3rd Coat Exterior Industrial Enamel E. Exterior Concrete Masonry Walls (reference drawings for painting required): 1 st Coat Recommended Primer or Moore Guard 103 — Satin, Benjamin -Moore 2nd Coat Moore Guard 103 — Satin, Benjamin -Moore 3rd Coat Moore Guard 103 — Satin, Benjamin -Moore F. Exterior Cement Plaster Walls: 1st Coat Recommended Primer or Moore Guard 103 — Satin, Benjamin -Moore 2nd Coat Moore Guard 103 — Satin, Benjamin -Moore 3rd Coat Moore Guard 103 — Satin, Benjamin -Moore j, 3.7 INTERIOR PAINTING SYSTEM SCHEDULE A. Existing Wood Doors: 1st Coat Benjamin -Moore Freshstart Primer 023 00 2nd Coat Benjamin -Moore Superspec Semi -Gloss H.P. f I f Partnerfhip, inc. — arditcw U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS B. New Wood Doors: 1st Coat Benjamin -Moore Freshstart Primer 023 00 2nd Coat Benjamin -Moore Superspec Semi -Gloss H.P. 3rd Coat Benjamin -Moore Superspec Semi -Gloss H.P. C. New Wood Trim: 1st Coat Benjamin -Moore Freshstart Primer 023 00 2nd Coat Benjamin -Moore Superspec Semi -Gloss H.P. 3rd Coat Benjamin -Moore Superspec Semi -Gloss H.P. D. Existing Wood Trim: 1st Coat Benjamin -Moore Freshstart Primer 023 00 2nd Coat Benjamin -Moore Superspec Semi -Gloss H.P. E. Interior Stucco/Plaster Walls and Ceilings: 1st Coat Fresh Start Primer 023, Benjamin -Moore 2nd Coat Moore Guard 103 — Satin, Benjamin -Moore 3rd Coat Moore Guard 103 — Satin, Benjamin -Moore F. Metal: 1st Coat Factory primed 2nd Coat Interior semi -gloss enamel 3rd Coat Interior semi -gloss enamel G. Gypsum board (walls): 1 st Coat Interior gypsum board primer 2nd Coat Interior egg -shell enamel 3rd Coat Interior egg -shell enamel PAINTING Section 09900, Page 11 H. Gypsum board (high humidity restrooms): 1 st Coat PPG 17-921 PPG SEAL GRIP® Interior/Exterior Acrylic Universal Primer/Sealer 2nd Coat PPG 16-510 WB1 Precatalyzed Epoxy (Water Based) 3rd Coat PPG 16-510 WB1 Precatalyzed Epoxy (Water Based) I. Gypsum board (ceilings): 1st Coat Interior gypsum board primer 2nd Coat Interior flat enamel 3rd Coat Interior egg -shell enamel J I r PdROMbip, roc — dr(bitNtl U iatUiorr I t CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS J. Industrial Enamel: 1 st Coat Primer 2nd Coat Interiors Industrial Enamel 3rd Coat Interiors Industrial Enamel K. Interior Wood: For paint finish: 1st Coat PPG 6-6 Speedhide enamel undercoat 2nd Coat PPG 6-90 Series low sheen enamel 3rd Coat PPG 6-90 Series low sheen enamel L. Interior Wood: For transparent finish: 1 st Coat Rez 77 line semi -transparent stain 2nd Coat PPG Speedhide 6-10 sanding sealer 3rd Coat PPG Lo-sheen varnish or flat lacquer 4th Coat PPG Lo-sheen varnish or flat lacquer M. Interior CMU: For paint finish: 1 st Coat PPG 16-90 Pitt -Glaze Blockfiller (Moisture Resistant) 2nd Coat PPG 16-510 WB1 Precatalyzed Epoxy (Water Based) 3rd Coat PPG 16-510 W131 Precatalyzed Epoxy (Water Based)I COLOR MATCHING FOR THE BUDDY HOLLY CENTER PAINTING Section 09900, Page 12 Existing Stain: Sherwin-Williams Wood Classics Interior Wood Oil Stain, Natural Exterior: The "red" is Tnemec Series 156 — Enviro-Crete color Monterey Tile #28RD (formerly SC05). COLOR MATCHING FOR ST. PAUL'S CHURCH Sherwin Williams (5-21-01) A40W51 Manual Entry 12 year Classic 99, interior/exterior semi -gloss oil Extra White 6405-12422 Custom Color — manual entry Colorant 02 32 64 128 Y3 deep gold - 5 - - N1 raw umber - 3 - - R2 Maroon - - 1 1 END OF SECTION 09900 f I f partowbip, inc. — arcbitutf U ioteriorl City of k oc TEXAS Hizeoncal Exterior Door Replacment at the: Dd((V HOI V Center aid ft. adlf Church DHC located at 1801 Crickets Avenue & 51'C 4007 University Avenue Lubbock, TX 79401 5L5 Job: 26.2014 Date: 06.23,2015 X t0 w m n °i N x Ln N tO 7 0000 +0) U M �Li V y ` ARCHITECTS • INTERIORS • PLANNERS n N 00 00 z arc PROJECT GENERAL NOTES 1 IlL VE/ENDYnS WAG lMUNCh51r1!✓i qin LR:/>/F WFD Df IJMTIG xxSlRrkT'H IAE ARIpSAV fE A\D / RE L� r.�!IFIYrEEC TU DE MitKATt I1L �UEH 4VEY>k1Ni AV^WhFTp�Yr`iKLL[DE•iRRJO by rHE[itNESµ osirA.•TyR rkal l: iK fSEfnrnrbll CF �fCRATI.rnF� /np D[ WSE rRLGFE WGrni« INt rKR< nN+' C�E.JtEfnrY.ifS Of E V�kS x+M CrC.+rNC• LI WVrfIJ.JIr1:U E«VJ. CY REnM <4 ru i«E hL.',lrtER fSlV, iJ f'MVENrA40T Ah*NI%L z E�au:ERfrw+'ru:<AA`N�u FJFinxc; ununsrtaR rn axnnEvavrirrRc. Ea,uar¢•N,cRnExncxJ u.� YENEIUTWE. RJ CGvttT'I;Cx G'AIEfkU.tGN sNtl t<fnC EE/1EU NiD VRhT.�t EFAtEDAS ItEMJrtEt ! A4 FYLrR'r!rEv'0'l'.1ti`rLfOLEV1nrF rAML=.ry[!/V�i, VrRRrEf,�r�nNDE.Er; ENALL DE rIJIC�iEDANt SCTItiIGF CAVn�{R . '� ER*v Atr«[nHEC Lhntt1V AN4 (Ox:+[L'+VN f'MSUNniiNN AM'M'C nNt All CWNES rtceNEtlr_4 E!urVENT. FUSxMRE LL fr;srvs .` 4'nufch:+GR,nw vcR['.v1c iYl�4rESATON.(,f µL q/(C.IRW C4 n!rF Ir£ C4+fi[!i R(fRE,�tNr.AilIE.4NNfNx c[':Vtiry M iri fµAM 6 nEl.nrER rmrEr.Yrw C%µE ELEVENt'• a .ufew,iwer�ex wu vEEr rutueeExr Dunww: u=aANek[. EEEcm:u. Ttuu+nvr, r.(E ufE nwn Aw nrcED:.nar r:x�.- / [n1"A,'+ni 1«E r!J(tY «ptY fiNiEK A4E AlAlVEC ILIGF�;T<Tir�4\'+•P.WfE [EfA /µM1fEb>fµ1/,rl:�IO KL MEtiC CE�kfSwrtH LYl .m (H: tunbC[L i / V RV �:fNfMN � 4.: [II.rEt�x Sf�Yn�E YlAl p!t H nllLVFp nr F�i«Ee rRr.IEQ NfF .r�RACn rNSf EE rx n D'+.YECrlhREH"NSE � rrrrE,yAfEU ErfE A/AbADutt Of frR DUpDI rGµtY l:ENiESWN.e'.DEr;EMe[R:In!T«r!}N'+rfEbYJINtt H+k. Si rA�A'v /,wf[Ot nYNUDUIY, nIlr nVETPrmAEPWiA'rl I!AIEUVEW.'•U G(Y ut p!CSIVU nuN•w«ucenRE[eac vmu/Wren Etunrrr rEnuccwhp SHEET INDEX COVER COVER ICOVER SHEET X-1 Project Information X-2 Abtroviatlons X-3 TAS 2012 Information Sheet I X-4 TA9 2012 Information 5heat 2 A•1 Demolition Plan & Photos 0 The Buddy Holly Center A-2 Reference Plan W The Buddy Holy Center A-2.1 Reference Plan & Elevation Or St. Paure Church A•3 Schedules & DetaiH A-3.1 Doom / Transom / Cargo Door Details A-3,2 Doore /Tran / Cargo Doors Elevations & OnAlls A•4 Exterior Elevations A-4.1 Exterior Elevations A-5 General Notes A513E5TO5 NOTE BUDDY HOLLY CENTER & 5T, PAUL'5 CHURCH THESE FACILITIES ARE ACM FREE FACILITY ADDRESS: BHC - 1&01 CRICKETS AVENUE SPC - 4007 UNIVERSITY AVENUE CODE ANALYSIS: IBC 2009, IRC 2009, IPC 2009. IMC 2009, IFGC 2009, IECC 2009, NEC (STATE OF TEXAS) 2011• & WORK DE5CRIPTION CITY OF LUBBOCK ORDINANCES AND AMENDMENTS HISTORIC EXTERIOR DOOR REPLACEMENT AT THE BUDDY HOLLY OCCUPANCY TYPE: ASSEMBLY GROUP A-3 CENTER AND ST. PAUL'S CHURCH INCLUDING THE REPLACEMENT CONSTRUCTION TYPE: TYPE 11•5 OF EXISTING DOORS, FRAMES, AIJD HARDWARE OCCUPANCY LOAD: N/A SQUARE FOOTAGE: N/A 5COPE OF WORK, 13A5E BID & LAN05CAPE EXISTING FOR GALLERY/MUSEUM&CHURCH/CULTURAL EVENTS FACILITY ADDITIVE ALTERNATE #1 PARKING: EXISTING LINE1TEM,,fl-5ASE-ND FIRE PROTECTION: THE BUDDY HOLLY CENTER - EXISTING FIRE ALARM / ALL WORK ASSOCIATED NTH DOORS 1,2.3.4,5 & 9 AT NOTIFICATION SYSTEM THE BUDDY HOLLY CENTER ST. PAUL'S CHURCH •NONE I INF ITEM 91• ADD AI TFRNATF a1 ALL WORK ASSOCIATED WITH DOORS 6.7&8AT CON5ULTANT5 THE BUDDY HOLLY CENTER ARCHITECT: 51-5 PARTNERSHIP, INC. I INF ITEM as 5A ;F 1310 ARCHITECTS . INTERIORS . PLANNERS ALL WORK ASSOCIATED WITH DOOR 100 AT 4410 74TH STREET - SUITE 86 ST. PAUL'S CHURCH LUBBOCK, TEXAS 79424.2315 806,794.4726 FAX: 806.794.4667 ATTN: W. SCOTT SCHELLHASE, AIA, NCARB, LEED AP-BD.0 EMBER GONZALEZ OWNER'S ATTN: WESLEY 0. EVERETT REPRESENTATIVE: DIRECTOR OF FACILITIES MANAGEMENT &06.775.2275 FAX: 806.775.3267 162515TH STREET, SUITE L08 LUBBOCK, TX 79457 BUDDY HOLLY CENTER & ATTN: BROOKE WITCHER ST. PAUL'S CHURCH MANAGING DIRECTOR CONTACT: 806.775.3086 FAX 806.767.0732 162513TH STREET LUBBOCK. TX 79457 1 Yi 1 it k.i qX rar MENOMEN 0000001 25 21 T1 13 9 5 •+ REr'tESEHTS PET -A. R ON vRA"*S SHEET SHEET/DETAIL NUMBER REFERENCE GUIDE date: Issues ABBREVIATIONS WORKING DRAWING LEGEND MATERIALS LEGEND , Cnj,e I OoN, "LEM, g, c1WAIC , 11� w 111IL Ell, V111 mc, VnI 1 cv� 611, _E, LC t1 VVVM wt,, L,ETCII3, E, VIE. LltV _.EIEW,' ILI rKM ......... pr 11c, Wt," It" V'lz I- "Sc N11 w- (I, It -T 1-11ILt rikµlH. It, �vl CRrn It- V7,= IL M1^I'frt VWLE 16 L'A cmv#m I.1v zcIr cl MMM W11 ILI "I-, IW I'V11"IE, vIX CY It 471 ;rncccL Ulm= G1 ILI, 4`4 ILIWILl' E—EI Ilcl cl T,,E 7_0 0%% �vl L—I ILIII� IIIIKIE "InIIII, L E,otlN 1,II Om" MM", I c11.1 _t., rrE v I W11 Z1 El".1 I I In GOVERNMENT REFERENCE Clif It "'. 4`,%tc, CLL Di'J elt It tt Iw I—, It 71. rI11. t_:E Er I, E Ila CI, L6.1 Ij t 'I., tItf Er I v.; nal.*a:rLrrwELeoAtnW. loo�,`X,1_ X-2 TOILET ROOMS j e Ro ,!�� 'f-'-i DOOK5 1111 51GNAGE TwTaErINE 66860... -os@ PARKING f. ... HIGHANDLOW FORWARD REACH 510E REACH PARKING SPACE �'$=�l w.rkp '� �`ie;' im M, ei arxex TOILET STALL PLANS 'i 4: ` t ! ___ ___ LAVATORY PLAN w ;EatElvr<cr;.n d • 1 vvvna u�ncn A:';r~;Fc< TEIEFHlX7E FF Ar1N; INfARFL , S_ 6 W/SHARED AISLE .. ".. w.0 9 S MAKIMUM FRONT MAXIMUM SIDE / V V a...k.c w PULL SIDE CLEAR FLOOR SPACE I Kn� •___I <' •� ' 3' q, j ••^ }�1 REACH OVER AN REACH OVER All OBSiRUCTiON 085TRULTION HIGH AND TURH AROUND ION REACH SPACE I..,.�„ 'd4 � 1AN ACCESSIBLE PARKING SPACES W15HARED AISLE _ r1�� SKNAGE CHARACTER PROPORTIONS TOILET ELEVA7101I URINAL ELEVATION 5111K COUNTER ELEVATION LAVATORY ELEVATION d E�—1 z ,,,, ? i w. nvGE:tmE u'rFo�rn •r-----1 1 I 77�� �' PARKRIG SIGNAGE WALU CEILING FREESTANDING MOUNTED a A 1O1""•r. x Z' 11lill a/DETAILS `/rM•r"a, � PROiRU50610VERHAN05 _ ��� GRAB BARS 57A14DhRO MOUN711116 HEIGHTS tArcN>�Mrc(iK" WATER FOUNTAIN5/ TELEPHONES -{{-� _ ""—HY _ _ f / I r" COUNTING LOCATION 51GNAGE f F a a- 13 S'� g% x .§,$ T- INTERSECTION FOR TURN AROUND " MINIMUM PASSAGE WIDTHS �Y. 1��� I '1• S3 1 1 #— fA91 I .+( l � 'L e — `\I / S �i `•uo.vwi, .yu dM1` .a r..r T : • S Y � �'Y.R FORWARD APPROACH SIDE APPROACH WP,iER COOLERS PLAN "" STAIRS/HANDRAILS .,r<• 5EC7ION ELEVATION PUBLIC TELEPHONES CLEAR f100R SPACE IIr \ GENERAL NOTESr� 0 SERIES OF DOORS DOOR DycARPET ,,,�" �•n rc.«.< R,.w.,.r• <"�� DOOR OPEIJIITG FORCE CURB RAMPS • VATHCONTRAST COLOR � ,Tv.a,.n a u " DING ZONE LOADING IMPERVIOUS SURFACE N ,•cane wr` w<w.v...s,<.« w� «n r, ry s m o r o : covs"«.c rnc�lw "•a R OOORCLOSURES r,..o ceArte.wuv: CFO N05URFACES GRATING U .ouisn�-.» vc eiuro «tee>rr 3> 4 w¢^«�r,uw ..1 /J� r �r�[o n ,,��,<xn",s„Iwa.nr«muww<a.rtm. .:f TREADS HhNDRAQ EXTENSIONS a«c.C[*MS m" ._..-.__,� �..- ,n.x,ufnh>Nr4r�yuee _-_.�_........�.,-- ELEVATION CHANGE ..�........_....... ...._��...._..�.,.—_.___..�...... �..: - C._.. �.: -, ,,. _,-•.rs-�,.,�, Q a � ., ,..�a„�,',.�.>erc �. , „ . ., � r `yi>>.w, w�,,. .n.e..u.. '•:il «�>..,>.>,.<v. v.va m.., ..w y::n . �--z •,v,;,.�• v�. a � .,.e..,..,......,w,�x,eMv "' u f - >w�.e.r..,.wv+.....,.v,,. 1'�, Z 1��45 uori�l.wo,u� Moz 8d1 tieaoz slaC+.zxw d 17,foid �iap o'y/ CD ,. -�^ �i,.v .w i. w� n..s.•+nnna.>..1 ].nrq, ♦,...4,`+9.wu� nw...• r, ryl SWIYI110 s n,MTM1 LDI' nr�e.....wu.vr. rt�wnvnni. ❑ I 1 yy �I. I ♦ rsul Ell. INN' n.sar,eRe.vew ❑ - ,mom ...w.r..,�....r.... — .w w«,o ... � `h';.� fmt '• .nMVrr�n.+�, .yr. .>u,h..n�.w.IwVNa .�eV a CPtFC. roS]C t---t F 1 w.,•.u0.. "'- CSIu �� o,ri,w...r...,.. .,w � � .., ..�.,. ,�_,�. � � � � � M`' .,.,., ».n,»M,. ,..,,�r>�� ® O ., .+.n ,.....,rn.,.._-a a-owv�.. V. v«i�.•+.....w ..<a.a.-nw.. ,n 1 I � ,wv.». n>r... w..mm la...«wnm!�•n .. ,. I 1 I � .m n.v..nam, . ,a.n..,.. n.x .v e: r" ,fie -N<• d .. ..... .....� ...�. aara-ara-.rr� No Text f i jjt j1 1 I I 1 3 I f i {i i 1 i 7 t t 1 , 1 � i j ! i j 1 1 i l r- 13ASE BID WORK V 1 � A b- I I 1 1 1 � 1 I I 1 n 1 I T 1 1 I 1 BASE BID WORK - i [Ah no h i I = 70 ^ - • oc r - - - 7, -1 r, p 1 i Is 71 I I: 1 1 ------------ UM i)I z # 1 JlI Historical Exterior Door Re acmcnt at the. W 8 a v €2 s w �.- � 0 ° �� Budd Holl Center and 5t Faul'5 Church u n e�� 3 9 F Q s i'n BHC lacatM at 1801 Crickets Avenue d W bbock, TX 79401 5PC 4007 University Avenue I $ keynotes photo legend -: Evw.y•Wltaroinnuita ran..i-pa1sC.N..0 wwtrntiun. 1 v�A et 2 1 E.»[ry.w.ro.b io n.wr-point J..ti taroinXlbn ?11.21 Y Exibt`y be/+rp frwne Wl[.awn.», • +;/Api L»i.y.lwf. N.mt, inn[ [rwimXN./vw [o M. rrmrA. 4rmate t+leiM.e+[Meirgpry. (� 1k.gntM[r Mv. ikwb�nilv4t M.rl Nwnrlpnoan geFm H lkwgr9hrtk tT pe... penl.bmwA.w[M • . YER W N z 4 Y 4 zA or E l aW Match 'n vEt r•z srr FYER, vr.YER. i r•ll'u'+" r,Lrx rou, w N f ;4�A ER 9 E DC A •z u.k wro hardware schedule door schedule r a� f IC..{`v tAAR/!.:tiT+r,l+r (sU uq ttl:NEY b 2 FA EPI D-I MM 6mr, Et: SlrfntHf N� (w z 2 u CA Cu_ c SCFJLAR i<.JQ+r.riC tl•FriCW .r ES SAr,iCNr [GGNX-D F G i�(•Nl 1l.'J rtJ IEVFI' � Wes. EA OSv;M f�:V N r¢u(u EA IC4C KFM ..t•M M1i fEA!AC 1 SEi AitWJAL 4'4+.L'M+ >L IE— door schedule 110. `.AZE 111E CD1GT, fYfE `u4.fi IIEAO JAEID �4L RATRIG C' /v'E �� 10P rNR 2.1 S•+'w'r-r, (+ `uYll �nl 9'!IA• f)lA-21 'riA•2I dA-21 21 door schedule notes ? 1 OtTNRY dEE O:AR!+EE �E IRIN•L CFCICTMG FSAVE I-M ;'•tt!->Yt•*H:ik i� :✓ULL NE GlLE IC[iNSE'>t.ELC AN: ELVE Flt/.kE'.:F 9 Cl[.VJtY.r>•ftt Fv'r;S. A[El'�+•rH�cuV.c7> r�{y',ArtnCaEuurSAyE EErn� a nDtGTEC OfnE[flEF EFES10 rnrFR4/E [Frrr-FG[RI1r1 fSU4E t DCnR TfE [FFEC 10 r(A'R ArF'JJR.CUIf E DEil;5 FIAUftE CEilh N:• ....•i/ik�t:HEEr1A S 12NFF,R IfSh.TSv.f[H Y RE-5 >YN->rNrrkfV 0.Y:ti+ nLL."ITE UIW Wn1 G.Af;A rAnl` GFN FAIN �+ fist wAt LC4rgRu:TV'I N[W>nir�Eif, D:C•R F" -11 MV RfNEt!u SQGuYEO FSGI•vi fAVl'.iL.rrCM.RY5IMFNAi.: u1f41 fE EF.P!SELr NEW SYNir¢fY, iKII IIOPgE 19Y11CN F,U1Ni rf01ELfE0 PR41rirt FrAIDpWErrt A1F b/HV•'rt'Er,F[inACl.fE-Tt NX•[AS/.vEHM E95fEH rSi.F¢E rO UIt'M HEXiYMrctC![Au[UvutM NEr•'wEA1E4[:+iMnrl,• CANIS)i CE SEV✓.CD MDREfµ:EV WApCitDAY rLEA:tCIY`RC91AiC t[M1Y Rtv:iAFCtY EYJfEV R, EItir1Y,F fr, vAiClt n.'511AIWEANb [dNEVAM iwE(afY(NUk".Up.aa`>r[u"r(N[Eruerrrtenrt rlAt A.rrninlr rlfS �T`rtM �a rincm*ttrlunm NEY: I:ifRA'tAt rR:fR! i�- HEN �YNrrFii DC4R VAt�n rrAfM % IROP4E i4 YAr� w CitifN:- NQN VA" rEvrERE0C1I.1. NEW taLR f4fTJu 1G NA1�H CA:T C�AFr ,s door stra al detail INIEM EXTERIO& •y NENtvF.AnIt FD!,!w Pu/S A. 1 1 NEW trRE�M;tp A:N `YNfrCrintu f[F{[c iD VAtin HEX IYMNEfY, rIANiIW CR fW.• MALAb]fOI,N .'vfN.44EE tl 4xdiil rY WYRIMPC rR['Yti;% A14'"Ifi MI,c; do r sill detail N W nm.Erce Dxrur NEWE.nfMEfC FSAV[ IViC6r, i0 GAL':rl Pyiii� o i Ef 1 r!•µ WNSiSN.TY.N I V $n1MEty 1[M i� W IIfVVAICHCm1. INiER10R E1fTER1 ___-- 0R e :�kfwr I[uuN; reA+GEre[ y rxwwE•n+Fc.Tcirn.T NEw4YNM1,EK rRAVE� ASW iYNfi4;1•:CU[� rIUFAr fOu.i if r}�rM'• rSU6L io UAi!H E1bMX• 'i d or iamb d tail N m 1 Church - Fast Elevition UNE MM12 I !} •2 earl vrnr/r I®I I L w +� 12C f�� LEcrLi E^r Fl w Pl— - St P... ra r:h—h tit ...•T •......, •1 z t O D molition Floor n - Paul's Church = +¢ ux vs:r-m Umm E..m [ate urnnn �rN G..-.- i rcU"EA fAl. %9(AtA F t •:<r rit:tr4f fA n•>-r_S tA/„+'//,.'3t 1. [.• '4h f4 f00.'Gt' •4[Vtl W 51Zf EA E•tt C[r. !•wA R }! EMCL !A5 R �aK � r�iT4r EA IL4.tR !'.9.YE+rRTp F{y,, yG�-CX( 2 [A u(•t•[[ '[ pFerA rC C-t • 2 rllR Zai'•T EA Sk'kA.rE Mr1lPM Gt! 4SE[W:V4 2 'A tE:4 1C MI['IJ:A' rs! [.:UJA�:r 5 rAIRTV.Y r EA inr2rrA�4p M5 '"W 1t 0iq•E: wHC ilvE YJ ICuld rI.IG Li>'.l ' v[T r:A•_SEi'.AI: l•�:5[64! fEwC :;[i [r/uSEnv: A�':w14rW !ti rEtr4` V+i .•r!i MM 1 'A 4Rrr ur L(G' 'M fEl1.rL EA Wr'alV my :MC4C 74 1 rEl,t4 t 2 EA U D['J'(:AI" -AD Y•i rrLNL MKKW"T 7*, Mtr /i:• fE&tt BAR Z�•;r - f •.Er ISiGCrL t�Df'Ll:p Tti rmY j I _.�»..._ tt!/.uW tFruR nv4 REfUJ n`v EE�LXRlD hLL:Rt`4: tEYAR IAt [EhA: E A:tE!:!rtE4 [EIAN EAvtrtii!we AS HE:ESEV[r UUKf AAfiM4 rCA�VCfEt I:EW 5111McfK tRCr CIVV. r.[CDIf. YERVCR[ '+EAtAM A[PIrGr TERnrER[ T[vf[6 TU rnATI,H V�n4i mw S1Nfn TK CAWJ � VAT�rr lr.fTMNi1GiR1Y-- >IEArS=[Tj ,E YArl1,TM rk U iG VAT:JI EDi:TMG 4CIH �tNfrh:n; rGAMI:' YfN(:CW MD P^Ct': A.✓N:'• fREFtf, f0411':N F45II•Y• L'A'5wH MENvMTMKiUr.[N;i — LrA'1tNERMrtANDrrPY 1'*IMATHEk DEAL At(*nIN f QEIE[ ✓[OERC fU NAt•.w CAt irK'. CiIAIE IUG noY.E RNx11E ^,rANE RGIf nKfi rµNt — WNERENrLIIYAE A'EY/YTI(fMir_TOC\-TfLa4E iG YA1(,'w C,pSMY' �+[IXYE EA[I4ryE A'n1E[tC -IKII.III-1 nfamb dctaiI - door #1 In iamb detail - door #8 nLU.uKr Rfrnt ANI [FACE lv r Wtr[ET' RETAx EY�i14t3Wb i.NC3S^,EGt `.EALINr IRGr�N9 rERwE, lF.r. :.µ[S AUA�44 rE[ VEIE[ A[N; YNMETY, R+I AEA' in1fNETC [A:a•x: VAfrN;A:E f[UAE to rnP.N rnSfY!' AtW YW RE fY wpJ<SK MNIXWI A.A9 nc7l cr NfrrEiK hRAY:V•, [(gRCA w IR4)AE i0 rlAiirr E4�tnu,: HEM;•TIIirQtK ti1n f4 YAirr. K'�Ir[K Gid IND![C�0.E ('MLU:CLYri•M r.EWY;rNrw:rK rtA•, LfL'IIKN iD YAT•„M rr-iN�C:rEE A•S A LN' fEYrERF.4'!'nNt[EL �tct'm � • £rf Rw.1/W)r/ L� •,'i"llV+. _ tR'>11 rhG U SrfEttNV' A!C:. a4L uµ:'f[til:S I :Et ri•'lEIH:• N:51EN! T'� fEVw I C:Jt rCTTiV fMT. Dh� f V4: r� i•RgAe Ec;nu a+c'T. CAM AtOND W VEIK ' AC11:ttITNET4 �144:' 4Afl;n :DZE AW I[pEAE M1mlrr Tt-o: L'CyrV AlNAEAirrEt LUL Afi'tNU rE[wETER N, A'�1Nfrf,Tt: NJI[�fU.'rRF 14 VAI('M EISir4'. NOTE, lllmtril Shwfit lCnfµtl rf'l.r:CCEiV Vr.'hK.R, AI,^.[in Gft, INM EREUfM Y)REN,ES CNW llr fjfE - Alo NrE[aI. MI:A1, cwunvAnxaftatcrtc �EA,UNi AR.h 4tr HEWS'lllfnEIC G15Yll�'YAI!'n rER4rEftR SItE AND fiDEGE fO rrC:i4Rr rlNMw ll6 MYS 1.>r• rrEW vMirrEft; R:4- Af.W RNMEfK iRAYE rfr"KRE t0 Y•r!N El•:.., •K rfyfit[ Tp uATEN Erl'iflV_: H[w>mrru�rr. DCA:R r�N'MAMER SEII YRGi+tE f0 VAfiN E[•$rlrj'. AtJIND rEknrETE[ UA'1EA1fE[EC .rurD[R l i rEb rq;tnl4RCL Ep.YE AJ4T ErEEt n!k; re rE YluvrrE4. YA':rEC •IlD [E'f [4 ry tiN orFtccw;ra�m4 4 V [Dal iCUIC fA Vhii,r• EY1jrv.• NEMWEAf1Ek YEµ N'NWElivft }IL � 4EwfM:CSWRD •.:ouAF rE[hnEtE[ AEN YTNfwaK EFAr . f[„fkETir UATM Ei�irrK hcadRranscm detail - doors #1 na�section detail - door #8 door schedule r i`iEAH:Et'E P+:t ErLE I:i H.iYN4.1EPA'i[Yb • 1A.E-E wr-.^.nfNEn. wn er wo- r::[ IrdiEMJtD Ala E4CC :LVtA•�'Att 0.\:t:r AtE t'+<'ir r:1[u.4_L'.i ^ fRAYE:•l'E n;•r;AiEDOirYRNT,:[ -•R Nr'.At[D R,O ERAu r[..UE CfrM I EFE[ f011V RAVE LEili iL[ r[AVE ttCtiTrC RCFER TC [v:.[nrE V>�C4tE r[LVrIC G DEfAu 6JAWLE ICNEE[I:;iN-.IRX1Rnl DEtAM1 Iq ...Fq;Pir•MEET rx. ALL NA[Mf4t(r,GYV^ 1'r1 rAAI'N Eii;tilii door tvoe schedule O co O O [general Note i. Refer to sheet A-32 for doors• transoms 6 mrgo door Retails end tnforTrEatlon. L z� �a HEAD DETAIL NH!'.YNftRi/; [tC:hw.:liW aEAUNT It!nr+0 .Alit ARdrhp R.txAEtEt ttO�N.:. IErAt AIC RffAK ERGIIHG Ea+,r IEbYERR RF.RN_E I:i Rv1nV,V I.'r rlt•:G': A[Y VEw:»1tMit: tVCCtM 11W HEw»Ina_n: {tN. H:I/5»RIE;IV; iI.AYE• rl+rElf iL YAL�H 1G:I[£ to uAf :h EI::^inK� WT. v"AIRSI,VrJIS fEIAYERR aEAlAYf ACUJW !AUTA /A'AnDRRNEtEt NEHS»/111-^iC (tiA .lJUvr A[GJW fERS/E1Et /EriAIERR NEWY�EAirgK 9tlt IRfNtE 10 rlin]r E�ltSNJ AY`w>'Yl/MEFK.�A V✓4Ator rRM>YhtHfiCiRAYE /,Sy.Nn r[tMFRR N[M�rNiKf/{fM HZE ANOIKOiREMfM r[EfGRA h'E'N HYNitfEfY. RN IYPIAE I/IYI{Gx F.IGTM• IRC3Rf rG YA .h EYIiiNAr AISGW NCO tIitN GAy'Yi EIEIi t+l Y11G11 t+M( HfWi YHEnC MA NCY/>»firf_n; FRAYiVi VA'.erY NCA KItK11i l YR r(OYAfM E+C w, IG:F1E T� YAt(11 [f^.'nv5 n[NND fE[MERR NE!![rF1.TH<[ TEAL I.kMNC r'EOArERC wCHrS «Yn AVDYArNr Sill DETALI CIRIr(IE iCRII�k SNIF;tIt NEW>»fIHEfK LU't rRDEaE fi' NM'<YNMET/. fMfV AYY[iG/.%! YA{:rl EXrilrWi �t[SRiU A[W <rNTHEfC eKW <YhiNEtr: W IL 6ISD/ v 'amb detail - doors # #3 #4 6r #9 r/ 'amb d it - d # vx[l. r[u � eLr� ..-pro• :� �,[. s•.ro � j FI VA'aYEK [t+K'i.rRI RE INt nvL e �s'ati2R' [EILA'E Iv tEV ItEt' IEfAR EA;irRl'i+:Ah '! i l detail - r # MN1L`iARY tiEAI.IHT ARryrIC IEnYERR NfW SfMHEt[; [IS1r.: YAf(.n EilE. ANC ISOFIIE iL'�H^it�ff, WnYy'N AVG EI<{N[= vA_MRY TJS �Ary rl[N'v»fMEM1; rSN . P•/R wl,,.v..: lLifr:fl4/: vrhn' Yu[l Iwitr IOYITCH ftLSfyk rllW EAE+r tG 4Af(r r1rA'SYNtnttA:IIAYN; Eri�.RK G2E ANL'fRLFRE ittNRE TO _10.61Yi(: Il[w Kdl[ IRKS IIINt CtiA2�lJYYM1$ —� rrC+!!•»IinEtK ISAVi.M F tEVYCt[D rluL[r. N rc YAr;n antc[ft� A! n_Tort: r+zE+ym rtCwF iW.T4iIL RE!/nREE Nn . RM1 V¢.MLRAAPE TO YAfGH WPJI, GI rtrsry„ htH1»/TrrE NE+l lIEA1MR ^£N f.EnEI fttfKE L'YAt;H >irY• AMN4D fEGUERt # 'HErC P'SM CYIICH E[frxti MFR SFAt EHaD VS a u.A. i11"it - doom #1 #3 #4 #8 & #9 Hr J�11 SVC tt I. 1 A1I<A'K / ;.TM I'M 5W.,Ek NEW sTNtri14llGtXri?! iRN EL7,R/VC/+RM efuua nranr ffRNEFER E[S.(nfr(GC{pr HtLt SVt :F,V,ANtnm'.NS rERNEiEt rqw 5»IMLrr ft. RELL:+I Ntw>»m.En: R,N . HEW rSCi HINt:ES N4 H/I[WAtE . rNvl f YOREtO UAif.H rGTw? ri0EtC 10 UIw,n F.IF:tyY.• r:Ew M.Tr1Eh: EtI.YN: NFNSYr11rR. f4'ir ftP•LE ,IHv� Ir�{KE fO YAirHEl�NR• HEW f+viEVEt fO MAipI R,1N.: Hryl5YN11Ki4 DLLt RY'R TRC FLEW NAi'H EA;inH: h[N rF_ATNER ^1t✓rRY• r.ENaYNM[i!, rCatr t0 YAiGn fltSnN:'. VEnvfhilgt4R N� [trilrlA�,}REL ESAVE ulO SREt eft. t�lE ;Al IA:rED. VA'ifuRREO:.tANVtFL �[A55 YAvcv. AID 10.1 t0 RI M1M ELY.t tCM+fRu':iR14 of rtEdamt, .1otail- doors 7 o tai - drs #6 & #7 doors •� w.w x• o ro 's ,a,ls h• a rlr r1:W"AV rHLt SRNrnq MEHSYNir�fr; MGR /MEK.YMrkn: C(<•[.rYIfAF NCHRA:tEV5t !R(A"4ET�4AL:N EN-rv:; hws+Hrrrrertnu••r•. / ro rinr.HEwmr: fR1:{CE iv YAf_H EYinWi VEY; llEA1NFR SRNTrY.: r:Fw SrNrr�tt R.I i(// IT,r;£yE TO YAT/!r r1Ew STAY VALET NM wfAfW[<iRbIN: Gt/vMf >EAVwVi ASGIW HEw yYNiH[iY, CREI.TEH e fE[WFRR Y.CO�It M1W ttMrr!! < Ert'ii ANt;EE ItYI',YNMEtG t[6:f.MM1/iRM i 1 FIC:'rlJYr ElCfti;•EC;•Eor H",t!R Sl/A E'A[AI /�Y1tK FtrFftMF MAEMRH' fOSEYAtI yIY tVEK v south 'a b d tail -door #6 dt #7 ' I I - doorsloors #6 br #7 Door ElclratloneLDctafls_GeneraLNote `eau. I i5"" 1. These ekvatlons and details were provided by 5alt fork Woodworks for the Buddy Holly Center project from December 2009. These drawing6 are for informational purposes only and all dimensional data, trim/molding profits and condition shall be verified prior to bidding and fabrication. 2. The details may reference wood product darzMaing, but for this project, all materials will be synthetic (fiberglass) as noted throughout the drawings and specifications. _ r,r k � F] 7 F s � El r F FI I E j k EU TO Y Q O O •'%� 00 L0 C IN u w n, 7 a 9 z(Poor 9) z+ D r T D r r/�^, A (Door 1) •i D r ype 6 (Door 2.3 & 41 _D2pr_7�pe •s n.,v.,•sn_. •� wu �.. ;w.l'✓k46tEMirALLEC _AIYAf:ECAlEhitAUE� VC14 CVLAC> rAM12 �r?I, Pa ♦ yr nr w ran . ur +•rr T1? n• vrr l rrr _ ''a`' •� u+o•,vtx :vcn rs,rcr; ir dfhl p,Gf>fs " p,..Gi. 11 MCMTKiS•alIWaRS NNNE0.5 ti,.a.r .o.l. caa,+s,.w ntrxc . olva rnn,wcncr >; Detail A - Overlay Petaill •a. ec.k Iv<•.ry 'y X� 8 •s ° v 21 aC3 l 4 i '^ b b w F dart: project # - - } ,e... ~�" �� •...... Caroo Dooro aAss iusrar oEr... Elevations 6 Detail6 Tvoieai Door Details Q Tj ral Door/Transom Door Section �1 Door T pe E (Door 8) r. T e D (Door 6 & 7) r-- - r--, .— --• r----, f•---,1 i ; j i i I ; IMM i m } _ s I 4 1 jT T r FY i 1 =5 E F O I � j 1 R O 1 � i f PI-0 ¢� P E � ga �� 3 d'. Historical Exterior Ooor Replacmcnt at the: 8 a Budd Ho Center and 5tl Faul'S Church � 3 �� BHC located at 001 Crickets Avenue & SPC 4007 University Avanua Lubbock, TX 79401 q j j i i i 1 , 7 � I { ' Y ! I �= I elo I 1 I m ! ' I Ul � I I I i i i i I i I I � i 1 � i i I i H15to ical Enotior Door Replaent at the: �g meI p buddv Holl Center and 5ta Faul'o Church_ ° i'ca::.- x'�t..i, a-., ..�, t�-:::-�,e� s5 r.;,... 3._, �,.r'-.. �,.. ,.'w�;t -.r.;. gam+ 6HG located at 1801 Crickets Avenue d Lubbock, TX 79401 SM 4007 Unry mity Ava o y Ij --I t demolition notes 1. General Contractor shall visit the site and verify all conaltions prior to submission of the bd. Report any dlscrcpancbo between Construction Documents and existing conditions to Architect immediately for clarification and/or correction. 2. All work is to be performed in a first class workmanlike manner and comply with all governing codes and ordinances and Owners regulations. 3. Arry power outages must be coordinated with the Architect 45 days prior to anticipated outages. 4. Remove debris from sits daily. General contractor shall be responsible for keeping the area around the Job site clean and "is at all times. Coordinate location of trash container with Owner's representative prior to delivery. 5. Protect existing struatua. piers, concrate panels, flooring, soffit, bulkhead, etc. as required duriw demolition. Any damsoe to occur shall be reported immediately TO Owner and repaired or replaced at the sob expanse of the General Contractor. 6. Protect existing walls as requirul. Repair any damage that occursduringJamlition. 7. Provide construction lights and temporary power to be used during construction as required. 6. Safely disconnect & remove all lighting factures. Disconnect & remove any hvae ducts, diffusers, grills. etc. as indicated on the drawings. 9. All material (affected by the construction) containing asbestos will be removed prior to the contract by an asbestos abatement company. 10. Safely remove all plumbing fixtures and properly cop all sewer lines, water lines, vent stocks, etc, not being reuoed. 11. Remove all walls within the space as indicated on the plans, 12. Contractor will coordinate with Architect & owners representative at the pm-constmaion meeting, Available locations for waste handling & removal arcs ( i.e. elevator, trash chutes/window removal, roof staging area, etc.) 15, Contractor lay down area, storage/staging area, contractor construction office location will be detenninod by the owners representative prior to the pm -construction meeting. 14. Remove and safely store all equipment par Owners direction. 15. The existing electrical service is To remain in service. 16. Remove all other construction act nocul above that intorferco with the installation of new construction contained in these documents. 17. Owner will have first rights of refusal an all items demolished coda compliance issues I. All work shall be gwemed by strict compliance with city of Lubbock and State of Texas codes, ordinances & amendments. 2. All work shall be constructed to meet the current requiromcnto of the 2009 International 6uildiw Code, 2009 Internotion al Plumbing Code, 2009 International Mechanical Code, 2011 National Electrical Code, National Fire Protection Association (NFPA). 2009 International Fire Coda and the 2009 International Energy Conservation Code, 2010 NFPA 13 Fire Sprinklers, 2011 NFPA 70 (NEC), 2012 NFPA 90A (HVAC). 2012 NFPA 101 Life Safety Cade. 3. Any discrepancies with the above code requirements shag be brought to the attention of the city of Lubbock code official for interpretation and then compliance. 4. All work shall be In strict compliance with the 2012 Taal Accessibility Standards & all adopted city ordinances & regulations for Accessibility Issues. 4eneralnotes 1. The General Contractor and their subcontractors shall visit the site and verify all conditions and dimensions prior to submission of the bid. Should any discrepancies disc between the Construction Documents and aistiw conditions, immediately report these conditions to Architect for correction or clarification. Discrepancies not duly reported shall become the responsibility of The contractor for a complete installation. 2. The scope of Work shall include All work necessary to put the described space in a finished condition for opening of businoss. Only that work specifically excluded in the bid documents shag be omitted from the Scope of Work. 3. All work is to be performed in strict compUnee with applicable city of Lubbock and State of Texas codes, governmental codes and city ordinances and Owners regulations. 4. All fees and permits requiratl to construct the work shall be acquired and paid for by the General Contractor. 5. The General Contractor shall provide all material, labor, equipment, transportation and services necessary for the completion of the work unless otherwise noted In the bid documents. 6. The coordination of all work shall be the sale responsibility of the General Contractor. The supervislon of all subcontractors shall be the sob responsibility of the General Contractor unless prior arrangements have been made with the Owner, 7, All work shall be performed in a "first class" workmanlike manner and conform w the Intcrit of the Construction Documents and To the best practices of the trades irwolved. All work shall be in good and uscabla working order at the data of completion. 6. The General Contractor and all subcontractors shall guarantee ag their labor and materials to be free from all defects for a period of not less than one year from the date the Owner approves the work and/or materials. All work and materials that become defeot'we within one year from the Owners approval shall be replaced or repaired to "like new" condition without charge i e the Owns. 9. The General Contractor shall provide electricity and water required during construction and Picturing of the premises and arrange with the Owners Representative for any special services. 10. The General Contractor shall keep the premises clean and free from accumulation of waste and rubbish. At the completion of the project the General Contractor shall leave the premises clean including all finished surfaces. factures. glass. mirror, etc. This includes all over painting, accso material (caulk, tape, adhesive, etc.) dust and debris associated with the work. 11. The General Contractor shag abide by and cause All subcontractors to abide by all rules and regulations of the Owner. Including but not limited to those pertaining to dress, parking, toilet facigtles, safety conduct. delivery of materiais and supplies, trash storage, collection and removal, confinement of work to the premisea and general cooperation with Owners personnel. 2- The General Contractor shall provide accees panels as required by the Owner and the nature of the equipment instaged 13. The General Contractor shag provide a schedule for all circuit breakere, valves, etc. to Owner at the completion of the wort 14. The General Contractor shag inspect the structural system in the space and preserve and protect all structural systems within the demised premloes. Verify and meat all governing building and fire code requirements. 15. The General Contractor shag contact local bui4ding/fire code officials to verify type and number of required fire extinguishers. Verify location as indicated on the drawings. 16. All on site rovis'ana to the Construction Documents by the General Contractor must be approved by Owner within 46 hours by written change order prior to commencing the work. 17. The General Contractor shag maintain one "clean" Oct of blue line Construction Documents on the job site for the sole purpose of maintaining a Project Record. All changes made on these documents In conncalon with final construction and Installation shag be neatly and clearly drawn or noted in red Ink on the prints. Upon completion of the Project, the marked up set of Mue line prints showing the Project Record shall be delivered to the Owner for an "as -built" record sec. A copy shall also be delivered to the Owner's Representative. 0 PAGE INTENTIONALLY LEFT BLANK ri BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: September 10, 2015 CITY OF LUBBOCK SPECIFICATIONS FOR RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement CONTRACT 12418 PROJECT NUMBER: 8302.30000 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.tl,lerei)roductioncompany.com Phone: (806) 763-7770 �A City of u o TEXAS Lubbock, Texas Page Intentionallv Left Blank City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1 ✓ C full d d d t d th I d ' fi 2. 3. 6. 7. 8. V 9. v are y rea an un ers an e p ans an specs cations and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 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. Clearly mark the bid number, title, due date and time and your company naive and address on the outside of the envelope or container. 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. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REOUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. _ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE s INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. (Type or Print Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS I Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionallv Left Blank NOTICE TO OFFERORS RFP 15-12418-MA 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 3:00 p.m. July 29, 2015 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: "Buddy Holly Center and St. Paul's Church Exterior Door Replacement" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 p.m. July 29, 2015, and the City of Lubbock City Council will consider the proposals on August 27, 2015 at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may 4 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 ContractAward date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on July 21, 2015, at 11:00 a.m., in Committee Room 103, at City Hall 1625 131" Street, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.thergproductioncompany com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, '44ar'ta AC-var2Z Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Buddy Holly Center and St. Paul's Church Exterior Door Replacement per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 p.m. July 29, 2015 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 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. '. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 11:00 a.m., July 21, 2015 in Conference Room 103, 1625 13" Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS r 3 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any - addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at hqp://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REOUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with Li all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. , 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 12 13 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. PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language requirements etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: inalvarez@mylubbock.us Bidsync: Nv-vvw.bidsync.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within Sixty (60), ;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. 8 In 9 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP r 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 4- 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 law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or 18 19 20 21 0% 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. PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 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. 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. 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 0 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. 27 W., 29 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the 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. 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. 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. PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. The 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 9 9 9 30 31 others to sign proposals inust be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name: Tommy Klein Construction, Inc. 29.3.2 Proposal RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 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. 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 9 proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 25% for Contractor Qualifications, 5% for Safety Record, and 10% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 25% 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: 10 (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 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 32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the 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. The estimated budget for the construction phase of this project is $ 325,000 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. 11 34. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 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 12 locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: ht!p://www.wdol.gov/dba.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 TEXAS GOVERNMENT CODE & 2269 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL FORM Page Intentionallv Left Blank t.. PROPOSAL SUBMITTAL FORM BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT RFP 15-12418-MA DATE: 1=. Proposal of 'M VVl t ( FiYl �c�)YIS�Y( c� 1��r 21 ,)C Offeror) (hereinafter called 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 Renovations of the Buddy Holly Center and St. Paul's Church Exterior Door Replacement 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 renovations of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to renovate 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 MATERIALS LABOR TOTAL PRICE Remove & Replace Exterior 1 Door/Transom Systems, Doors 1, 23 LS �, 0C7G 7 �r 2—��� 3, 4, 5 & 9 @ the Buddy Holly Center Remove & Replace Exterior 2 Door/Transom System @ St. Paul's LS �2 71 5 DO Church TOTAL PROPOSAL ITEMS #1 & #2: ($ 21 D ? 1. Number of days required for construction: TOTAL CALENDAR DAYS: ( t2l�) ADDITIVE ALTERNATES ITEM NO. DESCRIPTION UNIT MATERIALS LABOR TOTAL Remove & Replace Exterior 1 Door/Transom/Cargo Door LS Systems, Doors 6, 7 & 8 @ the i Buddy Holly Center ALTERNATE DURATION 1. Number of days required for alternate construction: TOTAL DAYS ALTERNATE: �- Offeror's In 4 i Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within Sixty (60) CONSECUTIVE CALENDAR thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $250 (Two Hundred and Fifty Dollars) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after t notice of award of the contract to him. • Offeror's Initials E f._ t. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is d a Cashier's Check or Certified Check for Dollars ($ ) or i a Proposal Bond in the sum of 5 C7. Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is i accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all r 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) ATTEST: Of"racowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date 3 M/WBE Finn: Date: D 9 - i I - z01 I 1Li,1"- "-I. Authorized Signature �tO'V) Printed or Typed Name) Company 7 -cz) i z Up atnci Aura -6 Address City, County State Zip Code Telephone: azo - 4.-'3 E - 3 i + Fax: $Ut_o - T•Zq7 -ZR 59 Email: Ak I Pt'v1 FEDERAL TAX ID or SOCIAL SECURITY No. Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: t= CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror Must be submitted with Pronos I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Contractor (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: _��-��kl(-kiL 6_yylyllcy� ��,C �) (Print or Type) CONTRACTOR'S FIRM ADDRESS: a J.', 7cl 42 4 i NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. PROPOSAL 15-12418-MA - Buddy Holly Center and St. Paul's Church Exterior Door Replacement 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. OUALITY 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: 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 Fi knowledge and experience we bring to our projects. Employees are experienced with similar projects as evidenced by past performance. We have extensive experience at restroom renovations. Safety: Safety is one of the most important aspects of any project we are involved in. We follow all OSHA safety standards. P Quality of Work: 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. Contractor's General Information Organization Doing Business As Business Address of Principle Office Telephone Numbers Main Number Fax Number Web Site Address Form of Business (Check One) o Date of Incorporation State of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) I Business Address Tommy Klein Construction, Inc. 7312 Upland Avenue Lubbock, Texas 79424 806438-8777 806-797 2959 www.tkleinconst.com x I A Corporation A Partnership November 1998 Texas Karen Klein Tommy Klein Jonathan Klein An Individual Average Number of Current Full Time I 8IAverage Estimate of Revenue for I S 6,280,000.00 Employeesthe Current Year 5 Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. 7312 Upland Avenue Business Address of Regional Office Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806-438-8777 Fax Number 806-797 2959 Web Site Address www.tkleincoiast.com � • P t List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies 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. I Name of companies. firms or organization I Percent Ownership I Years experience in projects similar to the proposed project: As a General Contractor 129 1 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any No work awarded to it? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten No ears? 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 No local, state, or federal agency within the last five ears? 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 No litigation? 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 No defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. R Contractor's Proposed Key Personnel Organization Doing Business As Tommy Klein Construction, Inc. 'glel In a UNION 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. Tommy also acts as project manager for certain projects. Shad Hartman is our estimator. Jonathan Klein and Shad Hartman serve as project managers. Cory McElwee, Eddie Klein and Chip Prosser serve as project superintendents. Karen Klein is general office Manager and chief financial officer. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No.2 Tommy Klein is project manager. Eddie Klein will serve as project superintendent on this project. Alternately, Shad Hartman will serve as project manager and Jonathan Klein as project superintendent. All employees are responsible for Safety and Quality Control. On this project, the individual designated for Safety is Tommy Klein with Shad Hartman as alternate. Eddie Klein is designated in charge of Quality Control, with Tommy Klein designated as alternate. 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 Tommy Klein Shad Hartman Project Superintendent Eddie Klein Jonathan Klein Project Safety Officer Tommy Klein Shad Hartman Quality Control Manager Eddie Klein Tommy Klein 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. 7 y Chi G� .Q N 40�cc c, o C &.0 may'- v U 0 _; U C7 cj ci C: s. .�' v1 L 4S u _w �o °� m 0 M o'erOb w � o �o �o t' Q �. a a _ •L 0 a �' s v s. U �� c Q � E o�'o � c. �a N � � �fJ � O ^' c A d wU o � �� o *� xw m Proposed Project Managers Organization Doing Business As • o Name of Individual Tommy Klein Construction, Inc. ffis Tommy Klein Years of Experience as Project Manager 29 Years of Experience with this organization 29 Number of similar projects as Project Manager 750+ Number of similar projects in other positions 500+ Current Project Assignments TTU — CHACP2 Switchgear Replacement Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Project Manager 10% August 31, 2015 Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name Darren Densford Name Jimmy Dunn Title/ Position Engineer Title/ Position Engineer Organization Texas Tech University Organization Texas A & M Agrilife Telephone 806-834-4791 Telephone 978-845-2180 E-mail Darren.densford@ttu.edu E-mail Jd-dunn tamu.edu Project Hulen Shower/Toilet Renovations Pro•ect Texas A & M Equipment Shed Candidate role on p t Project Manager j g Candidates role Project Manager/Su erintendent "oflndividual on Pro ectp Shad Hartman Years of Experience as Project Manager 12 Years of Experience with this organization 5 Number of similar projects as Project Manager 500+ Number of similar projects in other positions 100+ Current Project Assignments LISD — McWhorter Restroom Renovations Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Project Manager 25% August 1, 2015 Estimator 25% oneoina Name Darren Densford Name Kevin Cockrell Title/ Position Engineer Title/ Position Project Coordinator Organization Texas Tech University Organization Lubbock Independent School District Telephone 806-8344791 Telephone 806- E-mail Darren.densford@ttu.edu E-mail kcockrell lubbockisd.or Project Clement Shower/Toilet Renovations Project Sm tie Wilson Restroom Repairs Candidate role on Project Project Manager Candidate role on Project Project Manager/Superintendent OrA Project Manager 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 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 f 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 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. Project Manager (Alternate) Shad Hartman, our company estimator and Project Manager, is an invaluable asset to the company. We are proud to say he joined our company in May of 2010. His years of experience in the construction industry are advantageous for our company and our clients. Shad has experience in budgeting, estimating, marketing, cost analysis, quality control, safety and project management. As West Texas Regional Manager for a job order contractor, Shad managed and supervised approximately 350 projects totaling 20 million dollars over 3-1/2 years. He is OSHA certified and serves as Safety Manager. Shad is an integral part of our management team. Some of the projects Shad has managed are as follows: City of Lubbock — Firestation #11 $ 43,422 KCBD $ 239,869 TTU — High Rises $ 839,203 TTU —Sneed Restrooms $ 94,060 TTU — Horn/Knapp Kitchen $ 131,496 TTU — Clement Hall — Shower/Toilet Renovations $ 1,350,144 LISD — Smylie Wilson Middle School $ 131,601 Texas Forest Service — College Station $ 308,207 Terry County Courthouse — Demo, $ 442,618 Site work, metal stud walls, millwork Klondike ISD — 4,5,7,13,14 $ 182,921 Crosbyton CCISD Site Work, Carpentry $ 168,402 Gypsum systems University Medical Center EMS building $ 184,391 Texas Agrilife Parking Lot $ 97,513 Texas Tech Health Sciences Center 1-A $ 107,925 Pathology Renovations Texas Forest Service — Lathe House $ 74,993 Buddy Holly Plaza Improvements $ 158,463 City of Lubbock —Park Improvements $ 240,570 Second Baptist Church $ 169,247 U M C 2nd Floor Renovation $ 221,463 11, ll TTU —Wiggins Dining Complex Renovate Elevator Hallway UMC Logistics Building City of Lubbock Police Property Room Texas Forest Service TAMUS Bldg. Remodel LISD Restroom Renovation Harwell & Overton $ 113,050 $ 142,324 $ 43,412 $ 289,953 $ 265,517 Shad knows construction from the bottom up. He does an outstanding job at scheduling and managing projects. At times, he has numerous projects in progress and successfully oversees them all with a smooth finishes. He is great at multi -tasking and his organizational skills provide what is needed to ensure we continue to provide exceptional construction service to our owners. Proposed Project Superintendent Organization Doing Business As • .. NOMMENEwd Tommy Klein Construction, Inc. Name of Individual Years of Experience as Project Superintendent Eddie Klein Years of Experience with this organization 1 (39 years in construction industry) Number of similar projects as Superintendent 750+ Number of similar projects in other positions Current Project Assignments — Project Superintendent Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Lubbock — Mae Simmons Senior Citizens 100% 12/31/2015 Renovations Reference Contact Information(listing names indicates ap val to contactingthe names individuals as a reference Name Rodney Unrein Name Robert Keinast Title/ Position Project Manager Title/ Position Battalion Chief Organization City of Lubbock Organization City of Lubbock Fire Dept. Telephone 806-775-2207 Telephone 806-775-2632 E-mail runrein lubbock.us E-mail rkeinast@mylubbock.us Project City of Lubbock Water & Street Dept. Renovations project Fire Station #11 Candidate role on Project Name of Individual Project Superintendent Candidate role on Project project Superintendent Jonathan Klein Years of Experience as Project Superintendent 9 Years of Experience with this organization 15 Number of similar projects as Superintendent 150+ Number of similar projects in other positions 50+ Current Project Assignments Name of Assignment — Project Manager Percent of Time Used for this Project Estimated Project Completion Date Texas Tech University — Weeks Hall 50% 09/15/2015 Texas Tech University — various projects 25% ongoing Marketing Name Darren Densford 25% Name Stephanie Laughlin Title/ Position Engineer Title/ Position Senior Designer Organization Texas Tech University Organization Texas Tech University Telephone 806-834-4791 Telephone 806-834-1241 E-mail Darren.densford@nu.edu E-mail Ste hanie.lau hlin ttu.edu Project Wall & Gates Hall Shower/Toilet Renovations Project Wiggins Hall Student Housing Candidate role on Project project Manager Candidate role on Project project Superintendent 14 Eddie Klein — Superintendent Eddie Klein has 39 years of experience in the construction industry. He has experience in millwork, carpentry, door, hardware, toilet partition installation and supervision. He supervised multi -million dollar projects for a large construction firm for twenty-five years. His experience includes managing multiple projects at different locations, managing plumbing, concrete, electrical, painting, HVAC and mechanical. Upon retirement of his boss, he struck out on his own, doing residential remodeling for five years. He then, subcontracted door installation for Lee Lewis Construction, Inc. for two years. Seven years ago, Eddie began subcontracting the installation of Wilson wall in school districts across Texas. Clearly, he has the experience and expertise necessary to insure the completion of any size construction project. We gladly welcome him to our team. Since joining our company, Eddie has supervised the following projects: 2015 - City of Lubbock Water Administration & Street Dept. $ 692,463 Renovations, Municipal Hill 2015 - City of Lubbock Mahon Library Entrance $ 76,463 2014 - 2015 —1803 Broadway — Office Remodel $ 48,000 2014 - 2015 —Second Baptist Church Columbarium $ 169,247 2014 - 2015 — City of Lubbock — Firestation #11 $ 43,422 There is no doubt that the experience Eddie has as a superintendent managing large projects will be of benefit to the City of Lubbock. He successfully schedules subcontractors, manages them well, and exemplifies our company's commitment to bringing our owners a high quality project we can all be proud of. The individuals at the City of Lubbock, who are associated with the projects Eddie is or has worked on, can speak for his experience and abilities to supervise this project. Eddie Klein will be our dedicated superintendent for this project All employees are responsible for ensuring projects meet our high standards of quality. Quality control is on -going on all projects. For this project, Eddie Klein is designated as Quality Control Manager. Reference: Rodney Unrein, City of Lubbock - 806-775-2207 Jonathan Klein - Project Manager/Superintendent (Alternate) Jonathan Klein, Project Manager and Superintendent has proven himself to be an excellent manager within the company. He joined us in May of 2008. Jonathan does an impressive job at working cooperatively with clients, architects and subcontractors, which has further established our reputation for providing outstanding communication, quality work and timely completion. He is knowledgeable, having "grown up" in the construction business with Tommy and was employed previously with the company June 2001-June 2004. His experience includes managing multiple projects at different locations, managing plumbing, concrete, electrical, painting, HVAC and mechanical. In total, Jonathan has managed over $ 6,150,000.00 for the company since 2008. Jonathan has been our on -site manager/superintendent at Texas Tech University since 2010. Jonathan's outgoing, friendly personality, along with his knowledge and experience make for a great combination for success. Projects directly supervised by Jonathan Klein 2010-2014: 2014 — KCBD Renovations $ 239,870.00 2014 TTU Murdough Hall Shower/Toilet Renovations $ 1,527,413.00 2014 TTU Stange) Blinds $ 126,497.00 2014 TTU Coleman Hall Flooring $ 47,572.00 2013 TTU Weymouth Hall Flooring $ 22,231.00 2013 TTU Coleman Study Lounges, Floors Ceilings, Walls $ 80,648.00 2013 TTU Clement Hall Shower/Toilet Renovations $ 1,350,144.00 2013 TTU Wiggins Dining Hall $ 1,363,898.00 2013 TTU Hulen/Clement Blinds $ 86,547.00 2012 TTU Additions to spaces Commons & Einsteins $ 28,127.00 2012 TTU 5 ton split heat pump system Chefs Platter $ 19,169.00 2012 TTU Installation of countertop in Bledsoe Dining Hall $ 11,790.00 2012 TTU Addition of Chair rail — Sam's Place $ 5,900.00 2012 TTU Build & install 74 custom cabinets & doors mailboxes in 14 residence halls $ 19,500.00 2012 TTU Install 304 Graber 2" composite wood blinds — Chitwood Hall $ 82,615.00 2012 TTU Install TVs, cameras and door wiring at Boston Dining $ 47,150.00 2012 TTU Wiggins Dining Complex — renovate elevator hallway $ 122,557.00 2012 TTU Installation of countertops in the Bledsoe Dining $ 41,236.00 2012 TTU Stangel 1st 4th Restroom Remodel $ 464,688.00 2011 TTU Bledsoe Countertops $ 11,790.00 2011 TTU Renovate 14 Laundry Rooms $ 248,378.00 2010 TTU Residence Hall Renovations — Horn/Knapp/Bledsoe/Sneed $ 465,595.00 Jonathan has shown himself to be more than capable of running projects from start to finish. We have full confidence in his ability to manage any of our projects. 3'. Proposed Project Safety Officer Organization Doing Business As Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Estimator PLEASE SEE PROJECT MANAGER Tommy Klein Percent of Time Used for Estimated Project this Proect Completion Date ongoing Reference Contact Information (listing names indicates a r- val to contact Name Kevin Cockrell Name Title/ Position Title/ Position xcvcxreii cuiu000cx1sa.or E-mail Smylie Wilson Restroom Renovations Project role on Project Manager/Project Superintendent Candidate role Safety Manager on Proect Name of Individual Shad Hartman 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 names individuals as a Percent of Time Used for Estimated Project this Project Completion Date L Name Name Title/ Position Title/ Position I1 E-mail E-mail Project Pro ect Candidate role on Candidate role Project on Proiect E Proposed Project Quality Control Manager PLEASE SEE PROJECT SUPERINTENDENT Organization Doing Business As .•will Name of Individual Tommy Klein Construction, Inc. 10 Eddie Klein Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information(listing names indicates approval to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Pro ect Name of Individual Candidate role on Project TommyKlein PLEASE SEE PROJECT MANAGER Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 0 0 • Name • • 8 8 Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 1i Contractor's Project Experience and Resources Organization Doing Business As Tommy Klein Construction, Inc. Igo 1 !ill 11 Will Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 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 Participation Goal Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Bull Lease e ® • What work will the organization complete using its own resources? Project Management, Project Supervision, Demolition, door installation What work does the organization propose to subcontract on thisproject? Minimal painting 17 Contractor's Subcontractors and Vendors Organization Doing Business As IS • • • • Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent HUB/MWBE of Contract Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. • • ••SEEM Provide a list of major equipment ro osed for use on this project. Attach Additional Information if ary Furnish Furnish HUB/M Vendor Name Equipment / Material Provided Onlyand BE W Install Firm U ° ° c o 0 0 3 0 c d ►o°o 'co L d W '0 '41) : C ' w 3 UD 0 o w +' N OD O i y Im L C .V vi 5 s. G O ca � V L O N n (/� H O � O N N N n C Ey 0 O N N04 00 C C Epp +V- C C O 4V- O .+ im. a x uEn c0 x w U ° v 0 o a� U °co o° ° o .Q U o c `� o z a C O z ° � acd 29 a §1 i z v w s Ao H o Ao "o o x ° x ° 16. •� bA a°v o d c°� a °v o o p a a i. N Ln N'�''.„ 0 w o co co fV. f7 N cn o O\ y ccri E V U ; � N Ci C Ge w 0 ° H4 cn Q? •L V is yr O Ects G 0 A as q P O as O C V C U is O Oty V cc N 0 o cz o 40. i o ; U o w o 'o O U on U C C •v o O Y on x � ° � '� p V no C � u 3° ts, o a a o a a, o O AU o i ° s O A 9 U a ; O 46 0 'o �w cn eci a�i 'o o aoi a�'i ccl 0 3 o o a°i ai `i c'oi 0o a C7 a 2 a O A v a c7 a aC Z �: O A U a i7 a x Z O A U CN o o v o U d r o U 3 0 0 d avi a, 40. �� o �3 o d !� U d� U •� IOU•C L. O U v L w A w A w A vi o a o «± w G �:+ O Q d o r 2 r r. r )113 0 d u ul .-,0.00 f� 00 e� a QO N a H °° G N "0H °° U v0 H ono U?� CA o - a ca x 00v •� _ •� v o = v w v ,� v •� 3 Q a to L w w A ea y 0 a� u� 9 A v N 3 �, � 3 � CA y 0 "� o. R a a c E 0 t v c v v P. U od o v 4, o Uco o v 0 a U co o i0 `d O z a z a c z a N O (D a A O E a A c 0 F A 0 0 F cvp (j) x N �A x y d x oNi O CQ O (n O tet cri O ct$ ::g O Rt O o o a o o 0 o Q v x o a o 8 C cal y o ff W 0 H W F W $ c cu c cor oD as to tq co eq le M •N •0 •0 ." W tC 6"9 C �O Scu co i bA tw � G vi k N v O z es A z A z E A a> F v 'o v v o v v k E 0 q 0 v v E o O _, �. k v as E � 0 O O r. �. �. v oA 0 U O V y U O (D A N U V U O O N A y U U U O O O N A N U V U 0 o cvi o ; o cvi o y AV .o a e .o a v o a a v � 3 a0i t7 obi x z w 3 0 o A o 0 0 x 4) o 0 0 0 a�i a�vi i 00 a a U a C7 a z O A U a o a x z 0 A U U U a o � U u o � a w ail U a tn CL 0 ,� Is4 o ° O s ° o .� w E N19 N N O cs a cn o 0 � a9 O ® H o va 0 � � �. tz q h (n R °16w o a !� Ca o .. u a w (53 o •� "� as � "�' � �' td a... p "2 :o 114 .N ,� u>> ca a; > o k La c O u O L1, e+ aA O rn y E aA O C a� eB aA -, aA aA 6 acgs ° O p C O .� �cc O O O vh u G O W U O O o a ca o cd a o > o f cr o ff e an s- as 0 � c ' n W ai Jr eei i > O i ,U„ � c"a U 0 in en p G 64 cn (a4 vi °L N v C co O O O bA ® u 0 C = E C O to o w L to o Z ;j N o G o 0 o vw w , .c w ,� }W' � o � a 1- G o _I a� bA U O G C o a + ❑ c ° oCd a r '0 v oa. U o W o U o Q ai M a o 3 o v 3 0) U A 0 ++ id a.. Q C � U ^� .-+ ++ � f.. N O O ,� ♦.+ O G �. N �1 W N ¢" @ N tU..' -� 0) G N 0. N •bOA N N N Gam.. U •aOA .G ov ai o 0'� a>i ni44.1 3 � o a a a x Z cx 0 0 0 a 0 ts, x Z u; O A U 0 A U a` ,O n� o co L 4. vi O O "a fl its � "C7 C p ies O .L0 av a L E.aHco A ._ � w A w A0 w n A 0 M W M O >Co N S N C r�i N C 4? 0�r O O C O ci tV O -ell y ^� .p y 'O O A .ice+' •p M M C% V1 O �' co V] '� C/1 N O et .r" 4 E W p 4� N 4 0 M 0. 00No C! id1 O 00 ' � S N •>• N 00 %vo 000 H 00 •� •.�. x 'Qz"'j of y � y >; ^O � t~ � C 'O s.. x G }: h � A �' � a S]. � 2 V �" 0 .0 .Li L M W O Y aUi � A � cu C �• y � � Cdco W a C a ti O ° is '= v U °' a +� a Z o a aCu -o O z '' a d .o O z -o :r o44 a O ff O H o A F H a a CISEna c°�n a EnO h 8as 1. � x >~ Z o O cc �, by bq m ❑ w o c 00 a° c Y GL C O O N G C > dA 0. H W O 0 CL O O f1 Oco p„ �. le NGO tn tAco N A C to aai vell v y cc o O >> � yg 'V) 'p CO) ccy w rz ca h y ' rz ca y L r+ bli A6i A L y � � Q •y �' y � i .y V U L m 'L7 f� cd OS v E RS L G CO ►'� v �a-� G x .0 f3. > w o z A o z A c 0 z��c 4 .0 QS a�i y a h i! a 4- o4. � a EQ c o O. O U O G. O air Y 0 Cd 0 C O '-' Q � DD Cd U a c a a o i '� a o �+ !r O A U v O A ca C C A Y U O p ; U o cUi a0i ,, +— c ci p Y IV CIA w C7 a, Z O O z cc C CJ U a o tj U w Cda U a� cd CUC4 a� _ A OCd 0 M rA 40 tn .� e to ® �' � rn rsz rA 42 rri rcri y a o ss M �"00cu E^ zs 00 U 'p C j .a O 0 U a0i -C7 crj � C;3° U Q ® U o o 'Acu o a w T C o A > z � N 4-11 .Q a 03 co •vi Ca E N � < N O 1 Co 6 = +.. A t�ct; y war N a f� c, r� C a o 03 ❑ c .� a u " a c s s o .o H 1:6 H a `° cc ® o 00 v in N t:D E o.27 6J c> as es � «'cn `.rn is, u 0 w '' CO C ® O W �' 0 •O � "'+ O of � �'' aS co p '0 A C inA G •� A ,V C •� En �.caxza oQ U a��xz� v 3 i o o aoi •o. a�i v 3 a"'i o oQU ac��.xza oQU 9 w m 1+ U O t0 R! O �. o00 00 a 000000 off' PCPC co A O' c o o a L p e N > N p0 cd O p O C� Cco N w z o o 'z A .5 o E o GO cc U O c0 A w O .O o .p a`3 a> o o P; U W W ?+ : a 4r o 0 N y at N ,� 4r as o o ov 0¢¢0 0�, za � 00 iv 8 y v 0 o oin �- V] ° zUUUUdd .c HC4 a 03 � z b o � on 0 0 •� 0 0 � a> '� 00 N ai > 0 o p . ° et 00 M Tq 00 'O p" Q t.a o I� N N Vi v et a W y i� rn o z cn o o :r ao ai ee fn , ti y c� h �° .� c y o �+, 0 � � '� � � w � ° i0 W «� <° O 0 p� A w 9n ° U 4) -0 0r. 3 ou a a , o sr a C7 co at W U rJ. z a a A O Au z a 1_ 1 cn a C kn in in tn in N N\\ "" .�4 A O O O D a W~~ W L N p O s. C C y CD 0 O r O uyi OO c o o aL A Q �= 4 0 z 5 2 A its o U o o) � A f in. p if in 0 za a e d, O O O v V 5��1 U bA by _ U O O � o a e . s 03 pL J. 'Q N CxJ �C N N 0 y .t C 4-4 O a+ °' U OZO o .• N O o N :O^ .�i` O (D U N O N C O V a� y O s: bOA a`3 A V Z w %0 C A � n 0 et in U 1/7 N 7 Ol .gyp O O o z z a 'L .d � � C U � x a ° a� o a� s n o z 0 n, n o n d o z a n A � o C o '� c� ,r U z U a��i •N w o io ^� O d r a co 0, Ycc . 0 cri 'a p p O z O U O U U U Q Q n. H lLn N to N �+ GD n .b � 7.. O � n � 0 d O a 03 a N L . Q ~ ~ � ° y a, En>> z, 0 ® V Cd w 0 w to.'d 'O � 3 �s n 0 d ai 3 au c a`ni o U o w v 0 A A H w a a s c7 rig; c4 z ck �z IN a; or KIM x E Pill _ RON e gm IME EA. h"^Szn € •fir& 50 E MEN O k � p 11112 aI 3 k� q ,4 ` E� moi Of nE'3 P4 C 0 > G � x O A >. .U. .Q 0 N N U Q N co _0 E. A o z�,s�� 0 o a o A U 8 2 0 x a; o c» A x q Z ci o A QEn 0 0 0 0 4. U o o NN cd Q 0 .0 CO) w 0-40U Q Q a 0 i a c 0 0 0 W w x TS by by co Cd V E o CO co o E o 0 y z U U U U¢ Q R, [— th th;m v CA 0 0 0 p, r, 'E �+ 01 Q� U N 0 0 o 0 tL Q N N D b V ..� N N i�. o U o 0 02 'o w O W ... o Q 'a > o y t) sue,bOp Q 'y U ii p voi sQ. v o z? O a A ate+ 0 Ey c o v es a C7 Ey ai m U fT. 2 a a Q E :E W 4 0 cn y Q A N 0 z x ate° o � _y 0 0 0 0� y z� a N 0 z 0 0 0 N N A o 0 0 S_ bA :Q= o i 0 o v w O o v 7�8 a „ A O u c 0 ,tg U v O U a� 16z. A a �-g 0 ''' U 0 U O iv Q. o U N w •° w a U, w O � O w w (UV U N bA N bn � US M C z U U U U Q Q CY1 O � o Q 0 C O N U O U v, x O . u q o a4 is U 4. 4Y1 fA U fs., U N U y a+ "� U N o a o U U 4- L O L 42 ca �+ 0 4,., z a a 4 Q� z a W a on g Q i., C r� y 0 � o G =f > is O o A C H 0 z a a � 00 Cd .e a cu y � � W 3 O a A o n MMI cONO3a t a, itmCA < co tnEffil ® ® h4 x Q o gm ME` 0D �. a U U _ U 4? umt > Q iC O cn O O � H f6] N �G3 N gg ® Z E `. 1 00 CC{ hl U O ej . O N ° N ° cl pUj O N CPS (sacl a bA as Cw U O O 2 � v `� o o �+s V) Z u U U U it l'tr '� IW G <W .•,ice ^°� •r- Cl. r. O In 47 e61"# U •� •O ,� r Q 00 o In 4 lSE1 F- W b � s � 0'"'.. Q p CU O �A a cc; cu A O Offia t} C/) Uyy cl, G IU�n w s.c cD .0 C cQ am$ ° tti 0 4 O o r o o,> L o s 3 O Q v Q. y on y .a o a M U ts; Z a Q m� ® 0 u to �. rn b., Z 9 00 o cc c M co E z 4? co m ce) T- co CY) C o Co 'T- -0 >1 2 6 R Q o 0 0 Q u = U) ca C/) Cc = w IN c- IN T- @ rl 2)W to Ul) Q M U') is ca E m 0 C) C) o l CY � 75 E E ca ca N 0 co C) w 0 m 0o C CD 0 ca > co l -C CD C) co C) > 0 a 00 rn 0 C� —0 (D cr- OP F2 94 EO 0 0 0 (6 ce) 0 0 00 0 cu z — .2 0 oc 0 "m E ,o m E z o 0 U CL A r- M 0 = m " ca z E SD.❑ E M o c 'D 0 0 .2 &0 13 cn U 0 ca m E Cl) co 0 E CO) < 0 o u 0 '43 4. 0 ca zO < u r 0 — C co 'a E o IS o wo 00 o b E :3 E 0 u < 0 < .9 -0 m cc = E 1� 0 " ta . E E t* E E a) (U c 'co r- M C) 0 r- CC ca (D V) 0 0 0 0 o o -a = 5' 0 z 1 1 r_ 0 c co (D E w o o co 0 a) r < a) w x a) (D C C C� Cl D 0 En a) CD , 01 < C6 < 0 E :3 0 CN co 4) q) IL) m > E co 0 F- C/5 0 COM E 0 u -0 z Q 0 0 0 0 C Ai C% 0 0 U 4) a 0 0 0 L, 4. 0 0 " In 42 1 40. 0 2 0 ul 0 u 0 U X 0 I.. G > T r ZD C) 0 N ol u z a a A A U rA Z P4 a a (D �x o a a � A p O y z oar E2 15 U A z 0a � � at U c' .o �• o A w w o -= ►t O w v� y a a ti a` a 0) w p 0 � �UCvt O O O O .0 U O O C O O 0 Q s. r .S � U N a a Y c U U O O ® 0 U 14 C/] c� cn O O -o O O.. v O W d v a w a 'Kn y U .0> 'C 3 O a by 42 o c� O a A Ho ti a►U i.4 za,�A I� z A r •� O N N Q� Q� AAA O� O� G O O A o00 0 a � p a� 0 a A z o 0 o a v v 0 U a A A z Coj c 0 C;s A � m G 0 b U O 'a N Ny N ) 0 U o.9 avow ° 2 A � b b ❑ a � � Q z U U U U d O vi d e+3 eO�� M 03 in en ¢ Q Q U) C a0i U y 0 O a A E0 w CA U .~i w ME U N U y � � N o 0 V s. -a N H U 4. ° t2 40, 0 e O 4. z a a A 0 O Q z c � e > ® N O H y o 9 0 [., o G y f/i O N 4) E-• 04 z H a En m d` ttl � y y o 4, O N U ® y oab > 3 m 0 O A U vo z w"' >1 i q � 3 3 U 0 N M M CO M (q M M C T 0 CIS 0 N 0 N 0 N 0 N 0 N 0 N- U o 0 aaa�--�, = f`% c, r 0 �— 'CO O 0 r 0 0 co 0 o co p o co 0 M o a > A c c c q o c c . A Lo A C o (a ca o 0 to v o Do ^ d iv 0.)= o w a) a A i A c o c 0) a> coo o w3 3 3 m 7. R. 0 A 'C O O T O o ° o w U U °' 0 o «� A v� c 5 E o^ o U U 0 � - o. � w 44 � U G. 0 Tv Lo o w FD a>M o -0 �=m�Y.2 a w a coO w W� W� to �,O _ - 'O 0 U N '� C ld c0 y _ o O � U O 'O c O c O W V O .�G U 0 .0 O .0 r o C o j O O O C D O Cr rZ Cv- L H 0 a r N ° a m a) N x ° a C N 0 a fm O Gin p s C �0 - O x y y a� L aq o w= ,3s O c L •� g- .d O A A F C o L O ;0 4--� !xr N - w m 0 m E > > c a r p 3 O y co ^ s N `- _ > o coo ' 0O an D CC; O r O ti � Q a� Z o m •y c c m CL 0 0za s f6 s Q O U 3 0 O 1 a n. E" c •o > E 0 o c 'O = O 0 CFO 2 -.:: 4 O y U CO3 cu cn rG e 0 � 0 0 b - �,•t. .mac G N J9 I' ASM`z 'aa I i 1; 42 2 ca ci :3 cy W •0 cc o U) b cu w >4 0 v cd 0 0 -�Og 0 W "7r) Z 7a E tw t4 0 U .a — 0� x 0 m 9 =•= rb ul U iu u 7 U -W 0 0 404 0 Q (D = Ei 7E 0 0 t10 W tke aE 0 rn tn Q. 0 rn > 0 0 t ,:, 0 0 E Aw V cri cn ci 0 40 ❑ 0 4 it 0 Q 0 U, x 0 0 0 40, 4) 0 0 to &. o > a 0 �D. 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 AIA 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 L accepted the project, all close-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 C 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 l� submittals are checked and delivered. Materials are ordered, subcontractors are t 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. 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. 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 day's 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 Bloodborne 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 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. ensuring that he/she masters the year's training topics. 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 Each employee is responsible for Training will take place 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 (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. 8. 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. 9. Meeting HUB/MWBE Participation Goal Tommy Klein Construction, Inc. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HLTB) 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. SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential fcontractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? l_ YES NO 3 If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. ��. )� Offeror's Initials QUESTION TWO Has the offeror, or the fine, corporation, partnership, or institution represented by the offeror, or anyone acting for such fine, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: f Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. 1. QUESTION THREE Has the offeror, or the firm corporation, partnership, or institution represented b offeror, or anyone actin for such firm, � � P p, p Y � Y g 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? i YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its H proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: 29 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my t statements and answers to questions. I am aware that the information given by me in this questionnaire will be LI investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature Title 2 is Worksheets On Demand Service t' https://www.ncd.com/DFSECWorksheet/WS[ WORKERS COMPENSATION EXPERIENCE RATING 0AVEM � Risk Name: TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 Rating Effective Date: 10/31/2014 Production Date: 07111/2014 State: TEXAS 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 29939 Policy No. 0001196626 Eff Date: 12/0412010 Exp Date: 12/04/2011 US 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 .22i 15,600 9 2 Subject Total Act Inc Policy Total: 226,83 Premium: 9,485 Losses: 0 42-TEXAS Finn ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 29939 Policy No. 0001196626 Eff Date: 12104/2011 Exp Date: 1210412012 Cel �P_ ' im rol ft-W t gxp" igg:g 3 ;WB:1 5403 1.98 .21 83,104 1,645 345 5606 .28 .22 74,264 208 46 8810 .06. .22 76,069 46. 10 IPolicy Total: 233,43IPromium: Subject 11,659 ;Total Act Inc Losses: 01 1 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 24570 Policy No. WC00001874 Eff Date: 10/31/2012 Exp Date: 10/31/2013 Ccde M Pe w 4 NOW, Losses . ........ Losses 5403 1.98 .21 6,673 132 28 5403 1.98 .21 64,960 1,286 270 5606 .28 .22 7,992 22 5 6606 .28 .22 77,808 218 48 8810 .06 .22 18,8361 11 2 1— 8810 .061 .22 183,377 110 214 I Policy Total: 359,64�Premlum: Subject 5,061 Total Act Inc Losses: 01 0 Copyright 1993-2015, AM rights reserved. This product Is comprised of compilations and Information which are the proprietary and exclusive property of the National Council on Compensation Irmiranos, Inc. (NCCI) No further use, dissemination, sale, transfer, assignment or dispooldon of this product, In whole or In part may be made without the prior written consent of NCCL This product is furnished 'As W 'As available' With all defects' and Includes Information available at the firne of publication only. NCCI makes no representations or wanran003 of any kind relating to the product and hereby expressly disclaims any and ail express, stakdory, or implied warranties, including the Implied warranty of merchantability, Wow for a particular purpose, accuracy, completeness, currentness, or correctness of any Information or product furnished hereunder. Ali responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user's and NCCI shall not have any liability therelo. * Total by Policy Year of all cam $2000 or less. D Disease Low C Catastrophic Loss E Employers Liability Low e 2 of 2 X lzx-Medical Coverage U USL&KW # Limited Loss Page 2 of 2 2015-08-07 ksheets On Demand Service https://www.ncci.com/DFSECWorksheet/WSD4... i j WORKERS COMPENSATION EXPERIENCE RATING 01wr/. Risk Name: TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 Rating Effective Date: 10/3112014 Production Date: 07/1112014 State: TEXAS Act Exc Losses gs Ballast Act lnc Losses Act Prim f`' h Losses Losses LossesrNv 'a 54, Tx .081 4,067 5,158 1,091 0 7,5001 01 0 {A) {B (C}Exp Excess (D) Expected (Ej Exp Prim {F}Act Exc {G} Ballast rV ' €(H} Act inch11-121,11 1A W—P.,70 Vvt A Losses 4,0671 5,1581 1,0911 01 7,5001 0 01 totals (1) C (1 - A) + G (A) (F) (J) Actual 0 11,242 0 11,242 (E) C (I - A) + G (A) (C) (K) Expected 1,091 11,242 325 12,658 4S lk 9dga Factors .89 0 copyright 1993-2016, Ali rights reserved. This product is comprised of compilations and information which are the proprietary and exdusive prop" of the National Council on Compensation Insurance. Inc. (NCCI). No further use, dissemination, sale, hansfer, assignment or disposition of this product In whole or In part, may be made without the prior written consent of NCCI. This product Is furnished *As te 'As available' With all defecls' and Includes information available at the Ilene of publication only. NCCI makes no represtmtenions or warranties of any kind relating to the product and hereby expressly disclaims any and all express. statutory. or Implied warranties, Including the Implied warrarity of merchantability, fflness for a particular purpose, aocuracy, completeness, currentness, or correctness of any Information or product furnished hereunder. AN responsWifity for the use of and for any and all results derived or obtained through the use of the product are the end user's and NCCI shall not have any liability thereto. Page I of 2 11 1 of 2 2015-08-07 1LI SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY FEDERAL TAX ID or SOCIAL Signature of Company Official: No. '% 5- a 7 q9-) t 7 Printed name of company official signing above: Gt YEL) Date Signed: r1 -' ( - ZO } 5 Page Intentionally Left Blank W 1. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12, 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name Location Services Provided L-A 00/- V QQQ-,(5 i Minority Owned Yes No 0 'ate 0 LP_ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: � , PROPOSAL 15-12418-MA - Buddy Holly Center and St. Paul's Church Exterior Door Replacement Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS <,.i•n.+" `: uJ i J l be- uSc=clvn -441t5 PtJec�. s Minority owned Company Name Location Services Provided Yes No 1. ❑ ❑ 2. ❑ ❑ 3. ❑ ❑ 3 4. ❑ 5. ❑ ❑ 6. ° ° ❑ ❑ 9. 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ° 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ° ° ' SUBMITTED BY: OVY) LM I ./ 1` of n (dM S+\ ,<.c (PRINT NAME OF COMPANY)' - THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO PROPOSAL 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement { Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank The undersigned surety company represents that it is dyly qualified to do business in Texas, and hereby designates an agent resident in Lub ck County to whom any requisite notices may be delivered and on whom service of process may be had in matters arisi g out of such suretyship. Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an officer of the that this person has authority to sign] attorney for our files. J Surety * By: (Title) ty Company there must be on file a certified extract from the by-laws showing obligation. If signed by an Attorney in Fact, we must have copy of power of STATUTORY PAYMENT BOND PURSUANT TO SECTI/23.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that as Principal(s), and called the Principal(s), (hereinafter called the Surety(s), as Surety(s), are held and firmly and unto the City of Lubbock (hereinafter called the Obligee), in the amount of TWO HUNDRED NINETY-TWO THOUSAND NINE HUNDRED TWENTY-SIX DOLLARS ($292,926) lawful money of the United States fo the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, exe/ceain ssors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered intitten contract with the Obligee, dated the 10 day of September, 2015, to RFP 15-12418-MA Budnter and St. Paul's Church Exterior Door Replacement and said Principal under the law is req ,!red before commencing the work provided for in said contract to execute a bond in the ainount of said contract which ntract 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 a material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation s all be void; otherwise to remain in full force and effect; PROVIDED, HO VER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, nd all liabilities on this bond shall be detennined in accordance with the provisions of said Article to the same exte as if it were copied at length herein. IN WITl _ day of WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 2015. Surety (Company Name) *By: By: (Title) (Printed Name) (Signature) (Title) I Texas Bonding Company TEXAS COMPLAINT NOTICE IMPORTANT NOTICE 1. To obtain information or make a complaint: 2. You may contact your agent. 3. You may call the company's toll free telephone number for information or to make a complaint at: 1-800-486-6695 4. You may also write to the company at: 601 S. Figueroa Street, Suite 1600 Los Angeles, CA 90017 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 6. You may write to the Texas Department of Insurance at: Consumer Protection (I I I-1A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: hU://www.tdi.texas.gov E-mail: ConsumerProtection&di.texas.gov 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document. AVISOI PORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su agente. Usted puede llamar al numero de telefono gratis de la compania's para informacion o para someter una queja al: 1-800-486-6695 Usted tambien puede escribir a la compania: 601 S. Figueroa Street, Suite 1600 Los Angeles, CA 90017 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos, o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas al: Consumer Protection (I I I-1A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionla tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA Esta aviso es solo pars proposito de informacion y no se convierte en parte o condicion del documento adjunto. HMMM0008/10 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY_ COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW .ALL -MEN BY THESE ZRESENTVThat-American Contractors Indemnity Company, a Califomta -morpora�onr�I`e�as Bondiang Company, an assumed natrWRof!tneric-W tractors Indemnity Company, United States Surety Company, a=11Iaryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Johnny Mas 4 —y Jordan, Tony Fierro, Jeremy Barnett, Jade Porter, Mishe Beck, o> Rob t G. Kanuth of Rockwall: Texas ,- its true antflawAAAftomey(s)-in-fact, each in their separate capacity if more than one natrred above, with full power and authority hereb xordlme -in its name, place and stead, to execute, acknowledge and s e�iver y and aII bonds, recognizances, undextalangs or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed `*******************Ten Million******************** Dollars ($ **10,000,000.00** ). This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by authority of the following resolutions adr thrBoard_s. of Directors of the Companies: Be it ROON9 that the President, any Vice -President; any Assistant Vu a President, any Secretary or any Assistant Secretary shall be and f _ fisted with fu_ to wer and-suthori t - int one or mono suitable po ty- - ppo any personsay Altorney(s}in-Fact to represent and act for and on behalf of the Company sue• itv the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as r€signed by the President and sealed and effected _ by the Corporate Secretary- Be it ResOlved— gnature of any authorized officer and seal of the Company heretof6mor hereafteratf"ixed fo any power of attorney or any certificate relating thereto by-WkfiiiifEiAhd any power of attorney or certificate bearing facsimile signature or faesi tiie seal_shatl be valid and binding upon the Companywith tespecctSo any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITEDSTATFS SURETY GOMPANY U.S. SPECIALTY INSURANCE COMPANY a"S00,0 !15, �,oas gjj° ` 6�tRfH6'of • o % if.F�P 1 's 3y1 ,ys a�j soon3:.! . F. -1•+ids B tra.Ts y 8E i7 gw: I 3wi z_e °lltir SjY y� s+, tgs ",. W,.:6`= s `F Daniel P. Aguilar, Vice Prnt u4�RK�,r 4irnnue�ima•�`• '%1�umn�a`�c ''�nr*anad° - -.:, - A notarypublic or other officer completingthis certificate verifies only the identityof the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. - State of California County of Los Angeles SS: On this 1 st 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 atates Surety Company and U.S. Specialty Insurance Company _who -proved to me on the basis of satisfactory_ evidence to be thtrgerson 1ibse name is subscribed to the within instrument and acknowledged to me that he uxecuted the same in his authorized capacity, and that b his si -- pa ty, y gnature on the insirunent the person, or the entity upon behalf of which the person acted, execuSecfthe instrent I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. =1A ti. MR02DRICa�UEZ-VYCNG t;ommission # ,2049171 Signature (Seal) z 'rotary#ruble Galltania i z 1as Angetta_Gq�mty -MY ;Cotrstt._fri ices Dec 20.2017+ I, Michael Chalekson , Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are r full force and eeet In er € I have hereunund tp set n band armed the seals of said Companies at Los Angeles, Caht ---.—, fbMR -- Corporate Seals , pin ,`�' $V „h 3`••� �N m„ -°, IIII RAF` _ $4?t �4y^ P<�a--•.fir` r0�+� Ci �Oi,� sBOnd`-No6 7� 1 "j; ��t la 3� ��� � Y s �r chael Chalekson, AssistantSecretar`y - - pia%�fi0�.� 3gnn*��Sa1`-- i �m Fin3� -�z am�ix„oo• _- - - - - 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 *13 . (Ti Jeremy e t Attorney -in -fact Approved as to Form C iiy By: 1 A on ey * 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. No Text 13 Bond # 1001038906 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 Tommv Mein 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 TWO HUNDRED NINETY-TWO THOUSAND NINE HUNDRED TWENTY-SIX DOLLARS ($292,926) lawful money of the United States for the payment whereof, the said Principal and Surety bind I hemselves, 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 10 day of September, 2015, to RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement and said Principal under the law is required before commencing (lie work provided for in said contract to execute a bond a 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 17th day of September 2015. Texas Bonding Company Tommy Klein Construction, Inc. �-Z::rety (Company Name) KBE'. Barnett, Attomey-in-fact (Print Name) (Signature) �PSt ae n (Title) PERFORMANCE BOND Page Intentionally Left Blank Bond #1001038906 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), .s Prineipal(s), and Texas Bonding Company ereinafter 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 TWO HUNDRED NINETY-TWO THOUSAND NINE HUNDRED TWENTY-SIX DOLLARS ($292,926) lawful money of the United States for the payment whereof, the said Principal and Surety bind ::iernselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these _-.._Cnts. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 10 day of _r .em-ber , 2015, to RFP 15-12418-MA Buddy Holly Center and St. Paul's Church Exterior Door Replacement Y szid principal under the Iaw is required before commencing the work provided for in said contract to execute a bond amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent '.;=oaied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall perforni the work in accordance with the plans, specifications and contract documents, then this obligation shall -- cc; 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 ._ 1 _ -as Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of's -�aid___ { �� t r _ -o the same extent as if it were copied at length herein. I\ WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 17th September , 2015. Texas Bondiuweo—ral5any r le remy Barnett, Attorney -in -fact t Tommy Klein Construction, Inc. . M (Title) Name) Name) 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 wehom 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 x Barnett Approved as to form: City o By: C Note: If signed by an officer of the Surety Company there must be on file a certified extract from_ the by-laws sliowing 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. 3 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021 OF THE TEXAS GOVERNMENT CODE / (CONTRACTS MORE THAN $100,000) I.. , KNOW ALL MEN BY THESE PRESENTS, that [ as Principal(s), and called the Principal(s), (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto th C ee g)ity of Lubbock (hereinafter called the Obligee), in the amount of TWO HUNDRED NINETY-TWO THOUS D NINE HUNDRED TWENTY-SIX DOLLARS ($292,926) lawful money of the United States for the payment hereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and a igns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written c ntract with the Obligee, dated the 10 day of September, 2015, to RFP 15-12418-MA Buddy Holly Cente and St. Paul's Church Exterior Door Replacement and said principal under the law is required before core in the amount of said contract which contract is hereby as if copied at length herein. NOW, THEREFORE, THE CONDITION faithfully perform the work in accordance with the be void; otherwise to remain in full force and effe5y the work provided for in said contract to execute a bond to and made a part hereof as fully and to the same extent THIS OBLIGATION IS SUCH, that if the said Principal shall specifications and contract documents, then this obligation shall PROVIDED, HOWEVER, that this Yid is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities o this bond shall be determined in accordance with the provisions of said -' article to the same extent as if it were copied t length herein. IN WITNESS WHEREOF, the s./id Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 52015. I__, Surety � By: (Title) 1' 1 (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank rill Li IJ The undersigned surety company represents that it iKduly qualified to do business in Texas, and hereby designates an agent resi nt in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had inAatters arising out of such suretyship. Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an that this person has aut] attorney for our files. Surety *By: (Title) r of the Surety Company, there must be on file a certified extract from the by-laws showing to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of 7 Page Intentionally Left Blank r- CERTIFICATE OF INSURANCE Page Intentionally Left Blank A`C0REP CERTIFICATE OF LIABILITY INSURANCE 9/17/201D 5 ) 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 White Hills Plaza, Inc. DBA K&S Insurance 2255 Ridge Road, Ste. 333 P . 0. BOX 277 Rockwall TX 75087 CONTACT Janet Treece NAME: PHONE (972) 772_7258 1AICFAX No), (972)771-4695 EipmpAg'LESS:itreece@kandsins.com INSURE S AFFORDING COVERAGE NAIC # INSURERA:FCCI Insurance Co. INSURED Tommy Klein Construction, Inc. 7312 Upland Ave Lubbock TX 79424 INSURER B National Trust Insurance Co. INSURER C:Federal Insurance Company 0281 INSURERD: INSURER E : INSURERF: COVERAGES CERTIFICATE NUMBER:14/15 Std w/ $2MM UNE 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. TYPE OF INSURANCEADDLSUBR POLICY NUMBER POLICY EFF M D POLICY EXP MM/D LIMITS GENERAL LIABILITY PP0015426 0/31/2014 0/31/2015 EACH OCCURRENCE $ 1,000,000 rA X COMMERCIAL GENERAL LIABILITY ditional Insured: NTED PREMISE occurrence)EaA AGE TO E _ $ 100,000 CLAIMS -MADE aOCCUR CGLO84 10/13 MEDEXP(Any one person) $ 5,000 PERSONAL& ADV INJURY $ 1,000,000 GLOSS 10/13 GENERAL AGGREGATE $ 2,000,000 liver of Subrogation: GEMLAGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 GL088 10/13 $ F-IPOLICY X PRO- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $_•,__--1,000,000 BODILY INJURY (Per person) $ X ANY AUTO 0022515 0/31/2014 0/31/2015 A BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED kdditional Insured & AUTOS AUTOS PROPERTY DAMAGE $ NON -OWNED Waiver of Subrogation: HIRED AUTOS AUTOS Peraccident Uninsured motorist combined $ 1,000,000 U 058 12/09 X UMBRELLA UAB OCCUR EACH OCCURRENCE $ 2,000,000 AGGREGATE _ _ $ 2,000,000 B EXCESS LIAB CLAIMS -MADE UNBOO15380 /11/2015 0/31/2015 DED I X I RETENTION$ 10,00 $ A WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Y/ N C00001874 0/31/2014 0/31/2015 E.L. EACH ACCIDENT - $ 1,000,000 OFFICERIMEMBER EXCLUDED? (Mandatory in NH) NIA aiver of Subrogation: E.L. DISEASE - EA EMPLOYE - $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below C 42 0304E STD 06I14 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Contractors Equipment 45466777 0/31/2014 0/31/2015 Rented/Leased $200,000 C Install/Builders Risk 6694876 0/31/2014 0/31/2015 r Single Location $1,500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Re: RFP 15-12418-HA Buddy Holly Center and St. Paul's Church Exterior Door Replacement See above listing of additional insured and waiver of subrogation endorsement forms. City of Lubbock PO Box 2000, Room 204 Lubbock, TX 79457 ACORD 25 (2010105) INS025 rim nnsi m 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 Gary Thompson/JANET </- 01988-2010 ACORD CORPORATION. All rights reserved. Tho AnnRr1 nmma nnri Inn^ om ronia*ararl mnrka of ACnan 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 urc pruvrsruus ur utc stanuaru puucres uscu uy tills campany, me runner nerematter oesenoea. >rxeepaons to stanaara policy notea nereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY D Commercial General Liability General Aggregate $ 0 Claims Made Products-Comp/Op AGG $ 0 Occurrence Personal & Adv. Injury $ 0 Owner's & Contractors Protective Each Occurrence $ 0 Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY t= Any Auto Combined Single Limit $ 0 All Owned Autos Bodily Injury (Per Person) $ E Scheduled Autos Bodily Injury (Per Accident) $ n Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY 0 Any Auto Auto Only - Each Accident $ _. Other than Auto Only: Each Accident $ Aggregate $ 0 BUILDER'S RISK 100% of the Total Contract Price $ 0 INSTALLATION FLOATER $ EYCESSLIABILITY _. Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSA TION AND EMPLOYERS' LIABILITY The Proprietor! 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 (Naive of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARITCULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBLITY TO PROVIDE OT THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank CONTRACT 12418 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 10 day of September, 2015 by and between the City of 1_ ! 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: PROPOSAL 15-12418-MA - Buddy Holly Center and St. Paul's Church Exterior Door Replacement 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 Constructions Inc.'s proposal dated August 11, 2015 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 Constructions, Inc. By: r PRINTEI NAME: TITLE: -Pr,0s J C 0T ) COMPLETE ADDRESS: Company: Tommy Klein Constructions, Inc. Address: 7312 Upland Avenue City, State, Zip: Lubbock, Texas 79424 CITY OF L eXAS (OWNER): By: MA ATTEST: City Setetary APPROVED AS TO CONTENT: i Pa2e Intentionallv Left Blank I W, I GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Tommy Mein Construction, Inc. who has agreed to perfonn the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as s referring to, City of Lubbock, or its representative Wesley Everett, Director of Facilities Management, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The 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. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding perfonned for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said Iines 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 extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the ' Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any roan or men on the work, are, in Owner's Representative's sole opinion, FJI incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such roan 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. U, 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 tunes 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 an such work should be covered without approval p Y pp or consent of the Owner, it inust, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location 1 where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to snake 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 snake 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, r alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the finn 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 perfonned 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 clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in . a any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not continence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO Vill THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. DELETED For bodily injuries, including accidental death and or property damage, $0 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance. DELETED E. Umbrella LiabilityInsurance Prim Additional Insured and Waiver of Subrogation required) (Primary g q ) DELETED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, infonning 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 Li 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; ri! (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perfonn 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. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (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 infonning 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.zr-.us) to receive information: of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing ' services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: F "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 a. coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the , a, 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. 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 32. 33 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. 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 indenmify 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 perforn any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 (Two Hundred and Fifty Dollars 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 be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $ 250 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 substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other, work done, either by contract or by its own force, the Owner's - , Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affinnatively 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 l t 7 securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are 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 Ei The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses [ incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. f--1 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 i. `. 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 3 for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express teens of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of 46. 47. other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 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. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. �rz After receivingsaid notice of abandomnent or non-compliance the Contractor shall not re p move 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. 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 terns of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor } and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the 49 01 51 52. 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. 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. BONDS The Contractor is required to furnish a perfonnance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 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. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or darnage 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 perfonnance 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. 1 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 protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the teen of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank I 11 I I LJ I EXHIBIT A General Decision Number: TX150334 03/06/2015 TX334 Superseded General Decision Number: TX20140334 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: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is 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 $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 03/06/2015 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER ......................$ 23.14 21.55 ---------------------------------------------------------------- CARP0665-001 05/01/2014 Rates Fringes CARPENTER ........................$ 20.81 6.76 ---------------------------------------------------------------- ELEC0602-008 09/01/2014 Rates Fringes ELECTRICIAN ......................$ 20.84 3%+8.15 ---------------------------------------------------------------- ENGI0178-005 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 06/15/2014 Rates Fringes IRONWORKER, ORNAMENTAL ........... $ 22.02 6.35 ---------------------------------------------------------------- IRON0263-003 12/01/2013 Rates Fringes IRONWORKER, STRUCTURAL ........... $ 22.70 5.35 ---------------------------------------------------------------- PLUM0404-026 07/01/2013 Rates Fringes PIPEFITTER .......................$ 22.80 7.16 PLUMBER ..........................$ 22.80 7.16 ---------------------------------------------------------------- SHEE0049-001 06/01/2014 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ...............$ 22.49 11.14 ---------------------------------------------------------------- * 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 ............. $ I8'29 l.]l 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 0.80 OPERATOR: Roller ................ $ 12.70 0'00 PAINTER (Brush, Boller, and Spray) ........................... $ 14.27 0.00 ROOFER ........................... $ 13.75 0.00 SHEET METAL WORKER, Excludes 8\n\C Duct Installation ........... $ 21.I3 6'53 TILE FINISHER .................... $ 11.22 0.00 TILE SETTER ...................... $ 14.00 2.01 TRUCK DRIVER: Dump Truck ........ $ 12.39 I.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck ............................ $ 12.50 O'OO TRUCK DRIVER: Water Truck ....... ---------------------------------------------------------------- $ 12'00 4.1I WELDED3 - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the oIaaaitio,tioua listed may be added after award only as provided in the labor standards contract clauses , 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 weighted average calculation of rates and 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 rs On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted --, because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested 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. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATION Page Intentionally Left Blank City of Lubbock 5pecificationo for: Exterior Door and Frame replacement for the f3uddy Holly Center Ot. Paul's Church 1501 Crickets /venue 4007 University Avenue Lubbock, Texas prepared by: { architects* interiors* planners 1. 4416 74th Street I Suite 86 Lubbock, Texas 79424.2315 voice 806.794.4726 fax 806.794.4667 www.sisr)artnership.com scy�` y D �'�• 11062 Qti 9TF OF OWFA June 23, 2015 date: June 23, 2015 sly job number 25-2014 Set no. Architect of Record Lo C M PI 4W V 4W s i M c: CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PACKAGE INCLUDES: PLANS SPECIFICATION MANUAL TABLE OF CONTENTS TABLE OF CONTENTS Page 1 txleD ARcy SCHF! oo� Ix %106'L co Q' OF1 w•�P� DATED: June 23, 2015 June 23, 2015 Following is the enumeration of the specifications, drawings and addenda which form a part of this contract as set forth in Article 1 "Contract Documents" of the General Conditions of the Contract for Construction. ['I SECTION TITLE NO. OF PAGES Ell DIVISION 1 GENERAL CONDITIONS 01010 SUMMARY OF WORK 1 THRU 2 01011 PROJECT EXECUTION 1 THRU 8 01012 SPECIAL APPLICATION FOR PAYMENT REQ'MTS 1 THRU 3 01015 MODIFICATION PROCEDURES 1 THRU 2 I 01019 CONTRACT CONSIDERATION 1 THRU 2 01039 SPECIAL COORDINATION FOR COMMERCIAL FAC. 1 THRU 3 r ' 01040 COORDINATION 1 THRU 3 01042 PROJECT MEETINGS 1 THRU 3 t ? 01045 CUTTING AND PATCHING 1 THRU 4 01095 REFERENCE STANDARDS AND DEFINITIONS 1 THRU 13 01100 ADDITIVE ALTERNATES 1 THRU 1 01110 CHANGE ORDER PROCEDURES 1 THRU 1 01300 SUBMITTALS 1 THRU 8 } 01310 PROGRESS SCHEDULE 1 THRU 2 01320 CONSTRUCTION PROGRESS DOCUMENTATION 1 THRU 5 01370 SCHEDULE OF VALUES 1 THRU 2 s 7 01400 QUALITY CONTROL 1 THRU 3 !_ 01401 CODES, SAFETY AND INSPECTION 1 THRU 3 01500 CONSTRUCTION FACILITIES AND 1 THRU 10 1 TEMPORARY CONTROLS itt t—_ 1 f I f Partwhip, ioc. — arcbitutf U ioteriorf 1 4 � CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH TABLE OF CONTENTS EXTERIOR DOOR REPLACEMENT PROJECT Page 2 LUBBOCK, TEXAS lcx1rD Agcy �� 0o,�� SCy�C N rrors Qy OF June 23, 2015 01561 NOISE CONTROL 1 THRU 1 01571 UTILITIY OUTAGES 1 THRU 1 01600 MATERIALS 1 THRU 3 01631 SUBSTITUTIONS 1 THRU 3 01700 CONTRACT CLOSEOUT 1 THRU 6 01730 OPERATING AND MAINTENANCE 1 THRU 4 01740 WARRANTIES 1 THRU 3 01781 PROJECT RECORD DOCUMENTS 1 THRU 3 01820 DEMONSTRATION AND TRAINING 1 THRU 3 SUBSTITUTION REQUEST FORM 1 THRU 2 DIVISION 2 SITE WORK 02051 GENERAL SITE CONSTRUCTION REQUIREMENT 1 THRU 2 02070 SELECTIVE DEMOLITION 1 THRU 6 02901 PROTECTION OF PLANTING & SITE WORK 1 THRU 2 DIVISION 3 CONCRETE NOT USED DIVISION 4 MASONARY NOT USED DIVISION 5 METAL 05500 METAL FABRICATIONS 1 THRU 8 DIVISION 6 WOOD & PLASTICS 06050 WOOD TREATMENT 1 THRU 2 06100 ROUGH CARPENTRY 1 THRU 7 06200 FINISH CARPENTRY 1 THRU 4 f I r partombip, inc. — arcbitutf U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH TABLE OF CONTENTS EXTERIOR DOOR REPLACEMENT PROJECT Page 3 LUBBOCK,TEXAS DIVISION 7 THERMAL & MOISTURE PROTECTION 07901 JOINT SEALANTS DIVISION 8 DOORS & WINDOWS 08220 FRP DOORS -FRAMES 08710 DOOR HARDWARE 08800 GLASS AND GLAZING DIVISION 9 FINISHES 09900 PAINTING DIVISION 10 SPECIALTIES NOT USED DIVISION 11 EQUIPMENT NOT USED DIVISION 12 FURNISHINGS NOT USED DIVISION 13 SPECIAL CONSTRUCTION NOT USED f I f Partncrfbip, inc. — arditutr G iotcriorf 1 THRU 8 1 THRU 8 1 THRU 7 1 THRU 7 1 THRU 12 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH TABLE OF CONTENTS EXTERIOR DOOR REPLACEMENT PROJECT Page 4 LUBBOCK, TEXAS DIVISION 14 CONVEYING SYSTEMS NOT USED DIVISION 15 MECHANICAL NOT USED DIVISION 16 ELECTRICAL NOT USED END OF TABLE OF CONTENTS f I f partocrfhip, inc. — ar0itcctf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL If RELATED DOCUMENTS SUMMARY OF WORK Section 0 10 10, Page 1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. WORK COVERED BY CONTRACT DOCUMENTS The Project consists of removal and replacement of specific exterior doors, frames, transoms, cargo sliding and fixed doors and the replacement of these units with new synthetic type units. 1. Project Location: Buddy Holly Center (1801 Crickets Avenue) and St. Paul's Church (4007 University Avenue), Lubbock, Texas. 2. Owner: City of Lubbock, Texas Contract Documents, dated June, 2015 were prepared for the Project by SLS Partnership, Inc., Architects and Interiors, 4416 74th Street I Suite 86, Lubbock, Texas 79424-2315, (806) 794- 4726, fax (806) 794-4667. The Work consists of construction of exterior door replacement and hardware replacement 1. The Work includes but not limited to removal of doors, frames and hardware and the installation of new synthetic/fiberglass doors, frames, trim, moldings and new hardware. The Work will be constructed under a single prime contract. 1.3 FUTURE WORK Not Applicable 1.4 OCCUPANCY REQUIREMENTS A. Owner/Tenant Occupancy: The Owner reserves the right to occupy and to place and install equipment in completed areas of the building prior to Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placing of equipment and partial occupancy shall not constitute acceptance of the total Work. 1. The Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied prior to Owner occupancy. 2. Obtain a Certificate of Occupancy from local building officials prior to Owner occupancy. 3. Prior to partial Owner occupancy, mechanical and electrical systems shall be fully operational. Required inspections and tests shall have been successfully completed. J I J Pdrtrlu bip, in(. — dr(bitutr U Acriorr 9 9 ' CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUMMARY OF WORK EXTERIOR DOOR REPLACEMENT PROJECT Section 01010, Page 2 LUBBOCK, TEXAS Upon occupancy, the Owner will operate and maintain mechanical and electrical systems serving occupied portions of the building. 4. Upon occupancy, the Owner will assume responsibility for maintenance and custodial service for occupied portions of the building. PART 2 - PRODUCTS (Not Applicable) PART 3 — EXECUTION 3.1 PROJECT INTENT A. It is the intent of this project that all new components as detailed in this project will be manufactured of synthetic (fiberglass) components, colored to match the existing colors currently on site at the Buddy Holly Center and St. Paul's Church (these colors are covered in specification sections 08220 and 09900). B. There may be the possibility that some of the specialty trim pieces or moldings may not be manufactured out of synthetic, in which case use of treated wood trim/molding pieces may be used in conjunction with the synthetic components, but this must be verified with the manufacturers first prior to going this route. END OF SECTION 01010 iw r 1 r Partwhip, ioc. — architcctl U iotuiorf r CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.0 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.1 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. 9. Correction of the Work. 10. Communications B. Related Requirements: 1. Section "Summary" for limits on use of Project site. 2. Section "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, and final cleaning. 3. Section 07270 "Penetration Fire stopping" for patching penetrations in fire -rated construction. 1.2 INFORMATIONAL SUBMITTALS A. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. B. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. C. Certified Surveys: Submit two copies signed by land surveyor. D. Final Property Survey: Submit 10 copies showing the Work performed and record survey data. 1.3 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. J f J partombip, inc. — arditatr U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 2 j LUBBOCK, TEXAS 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 element 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 result in increased maintenance or decreased operational life or safety. 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load -carrying capacity, which results in reducing their capacity to perform as intended, or that result in increased maintenance or decreased operational life or safety. 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. 1.4 COMMUNICATIONS A. The general contractor and or sub -contractors are to report immediately any conditions that would need the attention of the project manager or the design team. At no time will contingency funding be allowed to be used without addressing the need for remedy or solution with the project manager and or the A/E design team.\ B. It is the intent of project communication to be free flowing and without apprehension and to create an environment of openness and transparency between all members of this design/construction/management team. PART 2-PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In -Place Materials: Use materials for patching identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of in-place materials. f I r par wfbip, inc. — architutr U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 3 - EXECUTION 3.1 EXAMINATION PROJECT EXECUTION Section 01011, Page 3 A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning site work, 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. 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 "Project Management and Coordination." f I r Partwfbip, ioc. — arcbitutf U iotcriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 4 LUBBOCK, TEXAS 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, grading, fill and topsoil placement, utility slopes, and rim and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. 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. 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. 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. C. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field -engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and site work. D. Final Property Survey: Engage a land surveyor to prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by r I r Partowbip, ipc. — architutr U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 5 LUBBOCK, TEXAS land surveyor, that principal metes, bounds, lines, and levels of Project are accurately positioned as shown on the survey. 1. Recording: At Substantial Completion, have the final property survey recorded by or with authorities having jurisdiction as the official "property survey." 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. 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 produces harmful noise levels. G. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 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. f I f Partombip, ioc. — architccf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS 3.6 CUTTING AND PATCHING PROJECT EXECUTION Section 01011, Page 6 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: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. 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 minimize interruption to occupied areas. G. Cutting: Cut in -place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. H. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as practicable. Provide materials and comply with installation requirements specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. J I J Partwhip, in(. — aditMi U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 7 LUBBOCK, TEXAS 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in -place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 4. Ceilings: Patch, repair, or re -hang in -place ceilings as necessary to provide an even - plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition and ensures thermal and moisture integrity of building enclosure. I. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.7 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. 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. 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. s I s paUrsbip, ioc. — architects U iptcriors CITY OF LUBBOCK — BUDDY HOLLY CENTER AND ST. PAUL'S CHURCH PROJECT EXECUTION EXTERIOR DOOR REPLACEMENT PROJECT Section 01011, Page 8 LUBBOCK, TEXAS 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. 3.8 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 "Quality Requirements" 3.9 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. Under no circumstances will the lack of care or protection of any work, hence deemed to be damaged prior to owner acceptance or substantial completion, be claimed as a contract modification or change order to remedy said damage. The general contractor is solely responsible for protecting all work and complying with the project requirements throughout the project. C. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 01011 r I r partowbip, ioc — architects U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIFIC APPLICATION FOR EXTERIOR DOOR REPLACEMENT PROJECT PAYMENT REQUIREMENTS LUBBOCK, TEXAS Section 01012, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 COORDINATION, GENERAL A. Each prime Contractor shall provide close administrative and procedural coordination of scheduling/reporting/payment requesting with each other prime Contractor, and shall be responsive to overall coordination responsibilities assigned to the Owner. Coordinate both the procedural timing and the listing (naming and sequencing) of reports/activities required by provisions of this section and other sections, to afford consistency and logical coordination between submitted reports or lists. Maintain coordination and correlation between separate reports by updating at weekly time intervals. Make appropriate distribution of each report and updated report to entities involved in the work including Architect, Owner, and other prime Contractors where applicable. In particular, provide close coordination of progress schedule, schedule of values, progress reports, and payment requests. 1.3 PRELIMINARY PROGRESS SCHEDULES PAYMENT REQUESTS A. General: Except as otherwise indicated, sequence of progress payments for each prime Contractor is to be regular, and each must be consistent with previous applications and payments. It is recognized that certain applications involve extra requirements, including initial applications, applications at times of substantial completion, and final payment applications. Waivers of Lien: Each prime Contractor shall submit waivers of lien for every entity who could lawfully and possibly file a lien in excess of $100 arising out of Contract and related to the work covered by payment. Final payment application must be submitted with (or preceded by) final or full waivers from every entity involved with performance of the work covered by payment request. Waiver Forms: Submit waivers on forms, and executed in a manner, acceptable to the Owner. B. Payment Application Times: The "date for each progress payment" for each prime Contractor is as indicated in Owner -Contractor Agreement or, if none is indicated therein, it is the 10th day of each month. The period of construction work covered by each payment request is period indicated in Owner -Contractor Agreement or, if none is indicated therein, it is to be a month with the period ending on the last day of the month and starting on the first day of the month. C. Payment Application Forms: AIA Document G702 and Continuation Sheets (AIA G702 is available in the Architects Office). r I f paurbip, inc. — ar(hitmf U ioteriorl I l CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIFIC APPLICATION FOR EXTERIOR DOOR REPLACEMENT PROJECT PAYMENT REQUIREMENTS LUBBOCK, TEXAS Section 0 10 12, Page 2 D. Application Preparation: Except as otherwise indicated, complete every entry provided for on the form, including notarization and execution by authorized persons. Incomplete applications will be returned by Architect without action. Listing must include amounts of change orders issued prior to first day of the "period of construction" covered by application. E. Initial Payment Application: The principal administrative actions and submittals which must precede or coincide with submittal of each prime Contractor's first payment application can be summarized as follows, but not necessarily by way of limitation: Listing of subcontractors and principal suppliers and fabricators. Schedule of principal products. Copies of acquired building permits and similar authorizations and licenses from governing authorities for current performance of the work. F. Application at Time of Substantial Completion: Following issuance of Architect's final "certificate of substantial completion" on each prime Contractor's work, and designated, a "special" payment application may be prepared and submitted by Contractor. The principal administrative actions and submittals which must proceed or coincide with such special applications can be summarized as follows, but not necessarily by way of limitation: Warranties, guarantees, maintenance agreements and similar provisions of contract documents. Final cleaning of the work. Listing of Contractor's incomplete work, recognized as exceptions to Architect's certificate of substantial completion. G. Final Payment Application: The administrative actions and submittals which must precede or coincide with submittal of each prime Contractor's final payment application can be summarized as follows, but not necessarily by way of limitation: Completion of project closeout requirements. Completion of items specified for completion beyond time of substantial completion (regardless of whether special payment application was previously made). Assurance, satisfactory to Owner, that unsettled claims will be settled and that work not actually completed and accepted will be completed without undue delay. Proof, satisfactory to Owner, that tax, fees and similar obligations of Contractor have been paid. Removal of temporary facilities, services, surplus materials, rubbish and similar elements: H. Application Transmittal: Each prime Contractor shall submit 3 executed copies of each payment application, one copy of which shall be complete with waivers of lien and similar attachments, and recording appropriate information related to application in manner acceptable to Architect. Transmit to Architect by means ensuring receipt within 24 hours. ' r I r Partombip, inc. — arcbitutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIFIC APPLICATION FOR EXTERIOR DOOR REPLACEMENT PROJECT PAYMENT REQUIREMENTS LUBBOCK, TEXAS Section 01012, Page 3 PART 2'PRODUCTS (not applicable) PART 3-EXECUTION (not applicable) END OFSECTION O1O12 9 | � �� { //D� in[ --d[[�t�[��v )U[c[io[/ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS MODIFICATION PROCEDURES Section 01015, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing contract modifications. Multiple Prime Contracts: Provisions of this Section apply to the work of each prime contractor. 1.3 RELATED SECTIONS: THE FOLLOWING SECTIONS CONTAIN REQUIREMENTS THAT RELATE TO THIS SECTION: Division 1 Section "Unit Prices" for administrative requirements governing use of unit prices. Section 01012 "Applications for Payment" for administrative procedures governing Applications for Payment. Section 01300 "Submittals" for requirements for the Contractor's Construction Schedule. Section 01631 "Product Substitutions" for administrative procedures for handling requests for substitutions made after award of the Contract. 1.4 MINOR CHANGES IN THE WORK A. The Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or Contract Time, on AIA Form G710, Architect's Supplemental 1.5 CHANGE ORDER PROPOSAL REOUESTS A. Owner -Initiated Proposal Requests: The Architect will issue a detailed description of proposed changes in the Work that will require adjustment to the Contract Sum or Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. B. Proposal requests issued by the Architect are for information only. Do not consider them as an instruction either to stop work in progress or to execute the proposed change. C. Within 7 days of receipt of a proposal request, submit an estimate of cost necessary to execute the change to the Architect for the Owner's review. Include a list of quantities of products required and unit costs, with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. I r I r Partombip, ioc. — af0itutr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH MODIFICATION EXTERIOR DOOR REPLACEMENT PROJECT PROCEDURES LUBBOCK, TEXAS Section 01015, Page 2 Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. Include a statement indicating the effect the proposed change in the Work will have on the Contract Time. D. Contractor -Initiated Proposals: When latent or unforeseen conditions require modifications to the contract, the Contractor may propose changes by submitting a request for a change to the Architect. E. Include a statement outlining the 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 Contract Time. F. Include a list of quantities of products required and unit costs, with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. G. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. H. Proposal Request Form: The prime Contractor shall use forms provided by the Architect for Change Order Proposals at the end of this section. 1.6 CHANGE ORDER PROCEDURES A. Upon the Owner's approval of a Proposal Request, the Architect will issue a Change Order for signatures of the Owner and the prime Contractor. Use forms provided by the Owner or Architect for Change Order Proposals. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01015 f I r partwhip, inc. — architects U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONTRACT EXTERIOR DOOR REPLACEMENT PROJECT CONSIDERATIONS LUBBOCK, TEXAS Section 01019, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Application for Payment. B. Change procedures. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Schedule of Values. B. Section 01600 - Material and Equipment: Product substitutions. 1.4 APPLICATIONS FOR PAYMENT A. Submit three copies of each application on AIA Form G702 - Application and Certificate for Payment. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner -Contractor agreement. D. Waiver of liens from subcontractor. 1.5 CHANGE PROCEDURES A. The Architect will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by SLS or City of Lubbock by issuing supplemental instructions on AIA Form G710. B. The Architect may issue a Change Request Proposal which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting request for change to the Architect, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Architect. r I f partombip, inc. — architutf U intcriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONTRACT EXTERIOR DOOR REPLACEMENT PROJECT CONSIDERATIONS LUBBOCK, TEXAS Section 01019, Page 2 E. Unit Price Change Order: For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. F. Construction Change Authorization: Architect may issue a directive, on AIA Form G713 Construction Change Authorization signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. G. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Architect will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. H. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1. Change Order Forms: AIA G701 Change Order. J. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION OF 01019 J I r paVrAp, in(. — aditutf U interior] CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIAL COORDINATION EXTERIOR DOOR REPLACEMENT PROJECT FOR COMMERCIAL FACILITIES LUBBOCK, TEXAS Section 01039, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DESCRIPTION OF WORK A. Minimum administrative and supervisory requirements necessary for coordination of work on the project to be fulfilled collectively by the prime Contractors include but are not necessarily limited to the following: Coordination and meetings. Administrative and supervisory personnel. Limitations for use of site. Cleaning and protection. 1.3 COORDINATION A. Each Prime Contractor will be required to coordinate the requirements of his section even though certain items of work may be assigned to a specific prime Contractor. 1.4 COORDINATION AND MEETINGS A. Weekly Coordination Meetings: The owner or the owner's representative shall schedule and hold weekly general project coordination meetings at regularly scheduled times that are convenient for the attendance of prime Contractors and other parties involved. These meetings are in addition to specific meetings held for other purposes such as special pre -installation meetings. Required attendance includes each prime Contractor involved the coordination or planning for the work of the entire project. The owner's representative shall preside at each meeting, and shall record meeting results. 1.5 LIMITATIONS ON USE OF THE SITE A. General: Limitations on site usage as well as specific requirements that impact utilization are indicated in the contract documents. The owner or the owner's representative shall administer allocation of available space equitably among the separate prime Contractors and other entities needing access and space, so as to produce the best overall efficiency in performance of the total work of the project. Each prime Contractor shall schedule deliveries so as to minimize space and time requirements for storage of materials and equipment on site. B. Uniforms: Each prime Contractor's personnel and subcontractor's personnel MAY wear clearly marked and identifiable clothing or uniforms while working on the property. The wearing of uniforms will not be a specific requirement for this project. ' 1 I f Partnu hip, in(. — arditatr U interiorr 1 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIAL COORDINATION c EXTERIOR DOOR REPLACEMENT PROJECT FOR COMMERCIAL FACILITIES LUBBOCK, TEXAS Section 01039, Page 2 1.6 SPECIAL REPORTS A. General: Submit special reports directly to the owner and architect within one day of an occurrence. B. Reporting Unusual Events: When an event of an unusual and significant nature occurs at the site, the prime Contractor shall prepare and submit a special report. The report shall list chain of events, persons participating, and the response by the prime Contractor's personnel and by the personnel of the other prime Contractors, an evaluation of the results or effects, and similar pertinent information. It is the responsibility of each prime Contractor to advise the Owner in advance date, when such events are known or predictable. C. Reporting Accidents: Each prime Contractor shall prepare and submit reports of significant accidents, at site and anywhere else work is in progress. Record and document data and actions. For this purpose, a significant accident is defined to include events where personal injury is sustained, or property loss of substance is sustained or where the event posed a significant threat of loss or personal injury. PART 2 - PRODUCTS (Not Applicable). PART 3 — EXECUTION 3.1 GENERAL INSTALLATION PROVISIONS A. Installer's Inspection of Conditions: The prime Contractor involved shall inspect the substrate to receive work and the conditions under which the work is to be performed. The installer shall report all unsatisfactory conditions in writing to the owner or the owner's representative. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. B. Manufacturer's Instructions: <Where installations include manufactured products, comply with the manufacturer's applicable instructions and recommendations for installation, to the extent that these instructions and recommendations are more explicit or more stringent that requirements indicated in the contract documents. C. Inspect each item of materials or equipment immediately prior to installation. Reject damaged and defective items. D. Provide attachment and connection devices and methods for securing work properly. Secure work true to line and level, and within recognized tolerances. Allow expansion" and building movement. Provide uniform joint width in exposed work. Arrange joints in exposed work to obtain the best visual effect. Refer questionable visual -effect choices to the architect for final decision. E. Install each unit of work during weather conditions and project status which will ensure the best possible results in coordination with the entire work. Isolate each unit of work from incompatible work as necessary to prevent deterioration. r I r Partw hip, ioc. — architutr U interiorr ¢' CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SPECIAL COORDINATION EXTERIOR DOOR REPLACEMENT PROJECT FOR COMMERCIAL FACILITIES LUBBOCK, TEXAS Section 01039, Page 3 3.2 CLEANING AND PROTECTION A. General: During handling and installation of work at the project site, each prime Contractor shall clean and protect work in progress and adjoining work in the basis of continuous daily maintenance. B. Limiting Exposure of Work: To the extent possible through reasonable control and protection methods, each prime Contractor shall supervise performance of the work in such a manner and by such means which will ensure that the existing facilities and none of the work, whether completed or in progress, will be subjected to harmful, dangerous, damaging or otherwise deleterious exposure during the construction period. Such exposure includes, where applicable, but not by way of limitation the following: Excessive static or dynamic loading. Excessive internal or external pressures. Thermal shock. Air contamination or pollution. Water or ice. Solvents. Chemicals. Puncture. Abrasion. Soiling. Bacteria. Insect infestation. Combustion. Misalignment. Excessive weathering. Unprotected storage. Improper shipping or handling. Theft. Vandalism. END OF SECTION 01039 f I f Partoerfbip, inc. — architutf U intcriorf LYNTEGAR ELECTRIC COOOPERATIVE, INC. NEW CORPORATE FACILITY TAHOKA, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS COORDINATION - Section 01040, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and supervisory requirements necessary for coordinating construction operations including, but not necessarily limited to, the following: IJ 1. General project coordination procedures. 2. Conservation. rill 3. Coordination Drawings. 4. Administrative and supervisory personnel. 5. Cleaning and protection. r1l B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Submittals" for preparing and submitting the Contractor's Construction ' Schedule. 2. Division 1 Section "Contract Closeout" for coordinating contract closeout. 3. Section 01039 — Special Coordination for Apartment Complexes rtf 1.3 COORDINATION A. Coordinate construction operations included in various Sections of these Specifications to [A assure efficient and orderly installation of each part of the Work. Coordinate construction operations included under different Sections that depend on each other for proper installation, _ connection, and operation. 1. Schedule construction operations in the sequence required to obtain the best results _1 where installation of one part of the Work depends on installation of other components, r f before or after its own installation. 2. Coordinate installation of different components to assure maximum accessibility for LJ required maintenance, service, and repair. 3. Make provisions to accommodate items scheduled for later installation. t B. Where necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. i 1. Prepare similar memoranda for the Owner and separate contractors where coordination_ ' of their work is required. f I f Partombip, ioc. — arcbitatf U iotcriorf s jI LYNTEGAR ELECTRIC COOOPERATIVE, INC. COORDINATION NEW CORPORATE FACILITY Section 01040, Page 2 x TAHOKA, TEXAS C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and assure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of schedules. 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. Project closeout activities. D. Conservation: Coordinate construction operations to assure that operations are carried out with consideration given to conservation of energy, water, and materials. 1. Salvage materials and equipment involved in performance of, but not actually incorporated in, the Work. 1.4 SUBMITTALS A. Coordination Drawings: Prepare coordination drawings where careful coordination is needed for installation of products and materials fabricated by separate entities. Prepare coordination drawings where limited space availability necessitates maximum utilization of space for efficient installation of different components. 1. Show the relationship of components shown on separate Shop Drawings. 2. Indicate required installation sequences. 3. Comply with requirements contained in Section "Submittals." B. Staff Names: Within 7 days of commencement of construction operations, submit a list of the Contractor's principal staff assignments, including the superintendent and other personnel in attendance at the Project Site. Identify individuals and their duties and responsibilities. List their addresses and telephone numbers. 1. Post copies of the list in the Project meeting room, the temporary field office, and each temporary telephone. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 GENERAL COORDINATION PROVISIONS A. Inspection of Conditions: Require the Installer of each major component to inspect both the substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. B. Coordinate temporary enclosures with required inspections and tests to minimize the necessity of uncovering completed construction for that purpose. ' r I J Partombip, ioc. — arc hctf U Acriorf LYNTEGAR ELECTRIC COOOPERATIVE, INC. COORDINATION NEW CORPORATE FACILITY Section 01040, Page 3 TAHOKA, TEXAS 3.2 CLEANING AND PROTECTION A. Clean and protect construction in progress and adjoining materials in place, during handling and installation. Apply protective covering where required to assure protection from damage or deterioration at Substantial Completion. B. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to assure operability without damaging effects. C. 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. Where applicable, such exposures include, but are not limited to, the following: 1. Excessive static or dynamic loading. 2. Excessive internal or external pressures. 3. Excessively high or low temperatures. 4. Thermal shock. 5. Excessively high or low humidity. 6. Air contamination or pollution. 7. Water or ice. 8. Solvents. 9. Chemicals. 10. Light. 11. Puncture. 12. Soiling, staining, and corrosion. 13. Bacteria. 14. Rodent and insect infestation. 15. Combustion. 16. Electrical current. 17. Improper lubrication. 18. Unusual wear or other misuse. 19. Contact between incompatible materials. 20. Destructive testing. 21. Misalignment. 22. Excessive weathering. 23. Unprotected storage. 24. Improper shipping or handling. 25. Theft. 26. Vandalism. END OF SECTION 01040 f I f partw hip, ioc. — aditutf U iotcriorf p' CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS PROJECT MEETINGS Section 01042, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This section specifies administrative and procedural requirements for project meetings, including, but not limited to, the following: Preconstruction conferences Progress meetings Coordination meetings B. Related Sections: The following Sections contain requirements that relate to this Section: Division 1 Section "Coordination" for procedures for coordinating project meetings with other construction activities. Division 1 Section "Submittals" for submitting the Contractor's Construction Schedule 1.3 PRECONSTRUCTION CONFERENCE A. Attend a preconstruction conference before starting construction, at a time convenient to the Owner and the Architect, but no latter than 15 days after execution of the Agreement. The conference will be held at the Project Site. The meeting is for the review of responsibilities, personnel assignments and establishes replacement standards. B. Attendees: Authorized representatives of the Owner, and Architect: the prime contractor and its superintendent; manufacturers; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the Project and authorized to conclude matters relating to the Work. j C. Agenda: Discuss items of significance that could affect progress, including the following: Tentative construction schedule. Critical work sequencing. Designation of responsible personnel. Procedures for processing field decisions and change orders. Use of the premises. Space and access limitations. Possible conflicts. Acceptability of substrates. r I r partowbip, in(. — arcbitutr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROJECT MEETINGS EXTERIOR DOOR REPLACEMENT PROJECT Section 01042, Page 2 LUBBOCK, TEXAS Protection. Safety procedures. First aid. Security. Housekeeping. Working hours. D. Replacement Standards: Attendees for the prime painting Contractor along with the Architect and Owner's representative including the property manager, Property Supervisor, & Property Maintenance Supervisor will review and mark the first two buildings to establish standards for replacement of siding or wood throughout the project. "The prime painting Contractor and the Property Maintenance Supervisor will then mark the remaining buildings to the established standard. 1.4 PROGRESS/COORDINATION MEETINGS A. Attend progress meetings at the Project Site at weekly intervals. B. Attendees: In addition to representatives of the owner and the architect, each subcontractor, supplier, or 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 conference shall be familiar with project and authorized to conclude matters relating to the Work. C. Agenda: Review items of significance that could affect progress. Include topics for discussion as appropriate to the status of the Project. D. Contractor's Construction Schedule: Review progress since the last meeting. Determine where each activity is in relation to the Contractor's Construction Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to insure that current and subsequent activities will be completed within the contract Time. E. Submit weekly reports of installed unit price items or replacement quantity of siding or wood items with completion reports on each building. F. Review the present and future needs of each entity present, including the following: Interface requirements. Time. Sequences. Deliveries. Access. Site utilization. Hours of work. Hazards and risks. Housekeeping. Quality and work standards. Change Orders. f I f paUrfbip, io(. — adituv U ipteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROJECT MEETINGS EXTERIOR DOOR REPLACEMENT PROJECT Section 01042, Page 3 LUBBOCK, TEXAS G. Schedule Updating: Each prime contractor shall revise his Construction Schedule after each progress meeting where revisions to the schedule have been make or recognized. Issue the revised schedule concurrently with the report of each meeting. PART 2 - PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) END OF SECTION 01042 1 I r Partowbip, ioc. — arcbkaj U ioteriorl CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CUTTING AND PATCHING EXTERIOR DOOR REPLACEMENT PROJECT Section 01045, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for cutting and patching. B. Related Sections: The following Sections contain requirements that relate to this Section: Division 2 Section "Selective Demolition" for demolition of selected portions of the building for alterations. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. Requirements of this Section apply to mechanical and electrical installations. Refer to Division 15 and 16 Sections for other requirements and limitations applicable to cutting and patching mechanical and electrical installations. 1.3 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures well in advance of the time cutting and patching will be performed if the Owner requires approval of these procedures before proceeding. Request approval to proceed. Include the following information, as applicable, in the proposal: 1. Describe the extent of cutting and patching required. Show how it will be performed and indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction. Include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform Work. 4. Indicate dates when cutting and patching will be performed. 5. Utilities: List utilities that cutting and patching procedures will disturb or affect. List utilities that will be relocated and those that will be temporarily out -of -service. Indicate how long service will be disrupted. 6. Where cutting and patching involves adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with the original structure. 7. Approval by the Architect to proceed with cutting and patching does not waive the Architect's right to later require complete removal and replacement of unsatisfactory work. s I s partnersbip, ioc. — architects U interiors l CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CUTTING AND PATCHING C ING EXTERIOR DOOR REPLACEMENT PROJECT Section 01045, Page 2 LUBBOCK, TEXAS 1.4 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would change their load -carrying capacity or load -deflection ratio. 1. Obtain approval of the cutting and patching proposal before cutting and patching the following structural elements: a. Foundation construction. b. Bearing walls. C. Structural concrete. d. Structural steel. e. Lintels. f. Timber and primary wood framing. g. Structural decking. h. Miscellaneous structural metals. i. Equipment supports. j. Piping, ductwork, vessels, and equipment. B. Operational Limitations: Do not cut and patch operating elements or related components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating elements or related components in a manner that would result in increased maintenance or decreased operational life or safety. 1. Obtain approval of the cutting and patching proposal before cutting and patching the following operating elements or safety related systems: a. Water, moisture, or vapor barriers. b. Membranes and flashings. C. Fire protection systems. C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in the Architect's opinion, reduce the building's aesthetic qualities. Do not cut and patch construction in a manner that would result in visual evidence of cutting and patching. Remove and replace construction cut and patched in a visually unsatisfactory manner. 1.5 WARRANTY A. Existing Warranties: Replace, patch, and repair material and surfaces cut or damaged by methods and with materials in such a manner as not to void any warranties required or existing. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible if identical materials are 1 I 1 PaRowbip, inc. — ar0itutl G ioteriorl C CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CUTTING AND PATCHING EXTERIOR DOOR REPLACEMENT PROJECT Section 01045, Page 3 LUBBOCK, TEXAS unavailable or cannot be used. Use materials whose installed performance will equal or surpass that of existing materials. PART 3 - EXECUTION 3.1 INSPECTION A. Examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed before cutting. If unsafe or unsatisfactory conditions are encountered, take corrective action before proceeding. Before proceeding, meet at the 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. 3.2 PREPARATION A. Temporary Support: Provide temporary support of work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Avoid cutting existing pipe, conduit, or ductwork serving the building but scheduled to be removed or relocated until provisions have been made to bypass them. 3.3 PERFORMANCE A. General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. 1. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. B. Cutting: Cut existing construction using methods least likely to damage elements retained or adjoining construction. Where possible, review proposed procedures with the original Installer; comply with the original Installer's recommendations. 1. In general, where cutting, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. f I J Partoerrbip, inc. — arcbitutr U ioteriorr C ' CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CUTTING AND PATCHING EXTERIOR DOOR REPLACEMENT PROJECT Section 01045, Page 4 ., LUBBOCK, TEXAS i 3. Cut through concrete and masonry using a cutting machine, such as a Carborundum saw or a diamond -core drill. 4. Comply with requirements of applicable Division 2 Sections where cutting and patching requires excavating and backfilling. 5. Where services are required to be removed, relocated, or abandoned, by-pass utility services, such as pipe or conduit, before cutting. Cut-off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting. C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3.4 CLEANING A. Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar items. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. END OF SECTION 01045 _t 1 I r Partowbip, ioc. — arcbitatr U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic contract definitions are included in the Conditions of the Contract. B. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on the Drawings; or to other paragraphs or schedules in the Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. Location is not limited. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by the Architect, requested by the Architect, and similar phrases. D. "Approved": The term "approved," when used in conjunction with the Architect's action on the Contractor's submittals, applications, and requests, is limited to the Architect's duties and responsibilities as stated in the Conditions of the Contract. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": The term "furnish" means to supply and deliver to the Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": The term "install" describes operations at the Project site including the actual unloading, temporary storage, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. "Installer": An installer is the Contractor or another entity engaged by the Contractor, either as an employee, subcontractor, or contractor of lower tier, who performs a particular construction activity including installation, erection, application, or similar operations. Installers are required to be experienced in the operations they are engaged to perform. 1. The term "experienced," when used with the term "installer," means having successfully completed a minimum of 5 previous projects similar in size and scope to this Project; being familiar with the special requirements indicated; and having complied with requirements of authorities having jurisdiction. r I r PartPu bip, ioc. — arcbitutr U ioteriorr 3 ° CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 2 2. Trades: Using terms such as "carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespeople of the corresponding generic name. 3. Assigning Specialists: Certain Sections of the Specifications require that specific construction activities shall be performed by specialists who are recognized experts in those operations. The specialists must be engaged for those activities, and their assignments are requirements over which the Contractor has no option. However, the ultimate responsibility for fulfilling contract requirements remains with the Contractor. a. This requirement shall not be interpreted to conflict with enforcing building codes and similar regulations governing the Work. It is also not intended to interfere with local trade -union jurisdictional settlements and similar conventions. J. "Project site" is the space available to the Contractor for performing construction activities, either exclusively or in conjunction with others performing work as part of the Project. The extent of the Project site is shown on the Drawings and may or may not be identical with the description of the land on which the Project is to be built. K. "Testing Agencies": A testing agency is an independent entity engaged to perform specific inspections or tests, either at the Project site or elsewhere, and to report on and, if required, to interpret results of those inspections or tests. 1.3 SPECIFICATION FORMAT AND CONTENT EXPLANATION A. Specification Format: These Specifications are organized into Divisions and Sections based on the Construction Specifications Institute's 16-division format and "MasterFormat" numbering system. B. Specification Content: These 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. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be interpolated as the sense requires. Singular words shall be interpreted as plural and plural words interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by the Contractor. At certain locations in the Text, subjective language is used for clarity to describe responsibilities that must be fulfilled indirectly by the Contractor or by others when so noted. a. 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. 1.4 INDUSTRY STANDARDS f I f Partowbip, ioc. — arditutr U Acriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 3 A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with the standards in effect as of the date of the Contract Documents. C. Conflicting Requirements: Where compliance with 2 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 uncertainties and requirements that are different but apparently equal to the Architect for a decision before proceeding. 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 the requirements. Refer uncertainties to the Architect for a decision before proceeding. D. Copies of Standards: Each entity engaged in construction on the Project must be familiar with industry standards applicable to its construction acuvity. Copies of applicable standards are not bound with the Contract Documents. Where copies of standards are needed to perform a required construction activity, the Contractor shall obtain copies directly from the publication source and make them available on request. E. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. The following abbreviations and acronyms, as referenced in the Contract Documents, mean the associated names. Names and addresses are subject to change and are believed, but are not assured, to be accurate and up-to-date as of the date of the Contract Documents. AA Aluminum Association (202) 862-5100 AABC Associated Air Balance Council (202) 737-0202 AAMA American Architectural Manufacturers Assoc. (708) 202-1350 AAN American Association of Nurserymen (202) 789-2900 AASHTO American Association of State Highway and Transportation (202) 624-5800 Officials AATCC American Association of Textile Chemists and Colorists (919) 549-8141 ABMA American Bearing Manufacturers Assoc. (202) 429-5155 ABMA American Boiler Manufacturers Association (703) 522-7350 f I f Partowbip, ioc. — arcbitutf U iotcriorf ' CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 4 ACI American Concrete Institute (313) 532-2600 ACIL American Council of Independent Laboratories (202) 887-5872 ACPA American Concrete Pipe Association (703) 821-1990 ADC Air Diffusion Council (312) 201-0101 AFBMA Anti -Friction Bearing Manufacturers Assoc. (Now ABMA) AFPA American Forest and Paper Association (202) 463-2455 AGA American Gas Assoc. (703) 841-8400 AHA American Hardboard Assoc. (708) 934-8800 AHAM Association of Home Appliance Manufacturers (312) 984-5800 Al Asphalt Institute (606) 288-4960 AIA The American Institute of Architects (202) 626-7300 AIA American Insurance Assoc. (202) 828-7100 AIHA American Industrial Hygiene Assoc. (703) 849-8888 AISC American Institute of Steel Construction (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 AITC American Institute of Timber Construction (303) 792-9559 ALA American Laminators Association (206) 622-0666 ALI Associated Laboratories, Inc. (708) 358-7400 ALSC American Lumber Standards Committee (301) 972-1700 AMCA Air Movement and Control Assoc. (708) 394-0150 ANSI American National Standards Institute (212) 642-4900 AOAC AOAC International (703) 522-3032 AOSA Association of Official Seed Analysts (402) 476-3852 APA APA-The Engineered Wood Association (206) 565-6600 API American Petroleum Institute (202) 682-8000 ARI Air -Conditioning and Refrigeration Institute (703) 524-8800 f I f Partnerfbip, in(. — ar(bitutf U interiorf (t i' CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 5 ARMA Asphalt Roofing Manufacturers Assoc. (301) 231-9050 ASA Acoustical Society of America (516) 576-2360 ASC Adhesive and Sealant Council (202) 452-1500 ASCE American Society of Civil Engineers (800) 548-2723 ASHE American Society for Healthcare Engineering (800) AHA-2626 (312) 422-3811 ASHRAE American Society of Heating, Refrigerating and Air- (800) 527-4723 Conditioning Engineers ASME American Society of Mechanical Engineers (212) 705-7722 �. ASPA American Sod Producers Assoc. (Now TPI) ASPE American Society of Plumbing Engineers (805) 495-7120 ASSE American Society of Sanitary Engineering (216) 835-3040 - ASTM American Society for Testing and Materials (610) 832-9585 ATIS Alliance for Telecommunications Industry Solutions (202) 628-6380 ' AWCMA American Window Covering Manufacturers Assoc. (Now WCMA) AWI Architectural Woodwork Institute (703) 222-1100 AWPA American Wood Preservers' Assoc. (410) 465-3169 ; AWPB American Wood Preservers' Bureau (This organization is now t defunct.) AWS American Welding Society (305) 443-9353 AWWA American Water Works Assoc. (303) 794-7711 BANC Brick Association of North Carolina (910) 273-5566 BHMA Builders Hardware Manufacturers Assoc. (212) 661-4261 BIA Brick Institute of America (703) 620-0010 ,i BIFMA The Business and Institutional Furniture Manufacturer's (616) 285-3963 Association f I f partowbip, in(. — aditutf U Acriarf �- t CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 6 CAGI Compressed Air and Gas Institute c/o Thomas Associates, (216) 241-7333 Inc. CAUS Color Association of the United States (212) 582-6884 CBM Certified Ballast Manufacturers Assoc. (216) 241-0711 CCC Carpet Cushion Council (203) 637-1312 CDA Copper Development Association Inc. (800) 232-3282 (212) 251-7200 CFFA Chemical Fabrics & Film Association, Inc. c/o Thomas (216) 241-7333 Associates, Inc. CGA Compressed Gas Assoc. (703) 412-0900 CISCA Ceiling and Interior Systems Construction Assoc. (708) 833-1919 CISPI Cast Iron Soil Pipe Institute (615) 892-0137 CLFMI Chain Link Fence Manufacturers Institute (202) 659-3537 CRI Carpet and Rug Institute (706) 278-0232 CRSI Concrete Reinforcing Steel Institute (708) 517-1200 CTIOA Ceramic Tile Institute of America (310) 574-7800 DHI Door and Hardware Institute (703) 222-2010 DIPRA Ductile Iron Pipe Research Assoc. (205) 988-9870 DLPA Decorative Laminate Products Assoc. (800) 684-3572 ECSA Exchange Carriers Standards Assoc. (Now ATIS) EIA Electronic Industries Assoc. (202) 457-4900 EIMA EIFS Industry Manufacturers Assoc. (813) 726-6477 EJMA Expansion Joint Manufacturers Assoc. (914) 332-0040 ETL ETL Testing Laboratories, Inc. c/o Inchcape Testing Services (800) 345-3851 (607) 753-6711 FCI Fluid Controls Institute c/o Thomas Associates, Inc (216) 241-7333 FCICA Floor Covering Installation Contractors Assoc. (706) 226-5488 (Formerly Floor Covering Installation Board) r ( r Partowbip, inc. — drdituc U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 7 FGMA Flat Glass Marketing Assoc. (Now GANA) FM Factory Mutual (617) 762-4300 FTI Facing Tile Institute (216) 488-1211 GA Gypsum Association (202) 289-5440 GANA Glass Association of North America (913) 266-7013 HEI Heat Exchange Institute c/o Thomas Associates, Inc. (216) 241-7333 HI Hydraulic Institute (201) 267-9700 HI Hydronics Institute (908) 464-8200 HMA Hardwood Manufacturers Assoc. (412) 829-0770 HPVA Hardwood Plywood and Veneer Assoc. (703) 435-2900 IBD Institute of Business Designers (312) 467-1950 ICEA Insulated Cable Engineers Association, Inc. (508) 394-4424 IEC International Electrotechnical Commission (212) 642-4900 (Available from ANSI) IEEE Institute of Electrical and Electronic Engineers (212) 705-7900 IESNA Illuminating Engineering Society of North America (212) 248-5000 IGCC Insulating Glass Certification Council (607) 753-6711 ILI Indiana Limestone Institute of America (812) 275-4426 IMSA International Municipal Signal Assoc. (315) 331-2182 IRI Industrial Risk Insurers (203) 520-7300 ISA Instrument Society of America (919) 549-8411 KCMA Kitchen Cabinet Manufacturers Assoc. (703) 264-1690 LGSI Light Gage Structural Institute (214) 618-3977 LIA Lead Industries Association, Inc. (212) 578-4750 LPI Lightning Protection Institute (800) 488-6864 MBMA Metal Building Manufacturer's Assoc. (216) 241-7333 f I f Partowbip, iK — architects U interiors CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 8 MCAA Mechanical Contractors Association of America (301) 869-5800 MFMA Maple Flooring Manufacturers Assoc. (708) 480-9138 MIA Marble Institute of America (614) 228-6194 MIA Masonry Institute of America (213) 388-0472 MUSFA Metal Lath/Steel Framing Assoc. (312) 201-0101 (A Division of the NAAMM) MSS Manufacturers Standardization Society of the Valve and (703) 281-6613 Fittings Industry NAA National Arborist Assoc. (603) 673-3311 NAAMM National Association of Architectural Metal Manufacturers (312) 201-0101 NAIMA North American Insulation Manufacturers Assoc. (703) 684-0084 NAPA National Asphalt Pavement Assoc. (301) 731-4748 NAPF National Association of Plastic Fabricators (Now DLPA) NBGQA National Building Granite Quarries Assoc., Inc. (800) 884-7936 (603) 255-8397 NBHA National Builders Hardware Assoc. (Now DHI) NCMA National Concrete Masonry Assoc. (703) 713-1900 NCPI National Clay Pipe Institute (414) 248-9094 NCRPM National Council on Radiation Protection and Measurements (301) 657-2652 NCSPA National Corrugated Steel Pipe Association (202) 452-1700 NEC National Electrical Code (Available from NFPA) NECA National Electrical Contractors Assoc. (301) 657-3110 NEII National Elevator Industry, Inc. (201) 944-3211 NELMA Northeastern Lumber Manufacturers Assoc. (207) 829-6901 NEMA National Electrical Manufacturers Assoc. (202) 457-8400 META International Electrical Testing Assoc. (303) 697-8441 J I i partombip, ioc. — architutr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH REFERENCE STANDARDS EXTERIOR DOOR REPLACEMENT PROJECT AND DEFINITIONS LUBBOCK, TEXAS Section 01095, Page 13 A. Permits, Licenses, and Certificates: For the 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. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01095 f I s partowbip, ioc. — architects U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL ADDITIVE ALTERNATES Section 01100, Page 1 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DESCRIPTION A. Alternates are to be bid on the Proposal for General Construction Work. B. Designate clearly on the proposal form the Alternate Amount is to be additive from the Base Bid Amount. C. The Alternate will be considered by the Owner and may or may not be accepted. 1.3 QUALITY ASSURANCE A. All work under the alternates shall comply with the applicable provisions of the Drawings and Specifications. The work under any alternate shall include any additional work required to complete the remaining work, which is affected thereby, in a finished condition. 1.4 DESCRIPTION OF ADDITIVE ALTERNATES A. Additive Alternate No. 1: The Bidder shall state on the Proposal form the lump sum amount to be added to the Base Bid if: All work associated with removal of doors/frames/transoms, cargo doors, associated hardware and the installation of complete doors/frames/transoms/hardware, cargo doors, etc. for door numbers 6, 7 and 8 (all in Storage Room #1) as contained/delineated in the drawings. PART 2 - PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) END OF SECTION 01100 1 I r Partowbip, ioc. — drebitutr U ioteriorl CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CHANGE ORDER EXTERIOR DOOR REPLACEMENT PROJECT PROCEDURES LUBBOCK, TEXAS Section 01110, Page 1 PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 PROPOSED CHANGES A. Upon discovery of circumstances or conditions leading to the conclusion that a construction change should be made, the Architect will issue a Proposal Change Letter. B. The Contractor will be instructed to submit his price proposal along with all required back-up information to the Architect. The submittal shall include separate breakdowns for general contract and subcontract work. C. The breakdowns shall show materials by quantities and unit prices, labor by crafts, hours and hourly rates with tax and insurance mark-ups shown separately. Equipment shall be shown by type, hours and rates. Overhead and profit shall be shown separately. _1 D. The Contractor's proposed change quotations will be expeditiously reviewed by the Architect. Conformance with the contract and the proposed change documents, as well as material, labor and equipment quantities and costs, and allowed mark-up percentages will be verified. Requests for additional time will also be evaluated. In case of differences, discrepancies, errors, etc., the Architect will immediately take action to obtain necessary revisions or corrections to the quotation. E. When a price quotation has been considered acceptable, the Architect will forward his recommendations and all back-up information to the Owner. A recommendation either for or against the proposed change will accompany this submittal from the Architect. F. Any work done by Contractor not authorized by the Owner shall be subject to removal at the Contractor's expense. 1.3 AUTHORIZATION FOR CONSTRUCTION TO PROCEED A. Within a reasonable time, the Owner will notify the Architect, with a copy to the Contractor, whether the change will be implemented. B. If the change is approved, with this letter will be authorization for the Contractor to proceed and t for the Architect to issue a Change Order. The Change Order may be issued at the Architect's discretion immediately or in conjunction with several other approved proposed changes if considered appropriate. END OF SECTION 01110 r I i partowbip, io(. — arditectr U ioteriori CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 1 LUBBOCK,TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submittals required for performance of the Work, including the following: 1. Contractor's construction schedule. 2. Submittal schedule. 3. Daily construction reports. 4. Shop Drawings. 5. Product Data. 6. Samples. 7. Quality assurance submittals. B. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to, the following: 1. Permits. 2. Applications for Payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. List of subcontractors. C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Applications for Payment' specifies requirements for submittal of the Schedule of Values. 2. Division 1 Section "Coordination" specifies requirements governing preparation and submittal of required Coordination Drawings. 3. Division 1 Section "Project Meetings" specifies requirements for submittal and distribution of meeting and conference minutes. 4. Division 1 Section "Construction Photographs" specifies requirements for submittal of periodic construction photographs. 5. Division 1 Section "Quality Control" specifies requirements for submittal of inspection and test reports. 6. Division 1 Section "Contract Closeout" specifies requirements for submittal of Project Record Documents and warranties at project closeout. r I r Partowbip, ioc. — architutr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 2 LUBBOCK, TEXAS 1.3 DEFINITIONS A. Coordination Drawings show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or to function as intended. 1. Preparation of Coordination Drawings is specified in Division 1 Section "Coordination" and may include components previously shown in detail on Shop Drawings or Product Data. B. Field samples are full-size physical examples erected on -site to illustrate finishes, coatings, or finish materials. Field samples are used to establish the standard by which the Work will be judged. C. Mockups are full-size assemblies for review of construction, coordination, testing, or operation; they are not Samples. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. a. The Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until all related submittals are received. 3. Processing: To avoid the need to delay installation as a result of the time required to process submittals, allow sufficient time for submittal review, including time for resubmittals. a. Allow 2 weeks for initial review. Allow additional time if the Architect must delay processing to permit coordination with subsequent submittals. b. If an intermediate submittal is necessary, process the same as the initial submittal. C. Allow 2 weeks for reprocessing each submittal. d. No extension of Contract Time will be authorized because of failure to transmit submittals to the Architect sufficiently in advance of the Work to permit processing. B. Submittal Preparation: Place a permanent label or title block on each submittal for identification. t Indicate the name of the entity that prepared each submittal on the label or title block. f 1. Provide a space approximately 4 by 5 inches on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. 2. Include the following information on the label for processing and recording action taken. a. Project name. b. Date. C. Name and address of the Architect. J I r partowbip, ioc. — arditutf U ioteriorf CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS d. Name and address of the Contractor. e. Name and address of the subcontractor. f. Name and address of the supplier. g. Name of the manufacturer. h. Number and title of appropriate Specification Section. i. Drawing number and detail references, as appropriate. SUBMITTALS Section 01300, Page 3 C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the Architect using a transmittal form. The Architect will not accept submittals received from sources other than the Contractor. On the transmittal, record relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. 1.5 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Bar -Chart Schedule: construction schedule. the Work." Prepare a fully developed, horizontal bar -chart -type, contractor's Submit within 5 days after the date established for "Commencement of 1. Provide a separate time bar for each significant construction activity. Provide a continuous vertical line to identify the first working day of each week. Use the same breakdown of units of the Work as indicated in the "Schedule of Values." 2. Within each time bar, indicate estimated completion percentage in 10 percent increments. As Work progresses, place a contrasting mark in each bar to indicate Actual Completion. 3. Prepare the schedule on a sheet, or series of sheets, of stable transparency, or other reproducible media, of sufficient width to show data for the entire construction period. 4. Secure time commitments for performing critical elements of the Work from parties involved. Coordinate each element on the schedule with other construction activities; include minor elements involved in the sequence of the Work. Show each activity in proper sequence. Indicate graphically the sequences necessary for completion of related portions of the Work. 5. Coordinate the Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittal Schedule, progress reports, payment requests, and other schedules. 6. Indicate completion in advance of the date established for Substantial Completion. Indicate Substantial Completion on the schedule to allow time for the Architect's procedures necessary for certification of Substantial Completion. B. Phasing: On the schedule, show how requirements for phased completion to permit Work by separate Contractors and partial occupancy by the Owner affect the sequence of Work. C. Work Stages: Indicate important stages of construction for each major portion of the Work, including submittal review, testing, and installation. D. Area Separations: Provide a separate time bar to identify each major construction area for each major portion of the Work. Indicate where each element in an area must be sequenced or integrated with other activities. f I 1 Partowbip, k— archituc U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 4 LUBBOCK, TEXAS E. Cost Correlation: At the head of the schedule, provide a cost correlation line, indicating planned and actual costs. On the line, show dollar volume of Work performed as of the dates used for preparation of payment requests. 1. Refer to Division 1 Section "Applications for Payment" for cost reporting and payment procedures. F. Distribution: Following response to the initial submittal, print and distribute copies to the Architect, Owner, subcontractors, and other parties required to comply with scheduled dates. Post copies in the Project meeting room and temporary field office. 1. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. G. Schedule Updating: Revise the schedule after each meeting, event, or activity where revisions have been recognized or made. Issue the updated schedule concurrently with the report of each meeting. 1.6 SUBMITTAL SCHEDULE A. After development and acceptance of the Contractor's Construction Schedule, prepare a complete schedule of submittals. Submit the schedule within 7 days of the date required for submittal of the Contractor's Construction Schedule. 1. Coordinate Submittal Schedule with the list of subcontracts, Schedule of Values, and the list of products as well as the Contractor's Construction Schedule. 2. Prepare the schedule in chronological order. Provide the following information: a. Scheduled date for the first submittal. b. Related Section number. C. Submittal category (Shop Drawings, Product Data, or Samples). d. Name of the subcontractor. e. Description of the part of the Work covered. f. Scheduled date for resubmittal. g. Scheduled date for the Architect's final release or approval. B. Distribution: Following response to the initial submittal, print and distribute copies to the Architect, Owner, subcontractors, and other parties required to comply with submittal dates indicated. Post copies in the Project meeting room and field office. 1. When revisions are made, distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. C. Schedule Updating: Revise the schedule after each meeting or activity where revisions have been recognized or made. Issue the updated schedule concurrently with the report of each meeting. f I f partw hip, in(. — arditcaf U interiorf 9 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS 1.7 DAILY CONSTRUCTION REPORTS SUBMITTALS Section 01300, Page 5 A. Prepare a daily construction report recording the following information concerning events at the site, and submit duplicate copies to the Architect at weekly intervals: 1. List of subcontractors at the site. 2. Approximate count of personnel at the site. 3. High and low temperatures, general weather conditions. 4. Accidents and unusual events. 5. Meetings and significant decisions. 6. Stoppages, delays, shortages, and losses. 7. Meter readings and similar recordings. 8. Emergency procedures. 9. Orders and requests of governing authorities. 10. Change Orders received, implemented. 11. Services connected, disconnected. 12. Equipment or system tests and startups. 13. Partial Completions, occupancies. 14. Substantial Completions authorized. 1.8 SHOP DRAWINGS A. Submit newly prepared information drawn accurately to scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not a Shop Drawing. ' B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns, templates and similar Drawings. Include the following information: 1. Dimensions. 2. Identification of products and materials included by sheet and detail number. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. 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 36 by 48 inches. 7. Submittal: Submit 6 prints for maintenance manuals. The Architect will retain 3 prints and return the remainder. 8. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.9 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: f I f Partw hip, inc. — architutf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS" EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 6 ` LUBBOCK, TEXAS a. Manufacturer's printed recommendations. b. Compliance with trade association standards. C. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Preliminary Submittal: Submit a preliminary single copy of Product Data where selection of options is required. 4. Submittals: Submit 6 copies of each required submittal. The Architect will retain three and will return the other marked with action taken and corrections or modifications required. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. 5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of Product Data is in the Installer's possession. b. Do not permit use of unmarked copies of Product Data in connection withU, construction. 1.10 SAMPLES A. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture, and pattern. 1. Mount or display Samples in the manner to facilitate review of qualities indicated. Prepare Samples to match the Architect's sample. Include the following: a. Specification Section number and reference. b. Generic description of the Sample. C. Sample source. d. Product name or name of the manufacturer. e. Compliance with recognized standards. f. Availability and delivery time. 2. Submit Samples for review of size, kind, color, pattern, and texture. Submit Samples for a final check of these characteristics with other elements and a comparison of these characteristics between the final submittal and the actual component as delivered and installed. f I f Partwhip, inc. — aditutf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 7 LUBBOCK, TEXAS a. Where variation in color, pattern, texture, or other characteristic is inherent in the material or product represented, submit at least 3 multiple units that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. C. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the Work. Such Samples must be undamaged at time of use. On the transmittal, indicate special requests regarding disposition of Sample submittals. d. Samples not incorporated into the Work, or otherwise designated as the Owner's property, are the property of the Contractor and shall be removed from the site prior to Substantial Completion. B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. Field samples are full-size examples erected on -site to illustrate finishes, coatings, or finish materials and to establish the Project standard. a. Comply with submittal requirements to the fullest extent possible. Process transmittal forms to provide a record of activity. 1.11 QUALITY ASSURANCE SUBMITTALS A. Submit quality -control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality -control submittals as required under other Sections of the Specifications. B. Certifications: Where other Sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a notarized certification from the manufacturer certifying compliance with specified requirements. 1. Signature: Certification shall be signed by an officer of the manufacturer or other individual authorized to sign documents on behalf of the company. C. Inspection and Test Reports: Requirements for submittal of inspection and test reports from independent testing agencies are specified in Division 1 Section "Quality Control." 1.12 ARCHITECT'S ACTION A. Except for submittals for the record or information, where action and return is required, the Architect will review each submittal, mark to indicate action taken, and return promptly. 1. Compliance with specified characteristics is the Contractor's responsibility. B. Action Stamp: The Architect will stamp each submittal with a uniform, action stamp. The Architect will mark the stamp appropriately to indicate the action taken, as follows: f I f partowbip, ioc. — drehitutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBMITTALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01300, Page 8 LUBBOCK, TEXAS 1. Final Unrestricted Release: When the Architect marks a submittal "No Exceptions Taken", the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents. Final payment depends on that compliance. 2. Prohibited From Project Site: When the Architect marks a submittal "Rejected", do not use, or allow others to use products covered by the "Rejected" submittal at the project site or elsewhere where work is in progress. Prepare a new submittal complying with specification requirements without delay. 3. Final -But -Restricted Release: When the Architect marks a submittal "Make Corrections Noted," the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents. Final payment depends on that compliance. 4. Returned for Resubmittal: When the Architect marks a submittal "Revise and Resubmit," do not proceed with Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the notations; resubmit without delay. Repeat if necessary to obtain different action mark. a. Do not use, or allow others to use, submittals marked "Revise and Resubmit" at the Project Site or elsewhere where Work is in progress. 5. Other Action: Where a submittal is for information or record purposes or special processing or other activity, the Architect will return the submittal marked "Action Not Required". C. Unsolicited Submittals: The Architect will return unsolicited submittals to the sender without action. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01300 f I f Pdagubip, igc. — drehitatr U igteriorf in 9 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROGRSS SCHEDULE EXTERIOR DOOR REPLACEMENT PROJECT Section 01310, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DESCRIPTION OF WORK A. This section includes requirements for the preparation and submittal of construction progress schedules. 1.3 RELATED WORK A. Section 01010 Summary of Work B. Section 01300 Submittals 1.4 FORMAT A. Prepare schedules as a horizontal bar chart with separate bar for each major portion of the work or operation, identifying first work day of each week. B. Sequence of Listings: The chronological order of the start of each item of work. C. Scale and Spacing: To provide space for notations and revisions. D. Sheet Size: Minimum 11 X 17 inches. 1.5 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify work of separate phases and other logically grouped activities. C. If necessary for clarity, provide sub -schedules to define critical portions of entire schedule. D. Show accumulated percentage of completion of each item, and total percentage of work completed, as of the first day of each month. E. Coordinate content with Schedule of Values as required in Section 01370 1.6 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. f I f Partowbip, inc. — arditutf U interiorf I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROGRSS SCHEDULE EXTERIOR DOOR REPLACEMENT PROJECT Section 01310, Page 2 LUBBOCK, TEXAS B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on schedule Report corrective action taken, or proposed, and its effect, including the effect of changes on schedules of separate contractors. - t 1.7 SUBMITTALS A. Submit initial schedules within 5 days after date established in Notice to Proceed. After review, resubmit required revised data within 7 days. B. Submit revised Progress Schedule monthly with each Application for Payment. C. Submit six copies to the Architect. 1.8 DISTRIBUTION A. Distribute copies of reviewed schedules to the job site, subcontractors, suppliers, and other concerned entities. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. PART 2 - PRODUCTS (Not Applicable) PART 3 EXECUTION Applicable) (Not END OF SECTION 01310 1 _I i�E r I J Partw hip, ioc. — architatf U iotcriorr j 3 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION EXTERIOR DOOR REPLACEMENT PROJECT PROGRESS DOCUMENTATION LUBBOCK, TEXAS Section 01320, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Contractor's Construction Schedule. ;{ 2. Submittals Schedule. t_. 3. Daily construction reports. 4. Field condition reports. B. See Division 1 Section "Payment Procedures" for submitting the Schedule of Values. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. C. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. D. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. E. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. J I 1 Partowbip, ioc. — architcctf U iotcriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION EXTERIOR DOOR REPLACEMENT PROJECT PROGRESS DOCUMENTATION LUBBOCK, TEXAS Section 01320, Page 2 F. Major Area: A story of construction, a separate building, or a similar significant construction element. 1.4 SUBMITTALS A. Submittals Schedule: Submit three copies of schedule. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Architect's final release or approval. B. Contractor's Construction Schedule: Submit two opaque copies of initial schedule, large enough to show entire schedule for entire construction period. 1. Submit an electronic copy of schedule, using software indicated, on CD-R, and labeled to comply with requirements for submittals. Include type of schedule (Initial or Updated) and date on label. C. Daily Construction Reports: Submit two copies at monthly intervals. D. Field Condition Reports: Submit two copies at time of discovery of differing conditions. 1.5 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2 — PRODUCTS 2.1 SUBMITTALS SCHEDULE A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, re -submittal, ordering, manufacturing, fabrication, and delivery when establishing dates. f I f Paa0mbip, in(. — architects U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION EXTERIOR DOOR REPLACEMENT PROJECT PROGRESS DOCUMENTATION LUBBOCK, TEXAS Section 01320, Page 3 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's Construction Schedule. 2. Submit concurrently with the first complete submittal of Contractor's Construction Schedule. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL I A. Time Frame: Extend schedule from date established for commencement of the Work to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each story or separate area as a separate numbered activity for each principal 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 re -submittal times indicated in Division 1 Section" Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Startup and Testing Time: Include not less than 5 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. 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. Work by Owner: Include a separate activity for each portion of the Work performed by Owner. 2. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. c. Uninterruptible services. d. Partial occupancy before Substantial Completion. e. Use of premises restrictions. f. Provisions for future construction. f I f Partowbip, ioc. — arOitutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION EXTERIOR DOOR REPLACEMENT PROJECT PROGRESS DOCUMENTATION LUBBOCK, TEXAS Section 01320, Page 4 g. Seasonal variations. h. Environmental control. 3. Work Stages: Indicate important stages of construction for each major portion of the Work. 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 E. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time -impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule. 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) A. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt -chart -type, Contractor's Construction Schedule within 15 days of date established for commencement of the Work. Base schedule on the Preliminary Construction Schedule and whatever updating and feedback was received since the start of the Project. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 1. For construction activities that require 3 months or longer completing, indicate an estimated completion percentage in 10 percent increments within time bar. 2.4 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. Equipment at Project site. 3. Material deliveries. 4. High and low temperatures and general weather conditions. 5. Accidents. 6. Stoppages, delays, shortages, and losses. 7. Meter readings and similar recordings. 8. Orders and requests of authorities having jurisdiction. 9. Services connected and disconnected. 10. Equipment or system tests and startups. B. Field Condition Reports: Immediately on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a request for interpretation on CSI Form 13.2A. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. i I 1 Partwhip, io(. — ar(bitutr U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION EXTERIOR DOOR REPLACEMENT PROJECT PROGRESS DOCUMENTATION LUBBOCK, TEXAS Section 01320, Page 5 PART 3 — EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. 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 Actual Completion percentage for each activity. B. Distribution: Distribute copies of approved schedule to Architect Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need -to - know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION 01320 t I f Partowbip, in(. — arcbitutr U ipteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SCHEDULE OF VALUES EXTERIOR DOOR REPLACEMENT PROJECT Section 01370, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SECTION INCLUDES A. Prior to the first application for payment Contractor shall submit to the Architect, an expanded schedule of values which will define labor and material separately for each significant portion of the work to be performed. B. Upon request of the Architect, support the values with data which will substantiate their correctness. C. The Schedule of Values, unless objected to by the Architect, shall be used only as the basis for the Contractor's Applications for Payment. 1.3 FORM AND CONTENT OF SCHEDULE OF VALUES A. Submit schedule on AIA Document G703, Contractor's standard forms and automated printout will be considered for approval by Architect upon Contractors request. B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing values for progress payments during construction. C. Follow the table of contents of this Project Manual as the format for listing component items. Identify each line item with the number and title of the respective major section of the specifications. D. For each major line item list sub -values of major products or operations under the item. E. For items on which progress payments will be requested for stored materials, break down the value into: 1.The cost of the materials, delivered and unloaded, with taxes paid. 2.The total installed value. F. Submit a subschedule for each separate stage of work specified. G. Submit a subschedule of unit costs for Products specified under a unit cost allowance. H. The sum of all values listed in the schedule shall equal the total Contract Sum. r I 1 Par ffbip, ioc. — aditatr U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER 8, ST. PAUL'S CHURCH SCHEDULE OF VALUES EXTERIOR DOOR REPLACEMENT PROJECT Section 01370, Page 2 LUBBOCK, TEXAS PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) �\ END OF SECTION 01370 f f PaRombip, i9 archlitcw U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS QUALITY CONTROL Section 01400, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality -control services. B. Quality -control services include inspections, tests, and related actions, including reports performed by Contractor, by independent agencies, and by governing authorities. They do not include contract enforcement activities performed by Architect. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with Contract Document requirements. D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality -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 inspections, tests, and related actions do not limit Contractor's quality -control procedures that facilitate compliance with Contract Document requirements. 3. Requirements for Contractor to provide quality -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. E. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Cutting and Patching" specifies requirements for repair and restoration of construction disturbed by inspection and testing activities. 2. Division 1 Section "Submittals" specifies requirements for development of a schedule of required tests and inspections. 1.3 RESPONSIBILITIES A. Contractor Responsibilities: Unless otherwise indicated as the responsibility of another identified entity, Contractor shall provide inspections, tests, and other quality -control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. Costs for these services are included in the Contract Sum. 1. Where individual Sections specifically indicate that certain inspections, tests, and other quality -control services are the Contractor's responsibility, the Contractor shall employ and pay a qualified independent testing agency to perform quality -control services. Costs for these services are included in the Contract Sum. f I f Partowbip, inc. — arcbitutf G iptcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH QUALITY CONTROL EXTERIOR DOOR REPLACEMENT PROJECT Section 01400, Page 2 LUBBOCK, TEXAS 2. Where individual Sections specifically indicate that certain inspections, tests, and other quality -control services are the Owner's responsibility, the Owner will employ and pay a qualified independent testing agency to perform those services. B. Retesting: The Contractor is responsible for retesting where results of inspections, tests, or other quality -control services prove unsatisfactory and indicate noncompliance with Contract Document requirements, regardless of whether the original test was Contractor's responsibility. 1. The cost of retesting construction, revised or replaced by the Contractor, is the Contractor's responsibility where required tests performed on original construction indicated noncompliance with Contract Document requirements. C. Associated Services: Cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include, but are not limited to, the following: 1. Provide access to the Work. 2. Furnish incidental labor and facilities necessary to facilitate inspections and tests. 3. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. 4. Provide facilities for storage and curing of test samples. 5. Deliver samples to testing laboratories. 6. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. 7. Provide security and protection of samples and test equipment at the Project Site. D. Duties of the Testing Agency: The independent agency engaged to perform inspections, sampling, and testing of materials and construction specified in individual Sections shall cooperate with the Architect and the Contractor in performance of the agency's duties. The testing agency shall provide qualified personnel to perform required inspections and tests. 1. The agency shall notify the Architect and the Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. The agency is not authorized to release, revoke, alter, or enlarge requirements of the Contract Documents or approve or accept any portion of the Work. 3. The agency shall not perform any duties of the Contractor. E. Coordination: Coordinate the sequence of activities to accommodate required services with a minimum of delay. Coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. 1. The Contractor is responsible for scheduling times for inspections, tests, taking samples, and similar activities. 1.4 SUBMITTALS A. Unless the Contractor is responsible for this service, the independent testing agency shall submit a certified written report, in duplicate, of each inspection, test, or similar service to the Architect. If the Contractor is responsible for the service, submit a certified written report, in duplicate, of each inspection, test, or similar service through the Contractor. s I s partowbip, in(. — architects U interiors CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH QUALITY CONTROL EXTERIOR DOOR REPLACEMENT PROJECT Section 01400, Page 3 LUBBOCK, TEXAS 1. Submit additional copies of each written report directly to the governing authority, when the authority so directs. 2. Report Data: Written reports of each inspection, test, or similar service include, but are not limited to, the following: a. Date of issue. b. Project title and number. C. Name, address, and telephone number of testing agency. d. Dates and locations of samples and tests or inspections. e. Names of individuals making the inspection or test. f. Designation of the Work and test method. g. Identification of product and Specification Section. h. Complete inspection or test data. i. Test results and an interpretation of test results. j. Ambient conditions at the time of sample taking and testing. k. Comments or professional opinion on whether inspected or tested Work complies with Contract Document requirements. 1. Name and signature of laboratory inspector. M. Recommendations on retesting. 1.5 QUALITY ASSURANCE A. Qualifications for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, that are prequalified as complying with the American Council of Independent Laboratories' "Recommended Requirements for Independent Laboratory Qualification" and that specialize in the types of inspections and tests to be performed. 1. Each independent inspection and testing agency engaged on the Project shall be authorized by authorities having jurisdiction to operate in the state where the Project is located. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. Comply with Contract Document requirements for Division 1 Section "Cutting and Patching." B. Protect construction exposed by or for quality -control service activities, and protect repaired construction. C. Repair and protection is Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing, or similar services. END OF SECTION 01400 J I r Partombip, io(. — ar(bitutr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 -GENERAL CODES, SAFETY AND INSPECTION Section 01401, Page 1 1.1 RELATED DOCUMENTS 1. A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 CODES & ORDINANCES A. Materials and construction shall conform with applicable requirements of the latest edition of the following documents: 1. The National Electric Code - 2011. 2. International Mechanical, Plumbing, Fuel Gas, Energy Conservation and Fire Codes — 2009. 3. The Rules and Regulations of the Board of Underwriters Laboratories. 4. International Building Code 2009, 2009 International Existing Building Code. 5. Texas Department of Health and EPA on environmental hazards for asbestos and lead based paints for detection, removal and notification before removal (demolition). 6. Occupational Safety and Health Act. 7. All State, National Codes, Ordinances, Rules and Regulations not specifically mentioned above but which apply to the proposed construction. 8. State Health Department for food service establishments and Environmental Services for regulations governing construction and construction safety. 9. In any case of conflict between any of the documents mentioned above, the highest requirements shall govern. No extras shall be allowed for any changes to make the work conform with the regulations of the above -mentioned documents; they shall be considered as completely included in the Contract Price. Nothing in these Plans and Specifications is to be construed to permit work not conforming to these codes. 10. 2012 Texas Accessibility Standards. 1.3 SAFETY PRECAUTIONS A. Provide and maintain, until no longer required, all necessary safety measures to safeguard against personal injury and property damage. Give special attention to the following: 1. Provide and maintain solid safety barriers around all openings and other hazardous areas with protective considerations to blind persons and paraplegics. f I f Partombip, ioc. — aditMi U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CODES, SAFETY EXTERIOR DOOR REPLACEMENT PROJECT AND INSPECTION LUBBOCK, TEXAS Section 01401, Page 2 2. At all times, maintain pedestrian access and vehicular access, particularly for fire fighting vehicles. 3. Do not allow open flame operations. 4. Equip all power hand tools with ground fault interruption (G.F.I.) protection. 5. Store volatile wastes in covered metal containers and remove from premises daily. 6. Prevent accumulation of wastes which create hazardous conditions. 7. Provide adequate ventilation during use of volatile or noxious substances. 8. Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. 8. Do not burn or bury rubbish and waste materials on project site. 9. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. 10. Do not dispose of wastes into streams or waterways. 1.4 CONTRACTOR RESPONSIBILITY A. The Contractor shall be solely responsible for the adequacy of safety precautions during all hours of the construction duration. 1.5 FIRE PROTECTION A. Do not operate bitumen kettles inside the building. B. Provide metal canisters, with covers, for storage of paint oil or contaminated waste materials. C. Conduct welding or torch cutting operations only in incombustible areas. Take adequate precautions to prevent sparks from dropping on combustible materials. Keep a safety man with a fire extinguisher readily available at all times. D. Restrict storage of materials inside building to fireproof areas. E. Do not store gasoline, oil or other volatile liquids in the building. Bring small quantities into the building only as needed. F. In hazardous areas, post signs and enforce "no smoking" rules. 1.6 PERMITS AND LAWS f I r part chip, inc. — aditmf U interior] 9 L11 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CODES, SAFETY EXTERIOR DOOR REPLACEMENT PROJECT AND INSPECTION LUBBOCK, TEXAS Section 01401, Page 3 A. The Contractor shall arrange for the issuance of permits as required by the City of Lubbock - Lubbock, Texas. The Contractor shall comply with all Federal, State and Municipal Laws, Codes and Ordinances applicable to the work of this contract and he shall also comply with all regulations of the National Board of Fire Underwriters having jurisdiction, and he shall obtain and pay for all permits required in connection with the execution of his work. The Architect shall be furnished with certified copies of these permits if the Architect so requests. B. If the above Laws, codes or Ordinances conflict with the Contract Documents, then the laws, codes or ordinances shall govern instead of the Documents, except in such cases where the documents exceed them in quality of materials, or labor; then the documents shall be followed. A. The Owner and the Owner's Representatives shall at all times have access to the work wherever it is in preparation or progress, and the contractor shall provide proper and safe facilities for such access and for inspection. 1.8 REFERENCED STANDARDS A. Materials and workmanship specified by reference to number, symbol or title of a specific standard such as Commercial Standard, a Federal Specification, a trade association standard, or other similar standard, shall comply with requirements in latest revision thereof and with any amendment or supplement thereto in effect on the standard, except as modified herein, shall have full force and effect as though printed in the specifications. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) END OF SECTION 01401 f I f Partoerbip, inc. — aditav U Acriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for construction facilities and temporary controls, including temporary utilities, support facilities, and security and protection. B. Temporary utilities include, but are not limited to, the following: 1. Water service and distribution. 2. Temporary electric power and light. 3. Temporary heat. 4. Ventilation. 5. Telephone service. 6. Sanitary facilities, including drinking water. 7. Storm and sanitary sewer. C. Support facilities include, but are not limited to, the following: 1. Field offices and storage sheds. 2. Temporary roads and paving. 3. Dewatering facilities and drains. 4. Temporary enclosures. 5. Hoists and temporary elevator use. 6. Temporary project identification signs and bulletin boards. 7. Waste disposal services. 8. Rodent and pest control. 9. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Temporary fire protection. 2. Barricades, warning signs, and lights. 3. Sidewalk bridge or enclosure fence for the site. 4. Environmental protection. 1.3 QUALITY ASSURANCE A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction including, but not limited to, the following: 1. Building code requirements. 2. Health and safety regulations. 3. Utility company regulations. f I f partw hip, ioc. — architects G interiors CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 2 4. Police, fire department, and rescue squad rules. 5. Environmental protection regulations. B. Standards: Comply with NFPA 241 "Standard for Safeguarding Construction, Alterations, and Demolition Operations," ANSI Al Series standards for "Safety Requirements for Construction and Demolition," and NECA Electrical Design Library "Temporary Electrical Facilities." 1. Electrical Service: Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70 "National Electric Code." C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.4 PROJECT CONDITIONS A. Temporary Utilities: Prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to the Owner, change over from use of temporary service to use of permanent service. B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Relocate temporary services and facilities as the Work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire -prevention measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on -site. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide new materials. If acceptable to the Architect, the Contractor may use undamaged, previously used materials in serviceable condition. Provide materials suitable for use intended. B. Lumber and Plywood: Comply with requirements in Division 6 Section "Rough Carpentry." 1. For job -built temporary offices, shops, and sheds within the construction area, provide UL-labeled, fire -treated lumber and plywood for framing, sheathing, and siding. 2. For signs and directory boards, provide exterior -type, Grade B-B high -density concrete form overlay plywood of sizes and thicknesses indicated. 3. For fences and vision barriers, provide minimum 3/8-inch-thick exterior plywood. 4. For safety barriers, sidewalk bridges, and similar uses, provide minimum 5/8-inch-thick exterior plywood. C. Paint: Comply with requirements of Division 9 Section "Painting." 1. For job -built temporary offices, shops, sheds, fences, and other exposed lumber and plywood, provide exterior -grade acrylic -latex emulsion over exterior primer. r I f Partowbip, inc. — arcbitutf U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 3 2. For sign panels and applying graphics, provide exterior -grade alkyd gloss enamel over exterior primer. 3. For interior walls of temporary offices, provide 2 coats interior latex -flat wall paint. D. Tarpaulins: Provide waterproof, fire-resistant, UL-labeled tarpaulins with flame -spread rating of 15 or less. For temporary enclosures, provide translucent, nylon -reinforced, laminated polyethylene or polyvinyl chloride, fire -retardant tarpaulins. E. Water: Provide potable water approved by local health authorities. F. Open -Mesh Fencing: Provide 0. 1 20-inch-thick, galvanized 2-inch chainlink fabric fencing 6 feet high with galvanized barbed-wire top strand and galvanized steel pipe posts, 1-1/2 inches I.D. for line posts and 2-1/2 inches I.D. for corner posts. 2.2 EQUIPMENT A. General: Provide new equipment. If acceptable to the Architect, the Contractor may use undamaged, previously used equipment in serviceable condition. Provide equipment suitable for use intended. B. Water Hoses: Provide 3/4-inch, heavy-duty, abrasion -resistant, flexible rubber hoses 100 feet long, with pressure rating greater than the maximum pressure of the water distribution system. Provide adjustable shutoff nozzles at hose discharge. C. Electrical Outlets: Provide properly configured, NEMA-polarized outlets to prevent insertion of 110- to 120-Volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground -fault circuit interrupters, reset button, and pilot light for connection of power tools and equipment. D. Electrical Power Cords: Provide grounded extension cords. Use hard -service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. E. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered -glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. F. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM, or another recognized trade association related to the type of fuel being consumed. G. Temporary Offices: Provide prefabricated or mobile units or similar job -built construction with lockable entrances, operable windows, and serviceable finishes. Provide heated and air- conditioned units on foundations adequate for normal loading. H. Temporary Toilet Units: Provide self-contained, single -occupant toilet units of the chemical, aerated recirculation, or combustion type. Provide units properly vented and fully enclosed with a glass -fiber -reinforced polyester shell or similar nonabsorbent material. I. Fire Extinguishers: Provide hand -carried, portable, UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand -carried, portable, UL- f I f partowbip, inc. — arcbitutf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 4 rated, Class ABC, dry -chemical extinguishers or a combination of extinguishers of NFPA- recommended classes for the exposures. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. PART 3 - EXECUTION 3.1 INSTALLATION A. Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve the Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 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: Engage the appropriate local utility company to install temporary service or connect to existing service. Where company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with company recommendations. 1. Arrange with company and existing users for a time when service can be interrupted, if necessary, to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. Prior to temporary utility availability, provide trucked -in services. 3. Obtain easements to bring temporary utilities to the site where the Owner's easements cannot be used for that purpose. 4. Use Charges: Cost or use charges for temporary facilities are not chargeable to the Owner or Architect. Neither the Owner nor Architect will accept cost or use charges as a basis of claims for Change Orders. B. Water Service: Install water service and distribution piping of sizes and pressures adequate for construction until permanent water service is in use. 1. Sterilization: Sterilize temporary water piping prior to use. C. Temporary Electric Power Service: Provide weatherproof, grounded electric power service and r distribution system of sufficient size, capacity, and power characteristics during construction period. Include meters, transformers, overload -protected disconnects, automatic ground -fault interrupters, and main distribution switch gear. 1. Install electric power service underground, except where overhead service must be used. 2. Power Distribution System: Install wiring overhead and rise vertically where least exposed to damage. Where permitted, wiring circuits not exceeding 125 Volts, ac 20 Ampere rating, and lighting circuits may be nonmetallic sheathed cable where overhead and exposed for surveillance. f I f Partowbip, inc. — artitutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 5 D. Temporary Lighting: When overhead floor or roof deck has been installed, provide temporary lighting with local switching. 1. Install and operate temporary lighting that will fulfill security and protection requirements without operating the entire system. Provide temporary lighting that will provide adequate illumination for construction operations and traffic conditions. E. Temporary Heat: Provide temporary heat required by construction activities for curing or drying of completed installations or for protection of installed construction from adverse effects of low temperatures or high humidity. Select safe equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce the ambient condition required and minimize consumption of energy. F. Heating Facilities: Except where the Owner authorizes use of the permanent system, provide vented, self-contained, LP -gas or fuel -oil heaters with individual space thermostatic control. 1. Use of gasoline -burning space heaters, open flame, or salamander heating units is prohibited. G. Temporary Telephones: Provide temporary telephone service throughout the construction period for all personnel engaged in construction activities. Install telephone on a separate line for each temporary office and first -aid station. Separate Telephone Lines: Provide additional telephone lines for the following: a. Where an office has more than 2 occupants, install a telephone for each additional occupant or pair of occupants. b. Provide a dedicated telephone line for a fax machine in the field office. C. Provide a separate line for the Owner's use. 2. At each telephone, post a list of important telephone numbers. H. Sanitary facilities include temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for the type, number, location, operation, and maintenance of fixtures and facilities. Install where facilities will best serve the Project's needs. 1. Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Provide covered waste containers for used material. I. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. Use of pit -type privies will not be permitted. 1. Provide separate facilities for male and female personnel. J. Wash Facilities: Install wash facilities supplied with potable water at convenient locations for personnel involved in handling materials that require wash-up for a healthy and sanitary condition. Dispose of drainage properly. Supply cleaning compounds appropriate for each condition. 1. Provide safety showers, eyewash fountains, and similar facilities for convenience, safety, and sanitation of personnel. r I 1 PaRowbip, ink — ar(hitatf U ioteriorl CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 6 K. Drinking -Water Facilities: Provide containerized, tap -dispenser, bottled -water drinking -water units, including paper supply. 1. Where power is accessible, provide electric water coolers to maintain dispensed water temperature at 45 to 55 deg F. L. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If sewers are not available or cannot be used, provide drainage ditches, dry wells, stabilization ponds, and similar facilities. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive amounts of soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to the municipal system, as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy use, restore normal conditions promptly. M. Provide earthen embankments and similar barriers in and around excavations and subgrade ' construction, sufficient to prevent flooding by runoff of storm water from heavy rains. 3.3 SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds, and other temporary construction and support facilities for easy access. 1. Maintain support facilities until near Substantial Completion. Remove prior to Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to the Owner. B. Provide incombustible construction for offices, shops, and sheds located within the construction area or within 30 feet of building lines. Comply with requirements of NFPA 241. C. Field Offices: Provide insulated, weathertight temporary offices of sufficient size to accommodate required office personnel at the Project Site. Keep the office clean and orderly for use for small progress meetings. Furnish and equip offices as follows: 1. Furnish with a desk and chairs, a 4-drawer file cabinet, plan table, plan rack, and a 6-shelf bookcase. 2. Equip with a water cooler and private toilet complete with water closet, lavatory, and medicine cabinet unit with a mirror. D. Storage and Fabrication Sheds: Install storage and fabrication sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility service. Sheds may be open shelters or fully enclosed spaces within the building or elsewhere on -site. E. Temporary Paving: Construct and maintain temporary roads and paving to support the indicated loading adequately and to withstand exposure to traffic during the construction period. Locate temporary paving for roads, storage areas, and parking where the same permanent facilities will be located. Review proposed modifications to permanent paving with the Architect. f I f partoerAp, inc. — drebitutf U igteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 7 1. Paving: Comply with Division 2 Section "Hot -Mixed Asphalt Paving" for construction and maintenance of temporary paving. 2. Coordinate temporary paving development with subgrade grading, compaction, installation and stabilization of subbase, and installation of base and finish courses of permanent paving. 3. Install temporary paving to minimize the need to rework the installations and to result in permanent roads and paved areas without damage or deterioration when occupied by the Owner. 4. Delay installation of the final course of permanent asphalt concrete paving until immediately before Substantial Completion. Coordinate with weather conditions to avoid unsatisfactory results. 5. Extend temporary paving in and around the construction area as necessary to accommodate delivery and storage of materials, equipment usage, administration, and supervision. F. Dewatering Facilities and Drains: For temporary drainage and dewatering facilities and operations not directly associated with construction activities included under individual Sections, comply with dewatering requirements of applicable Division 2 Sections. Where feasible, utilize the same facilities. Maintain the site, excavations, and construction free of water. G. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. 1. Where heat is needed and the permanent building enclosure is not complete, provide temporary enclosures where there is no other provision for containment of heat. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects. 2. Install tarpaulins securely, with incombustible wood framing and other materials. Close openings of 25 sq. ft. or less with plywood or similar materials. 3. Close openings through floor or roof decks and horizontal surfaces with load -bearing, wood -framed construction. 4. Where temporary wood or plywood enclosure exceeds 100 sq. ft. in area, use UL-labeled, fire -retardant -treated material for framing and main sheathing. H. Temporary Lifts and Hoists: Provide facilities for hoisting materials and employees. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. Temporary Elevator Use: Refer to Division 14 Sections for elevators. J. Project Identification and Temporary Signs: Prepare project identification and other signs of size indicated. Install signs where indicated to inform the public and persons seeking entrance to the Project. Support on posts or framing of preservative -treated wood or steel. Do not permit installation of unauthorized signs. 1. Project Identification Signs: Engage an experienced sign painter to apply graphics. Comply with details indicated. 2. Temporary Signs: Prepare signs to provide directional information to construction personnel and visitors. f I f partowbip, ioc. — arcbitutf U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 8 K. Temporary Exterior Lighting: Install exterior yard and sign lights so signs are visible when Work is being performed. L. Collection and Disposal of Waste: Collect waste from construction areas and elsewhere daily. Comply with requirements of NFPA 241 for removal of combustible waste material and debris. Enforce requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when the temperature is expected to rise above 80 deg F. Handle hazardous, dangerous, or unsanitary waste materials separately from other waste by containerizing properly. Dispose of material lawfully. M. Rodent and Pest Control: Before deep foundation work has been completed, retain a local exterminator or pest control company to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests. Employ this service to perform extermination and control procedures at regular intervals so the Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials. N. Stairs: Until permanent stairs are available, provide temporary stairs where ladders are not adequate. Cover finished, permanent stairs with a protective covering of plywood or similar material so finishes will be undamaged at the time of acceptance. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Except for use of permanent fire protection as soon as available, do not change over from use of temporary security and protection facilities to permanent facilities until Substantial Completion, or longer, as requested by the Architect. B. Temporary Fire Protection: Until fire -protection needs are supplied by permanent facilities, install and maintain temporary fire -protection facilities of the types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 10 "Standard for Portable Fire Extinguishers" and NFPA 241 "Standard for Safeguarding Construction, Alterations, and Demolition Operations." 1. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near each usable stairwell. 2. Store combustible materials in containers in fire -safe locations. 3. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire -protection facilities, stairways, and other access routes for fighting fires. Prohibit smoking in hazardous fire -exposure areas. 4. Provide supervision of welding operations, combustion -type temporary heating units, and similar sources of fire ignition. C. Permanent Fire Protection: At the earliest feasible date in each area of the Project, complete installation of the permanent fire -protection facility, including connected services, and place into operation and use. Instruct key personnel on use of facilities. D. Barricades, Warning Signs, and Lights: Comply with standards and code requirements for erection of structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed, provide lighting, including flashing red or amber lights. r I f partowbip, ioc. — drOitectr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 9 E. Enclosure Fence: Before excavation begins, install an enclosure fence with lockable entrance gates. Locate where indicated, or enclose the entire site or the portion determined sufficient to accommodate construction operations. Install in a manner that will prevent people, dogs, and other animals from easily entering the site, except by the entrance gates. 1. Provide open -mesh, chainlink fencing with posts set in a compacted mixture of gravel and earth. 2. Provide plywood fence, 8 feet high, framed with four 2-by-4-inch rails, and preservative - treated wood posts spaced not more than 8 feet apart. F. Covered Walkway: Erect a structurally adequate, protective covered walkway for passage of persons along the adjacent public street. Coordinate with entrance gates, other facilities, and obstructions. Comply with regulations of authorities having jurisdiction. Construct covered walkways using scaffold or shoring framing. Provide wood plank overhead decking, protective plywood enclosure walls, handrails, barricades, warning signs, lights, safe and well -drained walkways, and similar provisions for protection and safe passage. Extend the back wall beyond the structure to complete the enclosure fence. Paint and maintain in a manner acceptable to the Owner and the Architect. G. Security Enclosure and Lockup: Install substantial temporary enclosure of partially completed areas of construction. Provide locking entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Storage: Where materials and equipment must be stored, and are of value or attractive for theft, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity for theft and vandalism. H. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations, and minimize the possibility that air, waterways, and subsoil might be contaminated or polluted or that other undesirable effects might result. Avoid use of tools and equipment that produce harmful noise. Restrict use of noise -making tools and equipment to hours that will minimize complaints from persons or firms near the site. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of temporary facilities to essential and intended uses to minimize waste and abuse. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage by freezing temperatures and similar elements. 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. 2. Protection: Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Unless the Architect requests that it be maintained longer, remove each temporary facility when the need has ended, when replaced by authorized use of a f I f PaUffbip, ipc. — arcbitutf U intcriorf �ae CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONSTRUCTION FACILITIES EXTERIOR DOOR REPLACEMENT PROJECT AND TEMPORARY CONTROLS LUBBOCK, TEXAS Section 01500, Page 10 permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the 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 the Contractor's property. The Owner reserves the right to take possession of project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where the area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil in the area. 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 the temporary entrances, as required by the governing authority. 3. At Substantial Completion, clean and renovate permanent facilities used during the construction period including, but not limited to, the following: a. Replace air filters and clean inside of ductwork and housings. b. Replace significantly worn parts and parts subject to unusual operating conditions. C. Replace lamps burned out or noticeably dimmed by hours of use. END OF SECTION 01500 r I f Partombip, ioc. — aditatr U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH NOISE CONTROL EXTERIOR DOOR REPLACEMENT PROJECT Section 01561, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS -J A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. , 1.2 NOISE CONTROL A. Because of the proximity of the Project to existing occupied spaces and business areas, the Contractor is required to follow and enforce construction procedures which will eliminate and avoid loud noises as much as possible. B. The Contractor shall provide adequate muffling devices on all combustion engines and shall provide acoustic baffles for any noise -producing equipment or operations which prove to be objectionable or hazardous to the operation of the adjacent facilities. C. The Architect shall be notified a minimum of 72 hours prior to the start of any unusually noisy construction activity. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) � END OF SECTION 01561 _I i Li i f i f I f PartocrAp, bc. — aditcctf U iotcriarf f 1 f LA 1 f CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH UTILITY OUTAGES EXTERIOR DOOR REPLACEMENT PROJECT Section 01571, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 UTILITY OUTAGES A. The contractor should coordinate with the Owner, City of Lubbock or any affected groups for the potential of a utility outage. B. The Contractor shall provide to the Owner's Representative a minimum of 5-day notice of anticipated utility outages. This would include, electrical, water, sewer, telephone/data service, etc. Any anticipated outages must be approved and coordinated with Owner. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION 01571 e 5 i i r I r Partowbip, ioc. — arcbitutr U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS MATERIALS Section 01600, Page 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 UNAVAILABILITY OR LATE DELIVERIES A. Contractor shall order and schedule delivery of materials in ample time to avoid delays in construction. If an item is found to be unavailable, Contractor shall notify Architect immediately to permit mutual selection of suitable substitute. If Contractor fails to order materials in ample time to avoid delays in construction, an approved material shall be substituted at no extra cost to the Owner. Or, at the Architect's discretion, approval of a substitute will be given upon agreement by the Contractor to remove substituted material at later date agreeable to Owner, and replace it at Contractor's expense with material originally specified. Such approval shall be subject to the same terms as for "Substitutions". 1.3 MATERIAL TESTING A. Laboratory tests and inspections specified or required of material and finish articles incorporated in the work shall be made by bureaus, laboratories or agencies approved by the Architect. Reports will be submitted to the Architect or distributed as established at the preconstruction conference. Cost of testing and inspections will be paid for by the Contractor otherwise specified. B. Contractor shall furnish promptly, without additional charge, all reasonable facilities, labor and materials necessary for safe, convenient inspection and tests required by the Architect. Inspection and tests will be performed in a manner not to delay work unnecessarily. Contractor will be charged with cost of extra inspection when material or work is not ready at time inspection is required. C. Test samples as Architect may deem necessary shall be procured from material or equipment delivered for use in the work. If any test sample fails to meet specification requirements: 1. Previous approval may be withdrawn and such material or equipment may be subject to removal and replacement by Contractor at his expense with material or equipment meeting specification requirements. 2. Architect may refuse consideration of further samples of same brand of make for testing. In any case, Contractor will pay cost of additional test of material for same usage; should second sample of same or like material also fail test, Contractor shall bear cost of all further testing until Architect's approval is granted. 3. At Owner's discretion, defective material and equipment may be permitted to remain in place subject to adjustment of contract price. f I f paombip, inc — aditutf U ioteoorf 9 9 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH MATERIALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01600, Page 2 LUBBOCK, TEXAS 1.4 SPECIFIED ITEMS - SUBSTITUTES A. In addition to the requirements of the General Conditions, the following applies: Whenever catalog numbers and specified brands or trade names, followed by the designation "or equal" are used in conjunction with a designated material, product, thing or service mentioned in these specifications, they are used to establish the standards of quality and utility required. Substitutions which are equal in quality and utility to those specified will be approved, subject to the following provisions: All substitutions must be approved by the Architect in writing. For this purpose the Contractor shall submit to the Architect within 35 calendar days after recording of the Contract, a typewritten list containing a description of each proposed substitute item or material. Sufficient data, drawings, samples, literature or other detailed information which will demonstrate to the Architect that the proposed substitute is equal in quality and utility to the material specified shall be appended to this list. The Architect will approve, in writing, such proposed substitutions which are, in the Architect's opinion, equal in quality and utility to the items specified. Such approval shall not relieve the Contractor from complying with the requirements of the Drawings and Specifications and the Contractor shall be responsible at the Contractor's own expense for any changes resulting from his proposed substitutions which affect other parts of the work. 2. Failure of the Contractor to submit proposed substitutions for approval in the manner described and within the time prescribed shall be sufficient cause for disapproval by the Architect of any substitutions otherwise proposed. 3. Whenever catalog numbers and specified brands or trade names not followed by the designation "or equal" or used in conjunction with a designated material, product, thing or service mentioned in these Specifications, no substitutions will be approved. 1.5 SUBSTITUTIONS A. Substitutions of any materials other than those specifically called for shall be submitted to the Architect for review. 1.6 ITEMS SPECIFIED BY TRADE NAME A. Reference to items specified by trade name is made as a basis of quality and function. Equivalent items may be used in their stead, however, the right of determining such quality shall remain with the Owner's Representative. The terms "similar to", "approved", or "or equal" or similar phrases shall be interpreted similarly. 1.7 LABELS A. Manufacturer's or trade names together with model or serial designations, grade markings, fire ratings, etc. will be permitted and are required on certain components of the work. These items shall be placed in concealed, but accessible locations, and absolutely no labels advertising any manufacturer or trade name will be permitted on exposed portions of components without written authorization from the Architect. f I f PaRowbip, inc. — aditectr U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH MATERIALS EXTERIOR DOOR REPLACEMENT PROJECT Section 01600, Page 3 LUBBOCK,TEXAS 1.8 MANUFACTURER'S DIRECTIONS A. All manufactured articles, materials and equipment shall be applied, installed, connected, erected, secured, used, cleaned and put in operation as recommended, directed or specified by the manufacturer. B. Where work is specified to be in accordance with product manufacturer's directions, the Contractor shall procure such information in sufficient quantities to supply all involved parties. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) END OF SECTION 01600 f I r Partwhip, in(. — adite(tr U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBSTITUTIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 01631, Page 1 LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for handling requests for substitutions made after award of the Contract. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Reference Standards and Definitions" specifies the applicability of industry standards to products specified. 2. Division 1 Section "Submittals" specifies requirements for submitting the Contractor's Construction Schedule and the Submittal Schedule. 3. Division 1 Section "Materials and Equipment" specifies requirements governing the Contractor's selection of products and product options. 1.3 DEFINITIONS A. Definitions in this Article do not change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Changes in products, materials, equipment, and methods of construction required by the Contract Documents proposed by the Contractor after award of the Contract are considered to be requests for substitutions. The following are not considered to be requests for substitutions: 1. Substitutions requested during the bidding period, and accepted by Addendum prior to award of the Contract, are included in the Contract Documents and are not subject to requirements specified in this Section for substitutions. 2. Revisions to the Contract Documents requested by the Owner or Architect. 3. Specified options of products and construction methods included in the Contract Documents. 4. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.4 SUBMITTALS A. Substitution Request Submittal: The Architect will consider requests for substitution if received within 5 days after commencement of the Work. Requests received more than 7 days after commencement of the Work may be considered or rejected at the discretion of the Architect. f I f partoerAp, ioc. — drehitutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBSTITUTIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 01631, Page 2 LUBBOCK, TEXAS 1. Submit 3 copies of each request for substitution for consideration. Submit requests in the form and according to procedures required for change -order proposals. 2. Identify the product or the fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. 3. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: a. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by the Owner and separate contractors, that will be necessary to accommodate the proposed substitution. b. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements, such as performance, weight, size, durability, and visual effect. C. Product Data, including Drawings and descriptions of products and fabrication and installation procedures. d. Samples, where applicable or requested. e. A statement indicating the substitution's effect on the Contractor's Construction Schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on overall Contract Time. f. Cost information, including a proposal of the net change, if any in the Contract Sum. g. The Contractor's certification that the proposed substitution conforms to requirements in the Contract Documents in every respect and is appropriate for the applications indicated. h. The Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of the failure of the substitution to perform adequately. 4. Architect's Action: If necessary, the Architect will request additional information or documentation for evaluation within one week of receipt of a request for substitution. The Architect will notify the Contractor of acceptance or rejection of the substitution within 2 weeks of receipt of the request, or one week of receipt of additional information or documentation, whichever is later. Acceptance will be in the form of a change order. a. Use the product specified if the Architect cannot make a decision on the use of a proposed substitute within the time allocated. PART2-PRODUCTS 2.1 SUBSTITUTIONS A. Conditions: The Architect will receive and consider the Contractor's request for substitution when one or more of the following conditions are satisfied, as determined by the Architect. If the following conditions are not satisfied, the Architect will return the requests without action except to record noncompliance with these requirements. 1. Extensive revisions to the Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of the Contract Documents. 3. The request is timely, fully documented, and properly submitted. f I f paUffbip, irac. — arcbitutf 6 iotcriorf r), CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SUBSTITUTIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 01631, Page 3 LUBBOCK, TEXAS 4. The specified product or method of construction cannot be provided within the Contract Time. The Architect will not consider the request if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 5. The request is directly related to an "or -equal" clause or similar language in the Contract Documents. 6. The requested substitution offers the Owner a substantial advantage, in cost, time, energy conservation, or other considerations, after deducting additional responsibilities the Owner must assume. The Owner's additional responsibilities may include compensation to the Architect for redesign and evaluation services, increased cost of other construction by the Owner, and similar considerations. 7. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 8. The specified product or method of construction cannot be provided in a manner that is compatible with other materials and where the Contractor certifies that the substitution will overcome the incompatibility. 9. The specified product or method of construction cannot be coordinated with other materials and where the Contractor certifies that the proposed substitution can be coordinated. 10. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provides the required warranty. 11. Where a proposed substitution involves more than one prime contractor, each contractor shall cooperate with the other contractors involved to coordinate the Work, provide uniformity and consistency, and assure compatibility of products. B. The Contractor's submittal and the Architect's acceptance of Shop Drawings, Product Data, or Samples for construction activities not complying with the Contract Documents do not constitute an acceptable or valid request for substitution, nor do they constitute approval. PART 3 - EXECUTION (Not Applicable) END OF SECTION 01631 f I f Partowbip, ioc. — architutf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1-GENERAL CONTRACT CLOSEOUT Section 01700, Page 1 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Operation and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 16. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. a. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. b. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete. 2. Advise the Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of changeover in security provisions. r I r Partowbip, ioc. — arcbitutl U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONTRACT CLOSEOUT EXTERIOR DOOR REPLACEMENT PROJECT Section 01700, Page 2 LUBBOCK, TEXAS 8. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. 9. Complete final cleanup requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred, exposed finishes. B. Inspection Procedures: On receipt of a request for inspection, the Architect will either proceed with inspection or advise the Contractor of unfilled requirements. The Architect will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. The Architect will repeat inspection when requested and assured that the Work is substantially complete. 2. Results of the completed inspection will form the basis of requirements for final acceptance. 1.4 FINAL ACCEPTANCE A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Architect's final inspection list of items to be completed or corrected, endorsed and dated by the Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Architect. 4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion or when the Owner took possession of and assumed responsibility for corresponding elements of the Work. 5. Submit consent of surety to final payment. 6. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: The Architect will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Architect. 1. Upon completion of reinspection, the Architect will prepare a certificate of final acceptance. If the Work is incomplete, the Architect will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated. f I f Partombip, inc. — architatf U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONTRACT CLOSEOUT EXTERIOR DOOR REPLACEMENT PROJECT Section 01700, Page 3 LUBBOCK, TEXAS 1.5 RECORD DOCUMENT SUBMITTALS A. General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the Architect's reference during normal working hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white -prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross- reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the Owner but was not shown on Contract I Drawings or Shop Drawings. - 3. Note related change -order numbers where applicable. 4. Organize record drawing sheets into manageable sets. Bind sets with durable -paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. C. Record Specifications: Maintain one complete copy of the Project Manual, including addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Note related record drawing information and Product Data. 4. Upon completion of the Work, submit record Specifications to the Architect for the ` Owner's records. D. Record Product Data: Maintain one copy of each Product Data submittal. Note related Change 11 Orders and markup of record drawings and Specifications. to 1. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the site and from the manufacturer's installation instructions and recommendations. 2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. 3. Upon completion of markup, submit complete set of record Product Data to the Architect for the Owner's records. E. Record Sample Submitted: Immediately prior to Substantial Completion, the Contractor shall meet with the Architect and the Owner's personnel at the Project Site to determine which Samples are to be transmitted to the Owner for record purposes. Comply with the Owner's instructions regarding delivery to the Owner's Sample storage area. 1 I f par ombip, i9c. — architect) U ioteriorr __J CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONTRACT CLOSEOUT EXTERIOR DOOR REPLACEMENT PROJECT Section 01700, Page 4 LUBBOCK, TEXAS Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the Work. Immediately prior to the date or dates of , Substantial Completion, complete miscellaneous records and place in good order. Identify miscellaneous records properly and bind or file, ready for continued use and reference. Submit to the Architect for the Owner's records. G. Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual, heavy-duty, 2-inch, 3-ring, vinyl - covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: 1. Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turn -around" cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. 8. Fixture lamping schedule. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 CLOSEOUT PROCEDURES A. Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: 1. Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. 6. Fuels. 7. Identification systems. 8. Control sequences. 9. Hazards. 10. Cleaning. 11. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating equipment, demonstrate the following procedures: r I 1 PaRombip, in(. — ar0itutr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 3.2 FINAL CLEANING CONTRACT CLOSEOUT Section 01700, Page 5 A. General: The General Conditions require general cleaning during construction. Regular site cleaning is included in Division 1 Section "Construction Facilities and Temporary Controls." B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. a. Remove labels that are not permanent labels. b. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other substances that are noticeable vision - obscuring materials. Replace chipped or broken glass and other damaged transparent materials. C. Clean exposed exterior and interior hard -surfaced finishes to a dust -free condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. Leave concrete floors broom clean. Vacuum carpeted surfaces. d. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps. e. Clean the site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even -textured surface. C. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid the Project of rodents, insects, and other pests. D. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. E. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of lawfully. f I s Partowbip, in(. — architects U interiors CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH CONTRACT CLOSEOUT EXTERIOR DOOR REPLACEMENT PROJECT Section 01700, Page 6 LUBBOCK, TEXAS 1. Where extra materials of value remain after completion of associated Work, they become the Owner's property. Dispose of these materials as directed by the Owner. END OF SECTION 01700 f I f Partombip, ioc. — aditatr U ioteriorf i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH C OPERATING AND EXTERIOR DOOR REPLACEMENT PROJECT MAINTENANCE LUBBOCK, TEXAS Section 01730, Page 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 GENERAL A. Compile Manufacturer's Directions and Manuals, Product Data and related information appropriate for Owner's maintenance and operation of products furnished under the contract. 1. Furnish operating and maintenance data as specified in other pertinent sections of Specifications.. B. Instruct Owner's personnel in the maintenance of products and in the operation of equipment and systems. 1.3 FORM OF SUBMITTALS A. Prepare data in the form of an instructional manual for use by Owner's personnel. B. Provide indexed tabs fly -leaf for each separate product, or each piece of operating equipment. Provide typed description of product and major component parts of equipment. ; C. Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". fl WA D. Bind in Commercial quality three-ring binders with durable and cleanable plastic covers. E. When multiple binders are used, correlate the date into related consistent groupings. 1.4 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in a systematic order. 1. Contractor, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to the content of the volume. 3. List, with each product, the name, address and telephone number of: a. Subcontractor or installer. b. Maintenance contractor, as appropriate. c. Identify the area of responsibility of each. f 1 f partombip, ioc. — aditatf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH OPERATING AND EXTERIOR DOOR REPLACEMENT PROJECT MAINTENANCE LUBBOCK, TEXAS Section 01730, Page 2 d. Local source of supply for parts and replacements. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data: Include only those sheets which are pertinent to the specific product. Annotate each sheet to: 1. Clearly identify the specific product or part installed. 2. Clearly identify the data applicable to the installation. 3. Delete references to inapplicable information. C. Drawings: Supplement product data with drawings as necessary to clearly illustrate relations of f component parts of equipment and systems, and control and flow diagrams. 1. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. 2. Do not use Project Record Documents as maintenance drawings. D. Written text, as required to supplement product data for the particular installation. j 1. Organize in a consistent format under separate headings for different procedures. 2. Provide a logical sequence of instructions for each procedure. E. Copy of each warranty, bond and service contract issued. Provide information sheet for Owner's personnel, give: 1. Proper procedures in the event of failure. 2. Instances which might affect the validity of warranties or bonds. 1.5 MANUAL FOR MATERIALS AND FINISHES A. Submit two copies of complete manual in final form. B. Content, for architectural products, applied materials and finishes: 1. Manufacturers data, giving full information on products. 2. Instructions for care and maintenance. 1.6 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit two copies of complete manual in final form. f I r Partnerlbip, inc. — arcbitectr U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS OPERATING AND MAINTENANCE Section 01730, Page 3 B. Content, for each unit of equipment and system, as appropriate: 1. Description of unit and component parts. 2. Operating procedures. 3. Maintenance Procedures. 4. Servicing and lubrication schedule 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. 8. As -installed control diagrams by controls manufacturer. 9. Each contractor's coordination drawings. 10.Charts of valve tag numbers, with the location and function of each valve. 111ist of original manufacturer's spare parts, manufacturer's current prices and recommended quantities to be maintained in storage. 12.Other data as required under pertinent sections of specifications. C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. 2. Circuit directories of panelboards. 3. As -installed color coded wiring diagrams. 4. Operating procedures. 5. Maintenance procedures. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of specifications. D. Prepare and include additional date when the need for such data becomes apparent during instruction of Owner's personnel. i I r Partowbip, iK — artbk(tr U interiarl CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH OPERATING AND EXTERIOR DOOR REPLACEMENT PROJECT MAINTENANCE LUBBOCK, TEXAS Section 01730, Page 4 E. Additional requirements for operating and maintenance date: The respective sections of Specifications. 1.7 SUBMITTAL SCHEDULE A. Submit one copy of completed data in final form fifteen days prior to final inspection or acceptance. 1. Copy will be returned after final inspection or acceptance, with comments. B. Submit specified number of copies of approved data in final form 10 days after final inspection or acceptance. 1.8 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in the operation, adjustment and maintenance of all products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. C. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not Applicable) END OF SECTION 01730 r I r PaRowbip, ioc. — arcbitutf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL WARRANTIES Section 01740, Page 1 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for warranties required by the Contract Documents, including manufacturers standard warranties on products and special warranties. 1. Refer to the General Conditions for terms of the Contractor's period for correction of the Work. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Submittals" specifies procedures for submitting warranties. 2. Division 1 Section "Contract Closeout" specifies contract closeout procedures. 3. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 4. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents. C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor. 1.3 DEFINITIONS A. Standard product warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner. B. Special warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the Owner. 1.4 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a result of such failure or must be removed and replaced to provide access for correction of warranted construction. f I f partwhip, in(. — artitatf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH WARRANTIES EXTERIOR DOOR REPLACEMENT PROJECT Section 01740, Page 2 LUBBOCK, TEXAS B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Expressed warranties made to the Owner are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the law. Expressed warranty periods shall not be interpreted as limitations on the time in which the Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents. E. Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, the Owner reserves the right to refuse to accept the Work, until the Contractor presents evidence that entities required to countersign such commitments are willing to do so. 1.5 SUBMITTALS A. Submit written warranties to the Architect prior to the date certified for Substantial Completion. If the Architect's Certificate of Substantial Completion designates a commencement date for r warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Architect. t_ 1. When a designated portion of the Work is completed and occupied or used by the Owner, by separate agreement with the Contractor during the construction period, submit properly } executed warranties to the Architect within 15 days of completion of that designated portion of the Work. B. When the Contract Documents require the Contractor, or the Contractor and a subcontractor, supplier or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Owner, through the Architect, for approval prior to final execution. C. Forms for special warranties are included at the end of this Section. Prepare a written document utilizing the appropriate form, ready for execution by the Contractor, or by the , Contractor, subcontractor, supplier, or manufacturer. Submit a draft to the Owner, through the Architect, for approval prior to final execution. 1. Refer to Divisions 2 through 16 Sections for specific content requirements and particular 1 requirements for submitting special warranties. f I f Partnerlbip, inc. — arttutr U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH WARRANTIES EXTERIOR DOOR REPLACEMENT PROJECT Section 01740, Page 3 LUBBOCK, TEXAS D. Form of Submittal: At Final Completion compile 3 copies of each required warranty properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual. E. Bind warranties and bonds in heavy-duty, commercial -quality, durable 3-ring, vinyl -covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8- 1/2-by-1 1 -inch paper. 1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the 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 the Installer. 2. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project title or name, and name of the Contractor. 3. When warranted construction requires operation and maintenance manuals, provide additional copies of each required warranty, as necessary, for inclusion in each required manual. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 LIST OF WARRANTIES A. Schedule: Refer to each specification for warranty requirements. END OF SECTION 01740 f I r partowbip, inc. — ar(bitutr U interiors 1.3 CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. 91 See Division 1 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. C. See Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the Work in those Sections. SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set of marked -up Record Prints. B. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit one copy of each Product Data submittal. PROJECT RECORD DOCUMENTS Section 01781, Page 1 PART 2 — PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. 1. 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 prepare the marked -up Record Prints. s I f PaRowbip, in(. — architects U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PROJECT EXTERIOR DOOR REPLACEMENT PROJECT RECORD DOCUMENTS LUBBOCK, TEXAS Section 01781, Page 2 a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 3. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 4. 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. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. 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. Note related Change Orders, Record Product Data, and Record Drawings where applicable. f I f partowbip, inc. — artitatf U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS 2.3 RECORD PRODUCT DATA PROJECT RECORD DOCUMENTS Section 01781, Page 3 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. 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. 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 modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect's reference during normal working hours. END OF SECTION 01781 r I J Partowbip, inc. — aditectr U interiorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL DEMONSTRATION AND TRAINING Section 01820, Page 1 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for instructing Owner's personnel, including the following: 1. Demonstration of operation of systems, subsystems, and equipment. 2. Training in operation and maintenance of systems, subsystems, and equipment. 3. Demonstration and training videotapes. B. See Divisions 2 through 16 Sections for specific requirements for demonstration and training for products in those Sections. 1.3 SUBMITTALS A. Instruction Program: Submit two copies of outline of instructional program for demonstration and training, including a schedule of proposed dates, times, length of instruction time, and instructors' names for each training module. Include learning objective and outline for each training module. B. Demonstration and Training Videotapes: Submit two copies within seven days of end of each training module. 1.4 QUALITY ASSURANCE A. Facilitator Qualifications: A firm or individual experienced in training or educating maintenance personnel in a training program similar in content and extent to that indicated for this Project, and whose work has resulted in training or education with a record of successful learning performance. B. Instructor Qualifications: A factory -authorized service representative, complying with requirements in Division 1 Section "Quality Requirements," experienced in operation and maintenance procedures and training. C. Pre -instruction Conference: Conduct conference at Project site. Review methods and procedures related to demonstration and training. r I r partw hip, ioc — ar0itcaf U ipteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DEMONSTRATION EXTERIOR DOOR REPLACEMENT PROJECT AND TRAINING LUBBOCK, TEXAS Section 01820, Page 2 D. Coordinate content of training modules with content of approved emergency, operation, and maintenance manuals. Do not submit instruction program until operation and maintenance data has been reviewed and approved by Architect. PART 2 — PRODUCTS 2.1 INSTRUCTION PROGRAM A. Program Structure: Develop an instruction program that includes individual training modules for each system and equipment not part of a system, as required by individual Specification Sections. B. Training Modules: Develop a learning objective and teaching outline for each module. Include a description of specific skills and knowledge that participant is expected to master. For each module, include instruction for the following: 1. Basis of System Design, Operational Requirements, and Criteria: Include system and equipment descriptions, operating standards, regulatory requirements, equipment function, operating characteristics, limiting conditions, and performance curves. 2. Documentation: Review emergency, operations, and maintenance manuals; Project Record Documents; identification systems; warranties and bonds; and maintenance service agreements. 3. Emergencies: Include instructions on stopping; shutdown instructions; operating instructions for conditions outside normal operating limits; instructions on meaning of warnings, trouble indications, and error messages; and required sequences for electric or electronic systems. 4. Operations: Include startup, break-in, control, and safety procedures; stopping and normal shutdown instructions; routine, normal, seasonal, and weekend operating instructions; operating procedures for emergencies and equipment failure; and required sequences for electric or electronic systems. 5. Adjustments: Include alignments and checking, noise, vibration, economy, and efficiency adjustments. 6. Troubleshooting: Include diagnostic instructions and test and inspection procedures. 7. Maintenance: Include inspection procedures, types of cleaning agents, methods of cleaning, procedures for preventive and routine maintenance, and instruction on use of special tools. 8. Repairs: Include diagnosis, repair, and disassembly instructions; instructions for identifying parts; and review of spare parts needed for operation and maintenance. f I f Partowbip, inc. — aditutf U Acriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DEMONSTRATION EXTERIOR DOOR REPLACEMENT PROJECT AND TRAINING LUBBOCK, TEXAS Section 01820, Page 3 PART 3 — EXECUTION 3.1 INSTRUCTION A. Facilitator: Engage a qualified facilitator to prepare instruction program and training modules, to coordinate instructors, and to coordinate between Contractor and Owner for number of participants, instruction times, and location. B. Engage qualified instructors to instruct Owner's personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. 1. Owner will furnish an instructor to describe Owner's operational philosophy. C. Scheduling: Provide instruction at mutually agreed on times. For equipment that requires seasonal operation, provide similar instruction at start of each season. 1. Schedule training with Owner, with at least seven days' advance notice. D. Evaluation: At conclusion of each training module, assess and document each participant's mastery of module by use of a demonstration performance -based test. 3.2 DEMONSTRATION AND TRAINING VIDEOTAPES A. General: Engage a qualified commercial photographer to record demonstration and training videotapes. Record each training module separately. Include classroom instructions and demonstrations, board diagrams, and other visual aids, but not student practice. 1. At beginning of each training module, record each chart containing learning objective and lesson outline. B. Videotape Format: Provide high -quality VHS color videotape in full-size cassettes or DVD. C. Narration: Describe scenes on videotape by audio narration by microphone while videotape is recorded. Include description of items being viewed. Describe vantage point, indicating location, direction (by compass point), and elevation or story of construction. END OF SECTION 01820 f I f Partumbip, ioc. — arditutf U i9teriorf 9 I RCHITECTS • INTERIORS • PLANNERS SLS Project No. Project Name: 4416 74"' Street j Suite 86 Lubbock, Texas 79424.2315 voice 806.794.4726 fax 806.794.4667 5ub5titution reque5t SUBSTITUTE REQUEST MADE BY: Firm: Address: Bid Date: Phone: Fax: We hereby request that the following Substitution be allowed in lieu of the Product specified on the above project. SPECIFIED PRODUCT: PROPOSED PRODUCT SUBSTITUTION: Request Date: ARCHITECT/ENGINEER RESPONSE: ❑ APPROVED ❑ APPROVED AS NOTED ❑ NOT APPROVED ❑ SUBMITTED TOO LATE ❑ FAILED TO PROVIDE ADEQUATE INFORMATION Remarks: By: Date: This request includes the following, attached Technical Data, Laboratory Tests, and proposed changes to the Drawings and Specifications which the proposed Substitution will require for proper installation. The Firm requesting the Substitution agrees to pay for changes to the building design, including Architectural, Engineering and detailing costs caused by the requested Substitution. ❑ Yes ❑ No What Effect does the Substitution have on other trades? What effect does the Substitution have on construction schedule? Differences between proposed Substitution and specified item? Manufacturer's guarantees of the proposed and specified items are: ❑ Same ❑ Different (If different, explain on attachment) The undersigned state that the function, appearance, and quality are equivalent or superior to the specified item. SIGNATURE TITLE DATE 5u125titution reaue5t proccoo INSTRUCTIONS FOR USE OF SUBSTITUTION REQUEST FORM 1. Substitution requests, including all required documentation, must be delivered to the Architect's office no later than the date indicated in the specifications. Requests submitted late will not be considered. 2. The SLS PARTNERSHIP, INC. "SUBSTITUTION REQUEST FORM" must be used for each project submitted for consideration. 3. The Individual or Firm requesting a substitution must document that the requested substitution is equal or superior to the specified product. Failure to provide clear, accurate,"' and adequate documentation will be grounds for rejection. Any re -submittal will be handled as a new request. I 4. Required documentation shall consist of applicable information which would aid the Architect in making an informed decision. Include side -by -side product comparisons, technical data, laboratory test results, product drawings, etc. 5. If use of the proposed product would result in changes to the design of the building, the submittal shall describe fully the changes required to the drawings or specifications. Any cost differences resulting from modifications to the drawings and specifications and the cost of making the changes shall be borne by the Product Supplier. ; 6. No product will be considered "as equal to" the product specified until it has been included as an allowable substitution, in a written Addendum to the project. IJ 7. The decision of the Architect is final. CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GENERAL SITE MATERIALS EXTERIOR DOOR REPLACEMENT PROJECT CONSTRUCTION REQUIREMENTS LUBBOCK, TEXAS Section 02051, Page 1 PART 1 —GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Includes But Not Limited To 1. General procedures and requirements for the protection of all landscaping, planters, trees, sidewalks, brick paver landscape areas and lawn work. PART 2 PRODUCTS — Not Used PART 3 EXECUTION 3.1 PREPARATION A. Site Verification Of Conditions. 1. 48 hours minimum prior to performing any work on site, contact Dig Tess at 1.800.DIG.TESS to arrange for utility location services. 2. Perform minor, investigative excavations to verify location of various existing underground facilities at sufficient locations to assure that no conflict with the proposed work exists and sufficient clearance is available to avoid damage to existing facilities. 3. Perform investigative excavating 10 days minimum in advance of performing any excavation or underground work. 4. Upon discovery of conflicts or problems with existing facilities, notify Architect and Owner's Representative by phone or fax within 24 hours. Follow telephone or fax notification with letter and diagrams indicating conflict or problem and sufficient measurements and details to evaluate problem. 3.2 PREPARATION A. Protection 1. Spillage — a. Avoid spillage by covering and securing loads when hauling on or adjacent to public streets or highways b. Remove spillage and sweep, wash, or otherwise clean project, streets, and highways. 2. Dust Control — a. Take precautions necessary to prevent dust nuisance, both on -site and adjacent to public and private properties. b. Correct or repair damage caused by dust. 3. Erosion Control — a. Take precautions necessary to prevent erosion and transportation of soil downstream, to adjacent properties, and into on -site or off -site drainage J I r partowbip, inc — aditutr U ipteriorr CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GENERAL SITE MATERIALS EXTERIOR DOOR REPLACEMENT PROJECT CONSTRUCTION REQUIREMENTS LUBBOCK, TEXAS Section 02051, Page 2 systems. b. Develop, install, and maintain an erosion control plan if required by law. C. Repair and correct damage caused by erosion. 4. Existing Plants and Features — Do not damage tops, trunks, and roots of existing trees and shrubs on site, which are intended to remain. Do not use heavy equipment within branch spread. Interfering branches may be removed only with permission of Architect. Do not damage other plants and features, which are to remain. B. If specified precautions are not taken or corrections and repairs made promptly, Owner may take such steps as may be deemed necessary and deduct costs of such from monies due to Contractor. Such action or lack of action on Owner's part does not relieve Contractor from responsibility for proper protection of the Work. 3.3 REPAIR / RESTORATION A. Adjust existing covers, boxes, and vaults to grade. B. Replace broken or damaged covers, boxes, and vaults. C. Independently confirm size, location, and number of covers, boxes, and vaults, which require adjustment. 3.4 FIELD QUALITY CONTROL A. Notify Architect 48 hours prior to performing excavation or fill work. B. If work has been interrupted by weather, scheduling, or other reason, notify Architect 24 hour's minimum prior to intended resumption of grading or compacting. C. Owner reserves right to require additional testing to re -affirm suitability of completed work including compacted soils which have been exposed to adverse weather conditions END OF SECTION 02051 f I r Pdr umbip, inc. — dditutr U ioteriorJ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.3 RELATED DOCUMENTS SELECTIVE DEMOLITION Section 02070, Page 1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY A. This Section includes the following: 1. Demolition and removal of selected building elements. 2. Patching and repairs of existing building elements. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Summary of Work" for use of the building and phasing requirements. 2. Division 2 Section "Earthwork" for soil materials, excavating, backfilling, and site grading. 3. Division 6 Section "Rough Carpentry" for material and construction requirements for temporary enclosures. 4. Division 9 Section "Painting" for material and construction finishing. DEFINITIONS A. Remove: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain the Owner's property. B. Remove and Salvage: Items indicated to be removed and salvaged remain the Owner's property. Remove, clean, and pack or crate items to protect against damage. Identify contents of containers and deliver to Owner's designated storage area. C. Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for reuse; store and protect against damage. Reinstall items in the same locations or in locations indicated. D. Existing to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by the Architect, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and reinstalled in their original locations. I 1.4 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site with further disposition at the Contractor's option. B. Historical items, relics, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, antiques, and other items of interest or value to the Owner, which may be encountered during selective demolition, remain the Owner's property. 1 I f Partombip, inc. — ar0itatr U ioteriorl CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SELECTIVE DEMOLITION EXTERIOR DOOR REPLACEMENT PROJECT Section 02070, Page 2 LUBBOCK, TEXAS Carefully remove and salvage each item or object in a manner to prevent damage and deliver promptly to the Owner. 1.5 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections, for information only, unless otherwise indicated. B. Videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by selective demolition operations. C. Record drawings at Project closeout according to Division 1 Section "Contract Closeout." 1. Identify and accurately locate capped utilities and other subsurface structural, electrical, or mechanical conditions. D. Landfill records indicating receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.6 QUALITY ASSURANCE A. Demolition Firm Qualifications: Engage an experienced firm that has successfully completed selective demolition Work similar to that indicated for this Project. B. Regulatory Requirements: Comply with governing EPA notification regulations before starting selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.7 PROJECT CONDITIONS A. Owner assumes no responsibility for actual condition of buildings to be selectively demolished. 1. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. B. Asbestos: It is not expected that asbestos will be encountered in the Work. If any materials suspected of containing asbestos are encountered, do not disturb the materials. Immediately notify the Architect and the Owner. 1. Asbestos will be removed by Owner before start of Work. 2. A Certificate of Asbestos free conditions will be produced by the Owner. C. Storage or sale of removed items or materials on -site will not be permitted. f I f partwhip, inc. — arcbitcctf U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 2-PRODUCTS 2.1 REPAIR MATERIALS SELECTIVE DEMOLITION Section 02070, Page 3 A. Use repair materials identical to existing materials. 1. Where identical materials are unavailable or cannot be used for exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 2. Use materials whose installed performance equals or surpasses that of existing materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with the intended function or design are encountered, investigate and measure the nature and extent of the conflict. Promptly submit a written report to the Architect. E. Survey the condition of the building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during selective demolition. F. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 3.2 UTILITY SERVICES A. Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services serving building to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. Where utility services are required to be removed, relocated, or abandoned, provide bypass connections to maintain continuity of service to other parts of the building before proceeding with selective demolition. 3. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit after bypassing. B. Utility Requirements: Refer to Division 15 and 16 Sections for shutting off, disconnecting, removing, and sealing or capping utility services. Do not start selective demolition work until utility disconnecting and sealing have been completed and verified in writing. f I f partnership, inc. — dditutr q interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS 3.3 PREPARATION SELECTIVE DEMOLITION Section 02070, Page 4 A. Conduct demolition operations to prevent injury to people and damage to adjacent buildings and facilities to remain. Ensure safe passage of people around selective demolition area. 1. Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. 2. Protect existing site improvements, appurtenances, and landscaping to remain. 3. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. 4. Provide temporary weather protection, during interval between demolition and removal of existing construction, on exterior surfaces and new construction to ensure that no water leakage or damage occurs to structure or interior areas. B. Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of building to be selectively demolished. 1. Strengthen or add new supports when required during progress of selective demolition. 3.4 POLLUTION CONTROLS A. Use temporary enclosures, and other suitable methods to limit the spread of dust and dirt. Comply with governing environmental protection regulations. B. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 1. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level. C. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before start of selective j demolition. 3.5 SELECTIVE DEMOLITION rill A. Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete Work within limitations of governing regulations and as follows: j 1. Proceed with selective demolition systematically, from higher to lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. To minimize disturbance of adjacent surfaces, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden f I s partw hip, ioc. — architects U interiors CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SELECTIVE DEMOLITION EXTERIOR DOOR REPLACEMENT PROJECT Section 02070, Page 5 LUBBOCK, TEXAS space before starting flame -cutting operations. Maintain portable fire -suppression devices during flame -cuffing operations. 5. Maintain adequate ventilation when using cutting torches. 6. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and promptly dispose of off -site. 7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 8. Locate selective demolition equipment throughout the structure and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 9. Dispose of demolished items and materials promptly. On -site storage or sale of removed items is prohibited. 10. Return elements of construction and surfaces to remain to condition existing before start of selective demolition operations. B. Demolish concrete and masonry in small sections. Cut concrete and masonry at junctures with construction to remain, using power -driven masonry saw or hand tools; do not use power -driven impact tools. C. Break up and remove concrete slabs on grade, unless otherwise shown to remain. D. Remove resilient floor coverings and adhesive according to recommendations of the Resilient Floor Covering Institute's (RFCI) "Recommended Work Practices for the Removal of Resilient Floor Coverings" and Addendum. 1. Remove residual adhesive and prepare substrate for new floor coverings by one of the methods recommended by RFCI. E. Remove no more existing roofing than can be covered in one day by new roofing. See applicable Division 7 Section for new roofing requirements. F. Remove air-conditioning equipment without releasing refrigerants. 3.6 PATCHING AND REPAIRS A. Promptly patch and repair holes and damaged surfaces caused to adjacent construction by selective demolition operations. B. Patching is specified in Division 1 Section "Cuffing and Patching." C. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. 1. Completely fill holes and depressions in existing masonry walls to remain with an approved masonry patching material, applied according to manufacturer's printed recommendations. D. Restore exposed finishes of patched areas and extend finish restoration into adjoining construction to remain in a manner that eliminates evidence of patching and refinishing. f I f partowbip, inc. — architects U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH SELECTIVE DEMOLITION EXTERIOR DOOR REPLACEMENT PROJECT Section 02070, Page 6 LUBBOCK,TEXAS E. Patch and repair floor and wall surfaces in the new space where demolished walls or partitions extend one finished area into another. Provide a flush and even surface of uniform color and appearance. 1. Closely match texture and finish of existing adjacent surface. 2. Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 3. Where patching smooth painted surfaces, extend final paint coat over entire unbroken surface containing the patch after the surface has received primer and second coat. 4. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 5. Inspect and test patched areas to demonstrate integrity of the installation, where feasible. F. Patch, repair, or rehang existing ceilings as necessary to provide an even -plane surface of uniform appearance. 3.7 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.8 CLEANING A. Sweep the building broom clean on completion of selective demolition operation. B. Change filters on air -handling equipment on completion of selective demolition operations. END OF SECTION 02070 r I f PdrtOUAP, ioc. — dditutr U ioteriorf t t CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GENERAL— PROTECTION EXTERIOR DOOR REPLACEMENT PROJECT OF PLANTING & SITEWORK REQUIREMENTS LUBBOCK, TEXAS Section 02901, Page 1 TAHOKA, TEXAS PART 1 —GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Includes But Not Limited To 1. General procedures and requirements for the protection of existing landscaping and all site paving, fencing work. B. Related Sections 1. Section 02051 — General Site Construction Requirements 2. Section 02070 — Selective Demolition PART 2 PRODUCTS — Not Used PART 3 EXECUTION 3.1 EXAMINATION A. Inspect site to become thoroughly acquainted with locations of irrigation, ground lighting, and utilities. Repair damage caused to these and other items adjacent to landscaping or replace at no additional cost to Owner. 3.2 PREPARATION A. Protection 1. Take care in performing landscaping work to avoid conditions which will create hazards. Post signs or barriers as required. 2. Provide adequate means for protection from damage through excessive erosion, flooding, heavy rains, high winds, etc. Repair or replace damaged areas at no additional cost to Owner. 3. Keep site well drained and landscape excavations dry. 3.3 CLEANING A. Immediately clean up any soil or debris spilled onto pavement and dispose of all deleterious materials. 3.4 PROTECTION A. Protect planted areas, site paving, ornamental fencing against traffic or other use 11 r I r Pdrtpu bip, 0C. - drebitutr U ioteriorr i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GENERAL— PROTECTION EXTERIOR DOOR REPLACEMENT PROJECT OF PLANTING & SITEWORK REQUIREMENTS LUBBOCK, TEXAS Section 02901, Page 2 TAHOKA, TEXAS 1 immediately after planting is completed by placing adequate warning signs and barricades. B. Provide adequate protection of planted areas against trespassing, erosion, and damage of any kind. Remove this protection planted areas have been accepted by Architect. END OF SECTION 02901 Ill 9 J r r I f partoerAp, ioc. — aditutl U interiorsLJ t_ e. CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUUS CHURCH METAL FABRICATIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 1 LUBBOCK, TEXAS 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 metal fabrications: 1. Rough hardware. 2. Loose bearing and leveling plates. 3. Miscellaneous framing and supports for the applications where framing and supports are not specified in other sections. 4. Miscellaneous steel trim B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 9 Section "Painting" for priming and painting. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. - B. Product data for nonslip aggregate surface finishes, cast nosings, and thresholds, paint products, and grout. C. Shop drawings detailing fabrication and erection of each metal fabrication indicated. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. Provide templates for anchors and bolts specified for installation under other Sections. D. Samples representative of materials and finished products as may be requested by Architect. E. Welder certificates signed by Contractor certifying that welders comply with requirements specified under the "Quality Assurance" Article. 1.4 QUALITY ASSURANCE A. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code -- Steel," AWS D1.2 "Structural Welding Code --Aluminum," and AWS D1.3 "Structural Welding Code --Sheet Steel." r I r Partw hip, inc. — arditutr U Mcriorl CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 2 LUBBOCK, TEXAS , �s 1. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. 1.5 PROJECT CONDITIONS A. Field Measurements: Check actual locations of walls and other construction to which metal fabrications must fit by accurate field measurements before fabrication. Show recorded measurements on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. PART 2-PRODUCTS 2.1 FERROUS METALS A. Metal Surfaces, General: For metal fabrications exposed to view in the completed Work, provide materials selected for their surface flatness, smoothness, and freedom from surface blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. B. Steel Plates, Shapes, and Bars: ASTM A 36. C. Steel Tubing: Product type (manufacturing method) and as follows: 1. Cold -Formed Steel Tubing: ASTM A 500. 2. Hot -Formed Steel Tubing: ASTM A 501. a. For exterior installations and where indicated, provide tubing with hot -dip galvanized coating per ASTM A 53. D. Steel Pipe: ASTM A 53, standard weight (schedule 40), unless otherwise indicated, or another weight required by structural loads. 1. Galvanized finish for exterior installations and where indicated. E. Malleable -Iron Castings: ASTM A 47, Grade 32510. F. Cast -in -Place Anchors in Concrete: Anchors of type indicated below, fabricated from corrosion - resistant materials capable of sustaining, without failure, the load imposed within a safety factor of 4, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. I ( 1. Threaded or wedge type; galvanized ferrous castings, either ASTM A 47 malleable iron or ASTM A 27 cast steel. Provide bolts, washers, and shims as required, hot -dip galvanized i per ASTM A 153. G. Welding Rods and Bare Electrodes: Select according to AWS specifications for the metal alloy to be welded. f I r partombip, ioc. — architects U ioteriorf r_; CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT r. LUBBOCK, TEXAS 2.2 ALUMINUM A. Aluminum Extrusions: ASTM B 221, alloy 6063-T6. 2.3 PAINT METAL FABRICATIONS Section 05500, Page 3 A. Shop Primer for Ferrous Metal: Fast -curing, lead- and chromate -free, universal modified -alkyd primer complying with performance requirements of FS TT-P-664, selected for good resistance to normal atmospheric corrosion, compatibility with finish paint systems indicated, and capability to provide a sound foundation for field -applied topcoats despite prolonged exposure. B. Galvanizing Repair Paint: High -zinc -dust -content paint for regalvanizing welds in galvanized steel, with dry film containing not less than 94 percent zinc dust by weight, and complying with DOD-P-21035 or SSPC-Paint 20. C. Bituminous Paint: Cold -applied asphalt mastic complying with SSPC-Paint 12, except containing no asbestos fibers. 2.4 FASTENERS A. General: Provide plated fasteners complying with ASTM B 633, Class Fe/Zn 25 for electrodeposited zinc coating, for exterior use or where built into exterior walls. Select fasteners for the type, grade, and class required. 2.5 GROUT A. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. B. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include, but are not limited to, the following: 1. Nonshrink, Nonmetallic Grouts: a. Euco N-S Grout; Euclid Chemical Co. b. Five Star Grout; Five Star Products. C. Sealtight 588 Grout; W. R. Meadows, Inc. d. Or Architect approved equal. 2.6 CONCRETE FILL A. Concrete Materials and Properties: Comply with requirements of Division 3 Section "Cast -in - Place Concrete" for normal -weight, air -entrained, ready -mix concrete with a minimum 28-day compressive strength of 3000 psi, unless higher strengths are indicated. f I f Partowbip, i0c. — arcbitutr U iotcriorl CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 4 LUBBOCK,TEXAS 2.7 FABRICATION, GENERAL A. Form metal fabrications from materials of size, thickness, and shapes indicated but not less than that needed to comply with performance requirements indicated. Work to dimensions indicated _ or accepted on shop drawings, using proven details of fabrication and support. Use type of materials indicated or specified for various components of each metal fabrication. B. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. C. Allow for thermal movement resulting from the following maximum change (range) in ambient temperature in the design, fabrication, and installation of installed metal assemblies to prevent buckling, opening up of joints, and overstressing of welds and fasteners. Base design calculations on actual surface temperatures of metals due to both solar heat gain and nighttime sky heat loss. D. Shear and punch metals cleanly and accurately. Remove burrs. E. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. F. Remove sharp or rough areas on exposed traffic surfaces. G. 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 that r-1 no roughness shows after finishing, and contour of welded surface matches those adjacent. H. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners wherever possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat- head (countersunk) screws or bolts. Locate joints where least conspicuous. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. K. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. r I 1 partowbip, ioc — arcrtitutr U ioteriorr F f CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 5 LUBBOCK,TEXAS L. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate. A. Furnish bent, or otherwise custom -fabricated, bolts, plates, anchors, hangers, dowels, and other miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring or securing woodwork to concrete or other structures. Straight bolts and other stock rough hardware items are specified in Division 6 Sections. B. Fabricate items to sizes, shapes, and dimensions required. Furnish malleable -iron washers for heads and nuts that bear on wood structural connections, and furnish steel washers elsewhere. 2.9 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction, made flat, free from warps or twists, and of the required thickness and bearing area. Drill plates to receive anchor bolts and for grouting as required. Galvanize after fabrication. 2.10 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports for applications indicated that are not a part of structural steel framework as required to complete the Work. B. Fabricate units to sizes, shapes, and profiles indicated and required to receive other adjacent construction retained by framing and supports. Fabricate from structural steel shapes, plates, and steel bars of welded construction using mitered joints for field connection. Cut, drill, and tap units to receive hardware, hangers, and similar items. 1. Equip units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. a. Except as otherwise indicated, space anchors 24 inches o.c. and provide minimum anchor units in the form of steel straps 1-1/4 inches wide by 1/4 inch thick by 8 inches long. C. Galvanize miscellaneous framing and supports in exterior locations. 2.11 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated, fabricate units from structural steel shapes, plates, and bars of profiles shown with continuously welded joints, and smooth exposed edges. Miter corners and use concealed field splices wherever possible. B. Provide cutouts, fittings, and anchorages as required to coordinate assembly and installation with other work. Provide anchors, welded to trim, for embedding in concrete or masonry ' r I J partowbip, ioc. — architatr U ioteriorr -x CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS i METAL FABRICATIONS ; Section 05500, Page 6 construction, spaced not more than 6 inches from each end, 6 inches from corners, and 24 inches o.c., unless otherwise indicated. C. Galvanize miscellaneous steel trim in exterior locations:. 2.12 PIPE BOLLARDS A. Fabricate pipe bollards from Schedule 80 steel pipe. B. Fabricate sleeves for bollard anchorage from steel pipe with 1/4-inch-thick steel plate welded to bottom of sleeve. 2.13 FINISHES, GENERAL A. Comply with NAAMM "Metal Finishes Manual" for recommendations relative to applying and designing finishes. B. Finish metal fabrications after assembly. 2.14 STEEL AND IRON FINISHES A. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot -dip process complying with the following requirements: 1. ASTM A 153 for galvanizing iron and steel hardware. 2. ASTM A 123 for galvanizing both fabricated and unfabricated iron and steel products made of uncoated rolled, pressed, and forged shapes, plates, bars, and strip 0.0299 inch thick or thicker. B. Preparation for Shop Priming: Prepare uncoated ferrous metal surfaces to comply with minimum requirements indicated below for SSPC surface preparation specifications and environmental exposure conditions of installed metal fabrications: 1. Exteriors (SSPC Zone 1 B): SSPC-SP 6 "Commercial Blast Cleaning." 2. Interiors (SSPC Zone 1A): SSPC-SP 3 "Power Tool Cleaning." C. Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes or to be embedded in concrete, sprayed -on fireproofing, or masonry, unless otherwise indicated. Comply with requirements of SSPC-PA 1 "Paint Application Specification No. 1" for shop painting. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. 2.15 Welded Wire Fabric at Stair Railing Inserts: Equal to McNichols 2" square opening wire messh 0.2500" wire, square welded, plain steel, up to 4'x12' sheet sizes, Item #3693250041 as indicated on the drawings. f I f Partombip, ioc. — drebitutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 7 LUBBOCK, TEXAS 2.17 Metal Grating at Window Awnings A. Steel grating to be equal to McNichols Quality Welded Bar Grating, galvanized hot dipped, GW 75A Smooth, welded construction, 3/a" x 3/16" bearing bars, 1-3/16" on center, regular cross bars 4" on center. PART 3 - EXECUTION 3.1 PREPARATION A. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and I directions for installing anchorages, including concrete inserts, sleeves, anchor bolts, and miscellaneous items having integral anchors that are to be embedded in concrete or masonry construction. Coordinate delivery of such items to Project site. '! B. Center nosings on tread widths with noses flush with riser faces and tread surfaces. C. Set sleeves in concrete with tops flush with finish surface elevations. Protect sleeves from water and concrete entry. 3.2 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in -place construction. Include threaded fasteners for concrete and masonry inserts, toggle bolts, through -bolts, lag bolts, wood screws, and other connectors as required. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing miscellaneous metal fabrications. Set metal fabrication accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete masonry or similar construction. D. 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 the surfaces of exterior units that have been hot -dip galvanized after fabrication and are intended for bolted or screwed field connections. E. 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 that no roughness shows after finishing, and contour of welded surface matches those adjacent. r I 1 Partoerbip, ioc. — architatf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH METAL FABRICATIONS EXTERIOR DOOR REPLACEMENT PROJECT Section 05500, Page 8 LUBBOCK, TEXAS 3.3 SETTING LOOSE PLATES A. Clean concrete and masonry bearing surfaces of bond -reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of bearing plates. B. Set loose leveling and bearing plates on wedges or other adjustable devices. After the bearing members have been positioned and plumbed, tighten the anchor bolts. Do not remove wedges or shims, but if protruding, cut off flush with the edge of the bearing plate before packing with grout. 1. Use nonshrink, nonmetallic grout in all locations, unless otherwise indicated. 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.4 INSTALLING PIPE BOLLARDS A. Anchor bollards in concrete with pipe sleeves preset and anchored into concrete. After bollards have been inserted into sleeves, fill annular space between bollard and sleeve solidly with nonshrink, nonmetallic grout, mixed and placed to comply with grout manufacturer's directions. B. Fill bollards solidly with concrete, mounding top surface. 3.5 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 requirements for touching up shop -painted surfaces. 1. Apply by brush or spray to provide a 2.0-mil minimum dry film thickness. B. For galvanized surfaces, clean welds, bolted connections, and abraded areas, and apply galvanizing repair paint to comply with ASTM A 780. END OF SECTION 05500 r I J partowbip, ioc. — aditutf U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL WOOD TREATMENT Section 06050, Page 1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY Includes But Not Limited To: 1. Provide preservative treated wood for exterior uses. 2. Provide fire retardant treated wood as required for interior use to meet Fire Code. QUALITY ASSURANCE Requirements. 1. American Wood Preservers Bureau (AWPB) a. Plywood, Pine, And Hemlock — LP-2 b. Douglas Fir — AWPB approved for Hawaii use only, 0.25 Ib/cu ft. retention with an assay zone of 0.2 inch. Incising not required. C. Water-soluble treated wood shall have moisture reduced to 12 to 15 percent before installation. d. Tribucide treated wood shall have moisture reduced to 19 percent before installation. PART 2-PRODUCTS 2.1 MATERIALS A. Preservation Treatment: 1. Framing Lumber and Structural Plywood — Wolman CDCA or OSMOSE CCA 2. For Treating Cut Ends, Notches, Etc., at Jobsite - a. Concealed Wood — Wolman Treat 00. b. Exposed Wood — Wolman Clear. 3. For One Inch Finish, All Doors, Cabinets, Paneling, Etc. — Tribucide 2. B. Fire Retardant Treatment 1. Treat lumber and plywood with FLAME PROOF LHC method by Osmose Wood Preserving, Griffin, GA or equal method meeting UL. FR-S classification. 2. Kiln dry wood after treatment. t I f partowbip, inc. — aditutr G ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH WOOD TREATMENT EXTERIOR DOOR REPLACEMENT PROJECT Section 06050, Page 2 LUBBOCK, TEXAS PART 3 - EXECUTION 3.1 APPLICATION A. Treat lumber or plywood for new work in accordance with AWPB Standards and dried after treatment. B. Lumber grade and species shall be as specified for particular use. C. Identify treated lumber as to name of treated manufacturer, preservation used, and retention in Ibs/cu ft. D. Season after treatment to moisture content required for non -treated material. END OF SECTION 06050 1 I r Partowbip, ioc. — architutr U iotcriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH ROUGH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06100, Page 1 LUBBOCK, TEXAS 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. Framing with dimension lumber. 2. Wood furring, grounds, nailers, and blocking. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 6 Section "Finish Carpentry" for nonstructural carpentry items exposed to view and not specified in another Section. 1.3 DEFINITIONS A. Rough Carpentry: Carpentry work not specified in other Sections and not exposed, unless otherwise specified. 1.4 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data for the following products: 1. Engineered wood products. 2. Construction adhesives. C. Wood treatment data as follows, including chemical treatment manufacturer's instructions for handling, storing, installing, and finishing treated materials: 1. For each type of preservative -treated wood product, include certification by treating plant stating type of preservative solution and pressure process used, net amount of preservative retained, and compliance with applicable standards. 2. For waterborne -treated products, include statement that moisture content of treated materials was reduced to levels indicated before shipment to Project site 1.5 DELIVERY, STORAGE, AND HANDLING i 1 I r partombip, inc. — ar0itutr U Acriorl 3 c CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS ROUGH CARPENTRY Section 06100, Page 2 A. Keep materials under cover and dry. Protect from weather and contact with damp or wet surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. 1. For lumber and plywood pressure treated with waterborne chemicals, place spacers between each bundle to provide air circulation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Wood -Preservative -Treated Materials: a. Baxter: J. H. Baxter Co. b. Chemical Specialties, Inc. C. Hickson Corp. 2. Metal Framing Anchors: a. Silver Metal Products, Inc. Kant -Sag -Silver b. Simpson Strong -Tie Company, Inc. C. KC Metals 2.2 LUMBER, GENERAL A. Lumber Standards: Comply with DOC PS 20, "American Softwood Lumber Standard," and with applicable grading rules of inspection agencies certified by ALSC's Board of Review. B. Inspection Agencies: Inspection agencies, and the abbreviations used to reference them, include the following: 1. WCLIB - West Coast Lumber Inspection Bureau. 2. W W PA - Western Wood Products Association. C. Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade, species, moisture content at time of surfacing, and mill. 1. For exposed lumber, furnish pieces with grade stamps applied to ends or back of each piece, or omit grade stamps and provide grade -compliance certificates issued by inspection agency. D. 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. f I f Partumblip, in(. — arditutf U ipteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH ROUGH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06100, Page 3 v LUBBOCK, TEXAS i 1. Provide dressed lumber, S4S, unless otherwise indicated. 2. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2- inch nominal thickness or less, unless otherwise indicated. 2.3 WOOD -PRESERVATIVE -TREATED MATERIALS A. General: Where lumber or plywood is indicated as preservative treated or is specified to be treated, comply with applicable requirements of AWPA C2 (lumber) and AWPA C9 (plywood). Mark each treated item with the Quality Mark Requirements of an inspection agency approved - by ALSC's Board of Review. Do not use chemicals containing chromium or arsenic. B. Pressure treat aboveground items with waterborne preservatives to a minimum retention of 0.25 lb/cu. ft. After treatment, kiln -dry lumber and plywood to a maximum moisture content of 19 and 15 percent, respectively. Treat indicated items and the following: Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. C. Complete fabrication of treated items before treatment, where possible. If cut after treatment, apply field treatment complying with AWPA M4 to cut surfaces. Inspect each piece of lumber or plywood after drying and discard damaged or defective pieces. 2.4 DIMENSION LUMBER A. General: Provide dimension lumber of grades indicated according to the ALSC National Grading Rule (NGR) provisions of the inspection agency indicated. B. Framing Other than Non -Load -Bearing Partitions: Provide framing of the following grade and species: 1. Grade: Construction or No. 2. 2. Species: Douglas fir -larch; WCLIB or WWPA. 3. Framing materials will be 2 x 4 interior stud framing and 2 x 6 exterior stud framing. Sill plates sized according to wall stud size, but will be of treated material. C. Other Framing Not Listed Above: Provide the following grades and species: 1. Grade: Construction or No. 2. 2. Species: Douglas fir -larch; WCLIB or WWPA. 3. Species and Grade: Any species and grade with a modulus of elasticity of at least 1,300,000 psi and an extreme fiber stress in bending of at least 850 psi for 2-inch nominal thickness and 12-inch nominal width for single member use. f I f Partowbip, ioc. — ar0itectr U interiorf I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS ROUGH CARPENTRY Section 06100, Page 4 j 2.5 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including rooftop equipment curbs and support bases, cant strips, bucks, nailers, blocking, furring, grounds, stripping, and similar members. B. Fabricate miscellaneous lumber from dimension lumber of sizes indicated and into shapes shown. C. Moisture Content: 19 percent maximum for lumber items not specified to receive wood preservative treatment. D. Grade: For dimension lumber sizes, provide No. 3 or Standard grade lumber per ALSC's NGRs of any species. For board -size lumber, provide No. 3 Common grade per NELMA, NLGA, or WWPA; No. 2 grade per SPIB; or Standard grade per NLGA, WCLIB or WWPA of any species. 2.6 CONCEALED, PERFORMANCE -RATED STRUCTURAL -USE PANELS A. Roof Sheathing: APA-rated Structural 1 sheathing. 1. Exposure Durability Classification: Exterior. 2. Span Rating: As required to suit rafter spacing indicated. 2.7 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Provide fasteners with a hot -dip zinc coating per ASTM A 153 or of Type 304 stainless steel. B. Nails, Wire, Brads, and Staples: FS FF-N-105. C. Power -Driven Fasteners: CABO NER-272. D. Wood Screws: ASME B18.6.1. E. Lag Bolts: ASME 1318.2.1. F. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. 2.8 METAL FRAMING ANCHORS A. General: Provide galvanized steel framing anchors of structural capacity, type, and size indicated and as follows: 1. Research or Evaluation Reports: Provide products for which model code research or evaluation reports exist that are acceptable to authorities having jurisdiction and that 1 I r Partwhip, in(. — architutr U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH ROUGH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06100, Page 5 LUBBOCK, TEXAS evidence compliance of metal framing anchors for application indicated with building code in effect for Project. 2. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis, and demonstrated by comprehensive testing performed by a qualified independent testing agency. B. Galvanized Steel Sheet: Hot -dip, zinc -coated steel sheet complying with ASTM A 653, G60 coating designation; structural, commercial, or lock -forming quality, as standard with manufacturer for type of anchor indicated. C. Joist Hangers: U-shaped joist hangers with 2-inch-long seat and 1-1/4-inch-wide nailing flanges at least 85 percent of joist depth. 1. Thickness: 0.064 inch. D. Bridging: Rigid, V-section, nailless type, 0.064 inch thick, length to suit joist size and spacing. E. Joist Ties: Flat straps, with holes for fasteners, for tying joists together over supports. 1. Width, thickness: As indicated. F. Rafter Tie -Downs (Hurricane Ties): Bent strap tie for fastening rafters or roof trusses to wall studs below, 1-5/8 inches wide by 0.052 inch thick. G. Hold -Downs: Brackets for bolting to wall studs and securing to foundation walls with anchor bolts or to other hold-downs with threaded rods and designed with first of 2 bolts placed 7 bolt diameters from reinforced base. 2.9 MISCELLANEOUS MATERIALS A. Water -Repellent Preservative: NWWDA-tested and -accepted formulation containing 3-iodo-2- propynyl butyl carbonate (IPBC) as its active ingredient. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Discard units of material with defects that impair quality of rough carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. B. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. C. Fit rough carpentry to other construction; scribe and cope as required for accurate fit. Correlate location of furring, nailers, blocking, grounds, and similar supports to allow attachment of other construction. p ` f I f partw hip, inc. — arditutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH ROUGH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06100, Page 6 LUBBOCK,TEXAS D. Apply field treatment complying with AWPA M4 to cut surfaces of preservative -treated lumber and plywood. E. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. CABO NER-272 for power -driven staples, P-nails, and allied fasteners. 2. Published requirements of metal framing anchor manufacturer. 3. ""Table 23-I-Q--Nailing Schedule" of the Uniform Building Code. F. Use common wire nails, unless otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; predrill as required. G. Use hot -dip galvanized or stainless -steel nails where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity. 3.2 WOOD GROUNDS, NAILERS, BLOCKING, AND SLEEPERS A. Install nailers, blocking, and sleepers where shown and where required for screeding or attaching other work. Form to shapes shown and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. C. Install permanent grounds of dressed, 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 FRAMING, GENERAL A. Framing Standard: Comply with AFPA's "Manual for Wood Frame Construction," unless otherwise indicated. B. Framing with Engineered Wood Products: Install engineered wood products to comply with manufacturer's written instructions. C. Install framing members of size and at spacing indicated. D. Do not splice structural members between supports. E. Firestop concealed spaces of wood -framed walls and partitions at each floor level and at ceiling line of top story. Where firestopping is not inherent in framing system used, provide closely fitted wood blocks of 2-inch nominal -thickness lumber of same width as framing members. f I f Pdaw hip, ioc. — architects U iotcriors CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH ROUGH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06100, Page 7 LUBBOCK, TEXAS 3.4 INSTALLATION OF GYPSUM SHEATHING A. Install gypsum board in accordance with GA 216. B. Erect exterior gypsum sheathing horizontally, with edges butted tight and ends occurring over firm bearing. C. Use screws when fastening gypsum board wherever possible. D. Treat cut edges and holes in moisture resistant gypsum board with sealant. Treat or tape all jointing. END OF SECTION 06100 r I r Partowbip, inc. — arttutl U Acriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS FINISH CARPENTRY i Section 06200, Page 1 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. Interior standing and running trim. 2. All wood framed door, window trims, casings, and special shape moldings. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 6 Section "Rough Carpentry" for furring, blocking, and other carpentry work not exposed to view. 2. Division 9 Section "Painting" for priming and back priming of finish carpentry. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Samples for initial selection of the following in the form of manufacturer's color charts consisting of actual units or sections of units showing the full range of colors, textures, and patterns available for each type of material indicated. 1.4 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage: Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. B. Do not deliver interior finish carpentry until environmental conditions meet requirements specified for installation areas. If finish carpentry must be stored in other than installation areas, store only where environmental conditions meet requirements specified for installation areas. 1.5 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install interior finish carpentry until building is enclosed and weatherproof, wet -work in space is completed and nominally dry, and HVAC system is operating and will maintain temperature and relative humidity at occupancy levels through the remainder of construction period. f I f partowbip, ioc. — architect) U iotcriorf IX CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL FINISH CARPENTRY Section 06200, Page 2 A. Lumber Standards: Comply with DOC PS 20, "American Softwood Lumber Standard," for lumber and with applicable grading rules of inspection agencies certified by American Lumber Standards Committee Board of Review. o ' B. Inspection Agencies: Inspection agencies, and the abbreviations used to reference them, include the following: 1. NHLA - National Hardwood Lumber Association. 2. NLGA - National Lumber Grades Authority. 3. SPIB - Southern Pine Inspection Bureau. 4. WWPA - Western Wood Products Association. C. Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade, species, moisture content at time of surfacing, and mill. 1. For exposed lumber, furnish pieces with grade stamps applied to ends or back of each piece, or omit grade stamps entirely and provide certificates of grade compliance issued by inspection agency. D. Softwood Plywood: Comply with DOC PS 1, "U.S. Product Standard for Construction and Industrial Plywood." E. Particleboard: ANSI A208.1, Grade M-2. 2.2 INTERIOR STANDING AND RUNNING TRIM A. Softwood Trim: Provide finished lumber and moldings complying with the following requirements including those of the grading agency listed with species: 1. Species: white oak; WWPA. 2. Grade: Select, or Choice. 3. Texture: Surfaced (smooth). 4. Lumber for Transparent Finish (Stained or Clear): Solid lumber stock. 5. Lumber for Painted Finish: Glued -up lumber or solid lumber stock. B. Wood Molding Patterns: Provide stock moldings made to patterns included in WMMPA WM 7 and graded under WMMPA WM 4. 2.3 MISCELLANEOUS MATERIALS A. Fasteners for Exterior Finish Carpentry: Provide nails of the following materials, in sufficient length to penetrate minimum of 1-1/2 inches into substrate, unless otherwise recommended by manufacturer. 1. Stainless steel. f I f Partowbip, inc — ar(hitutf U ioteriorf E CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS FINISH CARPENTRY Section 06200, Page 3 2. Hot -dip galvanized steel. 3. Non -corroding aluminum. 4. Prefinished aluminum nails in color to match stain, where face nailing of material to receive stain is unavoidable. B. Fasteners for Interior Finish Carpentry: Nails, screws, and other anchoring devices of type, size, material, and finish required for application indicated to provide secure attachment, concealed where possible. C. Flashing: Comply with requirements of Division 7 Section "Sheet Metal Flashing and Trim" for flashing materials installed in finish carpentry. D. Sealants: Comply with requirements of Division 7 Section "Joint Sealants" for materials required for sealing siding work. 2.4 FABRICATION A. Wood Moisture Content: Comply with requirements of specified inspection agencies and manufacturer's recommendations for moisture content of finish carpentry on relative humidity _1 conditions existing during time of fabrication and in installation areas. B. Fabricate finish carpentry to dimensions, profiles, and details indicated. 1. Back out or kerf backs of the following members, except members with ends exposed in finished work: a. Interior standing and running trim, except shoe mold and crown mold. 2. Ease edges of lumber less than 1 inch in nominal thickness to 1/1 6-inch radius. 3. Ease edges of lumber 1 inch or more in nominal thickness to 1/8-inch radius. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting installation and performance of finish carpentry. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrates of projections and substances detrimental to application. B. Condition finish carpentry to average prevailing humidity conditions in installation areas before installation, for a minimum of 24 hours unless longer conditioning is recommended by manufacturer. 3.3 INSTALLATION, GENERAL A. Do not use finished carpentry materials that are unsound, warped, improperly treated or finished, inadequately seasoned, or too small to fabricate with proper jointing arrangements. r I I PartwAip, ioc. — ddituv U ioteriorf f, CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FINISH CARPENTRY EXTERIOR DOOR REPLACEMENT PROJECT Section 06200, Page 4 LUBBOCK, TEXAS } B. Install finish carpentry plumb, level, true, and aligned with adjacent materials. Use concealed i shims where required for alignment. 1. Scribe and cut finish carpentry to fit adjoining work. Refinish and seal cuts. 2. Countersink nails, fill surface flush, and sand where face nailing is unavoidable. 3. Install to tolerance of 1/8 inch in 96 inches for plumb and level. Install adjoining finish carpentry with 1/32-inch maximum offset for flush installation and 1/16-inch maximum offset for reveal installation. 4. Coordinate finish carpentry with materials and systems in or adjacent to standing and running trim and rails. Provide cutouts for mechanical and electrical items that penetrate exposed surfaces of trim and rails. C. Finish according to specified requirements. D. Refer to Division 9 Sections for final finishing of finish carpentry. 3.4 STANDING AND RUNNING TRIM INSTALLATION A. Install with minimum number of joints practical, using full-length pieces from maximum lengths of lumber available. Do not use pieces less than 24 inches long, except where necessary. Stagger joints in adjacent and related standing and running trim. Cope at returns and miter at corners to produce tight -fitting joints with full -surface contact throughout length of joint. Use scarf joints for end -to -end joints. Plane backs of casings to provide uniform thickness across joints, if required. 1. Match color and grain pattern across joints. 2. Install trim after gypsum board joint finishing operations are completed. 3. Drill pilot holes before fastening to prevent splitting. Fasten to prevent movement or warping. Countersink fastener heads on exposed carpentry work and fill holes. 3.5 ADJUSTING A. Repair damaged or defective finish carpentry where possible to eliminate functional or visual defects. Where not possible to repair, replace finish carpentry. Adjust joinery for uniform appearance. 3.6 CLEANING A. Clean finish carpentry on exposed and semi exposed surfaces. Touch up factory -applied finishes to restore damaged or soiled areas. 3.7 PROTECTION A. Provide final protection and maintain conditions that ensure finish carpentry is without damage or deterioration at the time of Substantial Completion. END OF SECTION 06200 r I 1 partowbip, ioc. — ar0itutr U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL JOINT SEALANTS Section 07901, Page 1 1.1 RELATED DOCUMENTS f= A. Drawings and general provisions of Contract, including General and Supplementary Conditions 9 9 p 9 pp rY I_ and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY _ A. This Section includes joint sealants for the following locations: 1. Exterior joints in vertical surfaces and nontraffic horizontal surfaces as indicated below: a. Control and expansion joints in cast -in -place concrete. b. Joints between different materials listed above C. Perimeter joints between materials listed above and frames of doors and windows. d. Other joints as indicated. 2. Exterior joints in horizontal traffic surfaces as indicated below: a. Control, expansion, and isolation joints in cast -in -place concrete slabs. b. Other joints as indicated. 3. Interior joints in vertical surfaces and horizontal nontraffic surfaces as indicated below: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterior openings where indicated. C. Perimeter joints between interior wall surfaces and frames of interior doors, and windows,. d. Perimeter joints of toilet fixtures. e. Other joints as indicated. B. Related Sections: The following Sections contain requirements that relate to this Section: 1_ 1. Division 7 Section "Flashing and Sheet Metal" for sealing joints related to flashing and sheet metal for roofing. 2. Division 7 Section "Firestopping" for through -penetration firestopping systems. j 3. Division 2 Section "Paving Joint Sealants" for sealing joints in portland cement concrete for pavements, walkways, and curbing. 4. Division 8 "Glass and Glazing" for sealants used in glazing. 5. Division 9 Section "Acoustical Panels" for sealing edge moldings at perimeter of acoustical ceilings.__ 1.3 SYSTEM PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. s I s Partwhip, ioc. — architects U ioteriors JA CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS j EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 2 LUBBOCK,TEXAS B. Provide joint sealants for interior applications that have been produced and installed to establish and maintain airtight continuous seals that are water resistant and cause no staining or { deterioration of joint substrates. 1.4 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data from manufacturers for each joint sealant product required. 1. Certification by joint sealant manufacturer that sealants plus the primers and cleaners required for sealant installation comply with local regulations controlling use of volatile organic compounds. C. Samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. D. Certificates from manufacturers of joint sealants attesting that their products comply with specification requirements and are suitable for the use indicated. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed joint sealant applications similar in material, design, and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. B. Single Source Responsibility for Joint Sealant Materials: Obtain joint sealant materials from a single manufacturer for each different product required. C. Preconstruction Field Testing: Prior to installation of joint sealants, field-test their adhesion to joint substrates. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.7 PROJECT CONDITIONS A. Environmental Conditions: Do not proceed with installation of joint sealants under the following conditions: f I f PaUffbip, inc. — drttutf U interiorf C' CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS " EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 3 LUBBOCK, TEXAS 1. When ambient and substrate temperature conditions are outside the limits permitted by f joint sealant manufacturer. 2. When ambient and substrate temperature conditions are outside the limits permitted by joint sealant manufacturer or below 40 deg F. 3. When joint substrates are wet. B. Joint Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than allowed by joint sealant manufacturer for application indicated. C. Joint Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. 1.8 SEQUENCING AND SCHEDULING A. Sequence installation of joint sealants to occur not less than 21 nor more than 30 days after completion of waterproofing, unless otherwise indicated. PART 2-PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. B. All materials used will be warranted and guaranteed against 'YELLOW ING"! B. Colors: Provide color of exposed joint sealants to comply with the following: Provide selections made by Architect from manufacturer's full range of standard colors for products of type indicated. 2.2 ELASTOMERIC JOINT SEALANTS A. Elastomeric Sealant Standard: Provide manufacturer's standard chemically curing elastomeric sealants that comply with ASTM C 920 and other requirements indicated on each Elastomeric Joint Sealant Data Sheet at end of this Section, including those requirements referencing ASTM C 920 classifications for Type, Grade, Class, and Uses. B. Available Products: Subject to compliance with requirements, elastomeric sealants that may be incorporated in the Work include, but are not limited to, the products specified in each Elastomeric Sealant Data Sheet. C. Products: Subject to compliance with requirements, provide one of the products specified in each Elastomeric Joint Sealant Data Sheet. f I f partowbip, ioc. — architcctf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 4 LUBBOCK, TEXAS t_ 2.3 SOLVENT -RELEASE -CURING JOINT SEALANTS c A. Acrylic Sealant: Manufacturer's standard one -part, nonsag, solvent -release -curing acrylic terpolymer sealant complying with AAMA 808.3 or FS TT-S-00230 or both, with capability when tested for adhesion and cohesion under maximum cyclic movement per ASTM C 719, to withstand the following percentage change in joint width existing at time of application and remain adhered to joint substrates indicated for Project without failing cohesively: 1. 12-1/2 percent movement in both extension and compression for a total of 25 percent. B. Butyl Sealant: Manufacturer's standard one -part, nonsag, solvent -release -curing, polymerized butyl sealant complying with ASTM C 1085 and formulated with minimum of 75 percent solids to be nonstaining, paintable, and have a tack -free time of 24 hours or less. C. Pigmented Narrow Joint Sealant: Manufacturer's standard, solvent -release -curing, pigmented synthetic rubber sealant complying with AAMA 803.3 and formulated for sealing joints 3/16 inch or smaller in width. D. Available Products: Subject to compliance with requirements, solvent -release -curing joint sealants that may be incorporated in the Work include, but are not limited to, the following: Acrylic Sealant: a. "60+Unicrylic," Pecora Corp. b. "PTI 738," Protective Treatments, Inc. C. "PTI 767," Protective Treatments, Inc. d. "Mono," Tremco, Inc. Butyl Sealant: a. "BC-158," Pecora Corp. b. "PTI 757," Protective Treatments, Inc. C. "Sonneborn Multi -Purpose Sealant," Sonneborn Building Products Div., Chem Rex, Inc. d. "Tremco Butyl Sealant," Tremco, Inc. 3. Pigmented Narrow Joint Sealant: a. "PTI 200," Protective Treatments, Inc. 2.4 LATEX JOINT SEALANTS A. General: Provide manufacturer's standard one -part, nonsag, mildew -resistant, paintable latex sealant of formulation indicated that is recommended for exposed applications on interior and protected exterior locations and that accommodates indicated percentage change in joint width existing at time of installation without failing either adhesively or cohesively. B. Acrylic -Emulsion Sealant: Provide product complying with ASTM C 834 that accommodates joint movement of not more than 5 percent in both extension and compression for a total of 10 percent. r I r Partombip, inc. — ar0itatr U Acriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS t. ,. JOINT SEALANTS Section 07901, Page 5 C. Silicone Emulsion Sealant: Provide product complying with ASTM C 834 and, except for weight loss measured per ASTM C 792, with ASTM C 920 that accommodates joint movement of not more than 25 percent in both extension and compression for a total of 50 percent. D. Available Products: Subject to compliance with requirements, latex joint sealants that may be incorporated in the Work include, but are not limited to, the following: 1. Acrylic -Emulsion Sealant: a. "AC-20," Pecora Corp. b. "Sonolac," Sonneborn Building Products Div., ChemRex, Inc. C. "Tremco Acrylic Latex 834," Tremco, Inc. 2. Silicone -Emulsion Sealant: a. "Trade Mate Paintable Glazing Sealant," Dow Corning Corp. 2.5 TAPE SEALANTS A. Tape Sealant: Manufacturer's standard, solvent -free, butyl -based tape sealant with a solids content of 100 percent formulated to be nonstaining, paintable, and nonmigrating in contact with nonporous surfaces with or without reinforcement thread to prevent stretch and packaged on rolls with a release paper on one side. B. Available Products: Subject to compliance with requirements, tape sealants that may be incorporated in the Work include, but are not limited to, the following: 1. "Extru-Seal Tape," Pecora Corp. 2. "Shim -Seal Tape," Pecora Corp. 3. "PTI 606," Protective Treatments, Inc. 4. "Tremco 440 Tape," Tremco, Inc. 5. "MBT-35," Tremco, Inc. 2.6 JOINT SEALANT BACKING A. General: Provide sealant backings of material and type 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. Plastic Foam Joint Fillers: Preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam of material indicated below and of size, shape, and density to control sealant depth and otherwise contribute to producing optimum sealant performance: 1. Open -cell polyurethane foam. 2. Proprietary, reticulated, closed -cell polymeric foam, nonoutgassing, with a density of 2.5 pcf and tensile strength of 35 psi per ASTM D 1623, and with water absorption less than 0.02 g/cc per ASTM C 1083. 3. Any material indicated above. s I J partombip, ioc. — architects U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 6 LUBBOCK, TEXAS C. Bond -Breaker Tape: Polyethylene tape or other plastic tape as recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self- adhesive tape where applicable. 2.7 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint sealant -substrate tests and field tests. h, B. 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 L • harming in any way joint substrates and adjacent nonporous surfaces, and formulated to promote optimum adhesion of sealants with joint substrates. r C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. 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. Do not proceed with installation of joint sealants until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with recommendations of joint sealant manufacturer 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 concrete, masonry, unglazed surfaces of ceramic tile, and similar porous joint substrate surfaces by brushing, grinding, blast cleaning, 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 from above cleaning operations by vacuuming or blowing out joints with oil -free compressed air. 3. Remove laitance and form release agents from concrete. 4. Clean metal, glass, porcelain enamel, glazed surfaces of ceramic tile, and other nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. f I r Partowbip, int. — ar0itatr U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 7 LUBBOCK, TEXAS B. Joint Priming: Prime joint substrates where indicated or where recommended by joint sealant manufacturer based on preconstruction joint sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's recommendations. Confine primers to areas of joint sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant 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 printed installation instructions applicable to products and applications indicated, except where more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Acoustical Sealant Application Standard: Comply with recommendations of ASTM C 919 for use of joint sealants in acoustical applications as applicable to materials, applications, and conditions indicated. D. Installation of Sealant Backings: Install sealant backings to comply with the following requirements: j 1. Install joint fillers of type indicated to provide support of sealants during application and at position required to produce the cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. a. Do not leave gaps between ends of joint fillers. b. Do not stretch, twist, puncture, or tear joint fillers. C. Remove absorbent joint fillers that have become wet prior to sealant application and replace with dry material. Install bond breaker tape between sealants where backer rods are not used between sealants and joint fillers or back of joints. E. Installation of Sealants: Install sealants by proven techniques that result in sealants directly contacting and fully wetting joint substrates, completely filling recesses provided for each joint configuration, and providing uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. Install sealants at the same time sealant backings are installed. F. Tooling of Nonsag Sealants: Immediately after sealant application and prior to time skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated, to eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. Remove excess sealants from surfaces adjacent to joint. Do not use tooling agents that discolor sealants or adjacent surfaces or are not approved by sealant manufacturer. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated. r I f Fartowbip, ioc. — ar0itatr U iotcriorr z: CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH JOINT SEALANTS EXTERIOR DOOR REPLACEMENT PROJECT Section 07901, Page 8 LUBBOCK,TEXAS 2. Provide flush joint configuration, per Figure 5B in ASTM C 1193, where indicated. a. Use masking tape to protect adjacent surfaces of recessed tooled joints. 3. Provide recessed joint configuration, per Figure 5C in ASTM C 1193, of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so that and installations with repaired areas are indistinguishable from original work. END OF SECTION 07901 r I r Par ombip, int. — architatr U interiorJ CITY OF LUBBOCK —BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FIBERGLASS REINFORCED EXTERIOR DOOR REPLACEMENT PROJECT PLASTIC (FRP) DOORS AND FIBERGLASS RESIN LUBBOCK, TEXAS TRANSFER MOLDED DOOR FRAMES Section 08220, Page 1 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. 1.1 SUMMARY A. This Section Includes The Following: 1. Fiberglass Reinforced Plastic (FRP) Doors 2. Fiberglass Resin Transfer Molded Door Frames 1.2 RELATED SECTIONS A. Related Sections Include The Following: 1. Division 0 — Bidding and Contract Requirements for the City of Lubbock 2. Division i — General Requirements 3. Division 8 — Finish Hardware 4. Division 8 — Glazing 1.3 QUALITY ASSURANCE Test certification by an independent and accredited laboratory is required for the properties listed in this Quality Assurance section. Reports shall be made available upon request for each of the standards and certifications described below. A. Reference Standards 1. Door Properties a) Standard test method for steady state thermal transmission properties by means of the heat flow meter apparatus. b) Successfully completed 1,000,000 cycles test in accordance with: AAMA 920-03 — Specification for Operating Cycle Performance of Side -Hinged Exterior Door Systems. ANSI A250.4-2001 — Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors, Frames, Frame Anchors and Hardware Reinforcing. NWWDA TM-7 Test Method to Determine the Physical Endurance of Wood Doors and Associated Hardware Under Accelerated Operating Conditions. c) Florida Building Code SFBC PA 201 Impact Procedures for Large Missile Impact SFBC PA 202 Uniform Static Load on Building Components SFBC PA 203 Products Subjected to Cycle Wind Pressure SFBC 3603.2 Forced Entry Test ASTM E 1886 Impact and Cycling, Large Missile Impact ASTM E 1996 Specifications for Performance of Exterior Doors ASTM C 518 Heat Transfer ASTM D 1761 Mechanical Fasteners J I f partnership, inc — arditutr U interior] CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FIBERGLASS REINFORCED EXTERIOR DOOR REPLACEMENT PROJECT PLASTIC (FRP) DOORS AND FIBERGLASS RESIN LUBBOCK, TEXAS TRANSFER MOLDED DOOR FRAMES Section 08220, Page 2 2. Laminate Properties x Door face plate is a minimum of 0.125 inch thick fiberglass reinforced plastic molded into one continuous sheet starting with a 25 mil resin -rich gelcoat layer resin integrally molded with multiple layers of 1.5 oz. sq. ft. fiberglass mat and one layer of 18 oz. per square yard fiberglass --- woven roving saturated with special resin. Door plate weight shall not be less than 0.97 lbs. per square foot at a ratio of 30/70 glass resin. Laminated plate by itself evaluated in accordance with Florida Building Code TAS 201 Large Missile Impact Test as per ASTM-1996-05b, Standard Specification for Performance of Exterior Windows, Curtain Wall, Doors and Storm Shutters Impacted by Windborne Debris in Hurricanes. The missile (a 2 x 4 with a weight of 9 lbs. shot from a cannon at a velocity of 50 ft. /sec) did not penetrate the door face plate. a) ASTM D 638 Tensile Strength Properties of Plastic b) ASTM D 790 Flexural Strength Properties of Plastic c) ASTM D 2583 Indention Hardness of Plastics d) ASTM D 256 Izod Pendulum Impact Resistance e) ASTM D 792 Density/Specific Gravity of Plastics f) ASTM D 1761 Mechanical Properties of Fasteners g) ASTM E 84 Surface Burning Characteristics of Materials h) ASTM G 155 Xenon Light Exposure of Non Metallic Materials i) ASTM D 635 Method for Rate of Burning j) ASTM D 2843 Smoke Density K) ASTM D 1929 Self Ignition Temperature Properties L) SFBC PA 201 Impact Procedures for Large Missile Impact 3. Core Properties a) ASTM C 177 Thermal Properties of Materials b) ASTM D 1622 Density and Specific Gravity c) ASTM E 84 Surface Burning Characteristics of Materials d) WDMA TM-10 and TM-5 Fire -stop ASTM E 152 U.L 10(b) e) ASTM E90-04- Sound Transmission Loss f) ASTM E413-04- Classification for Rating Sound Insulation g) ASTM E1332-90- Standard Classification for Determination of Outdoor -Indoor Transmission Class h) ASTM E2235-04- Standard Test for Determination of Decay Rates for Use in Sound Insulation Methods B. Qualifications 1. Manufacturer Qualifications: A company specialized in the manufacture of fiberglass reinforced plastic (FRP) doors and frames as specified herein with a minimum of 30 years documented f I r Partowbip, in(. — aditutr U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FIBERGLASS REINFORCED EXTERIOR DOOR REPLACEMENT PROJECT PLASTIC (FRP) DOORS AND FIBERGLASS RESIN LUBBOCK, TEXAS TRANSFER MOLDED DOOR FRAMES Section 08220, Page 3 experience and with a record of successful in-service performance for the applications as required for this project. 2. Installer Qualifications: An experienced installer who has completed fiberglass door and frame installations similar in material, design, and extent to those indicated and whose work has resulted in construction with a record of successful in-service performance. 3. Source limitations: Obtain fiberglass reinforced plastic doors and resin transfer molded fiberglass frames through one source fabricated from a single manufacturer, including fire rated fiberglass frames. This ensures complete uniformity of physical properties and consistency in the resin chemistry tailored for this application. 4. Source limitations: Hardware and accessories for all FRP doors as specified in Section 08710 shall be provided and installed by the fiberglass door and frame manufacturer. 5. Source Limitations: Glass for windows in doors shall be furnished and installed by door and frame manufacturer in accordance with related section, Division 8, Glazing. 1.4 SUBMITTALS A. Product Technical Data Including: t: 1. Acknowledgment that products submitted meet requirements of standards referenced. 2. Manufacturer shall provide certificate of compliance with current local and federal regulations as it applies to the manufacturing process. Hl 3. Manufacturers installation instructions. 4. Schedule of doors and frames indicating the specific reference numbers used on the owner's project documents, noting door type, frame type, size, handing and applicable hardware. 5. Details of core and edge construction. Including factory construction specifications. 6. Certification of manufacturer's qualifications. B. Submittal Drawings for Customer Approval Shall be Submitted Prior to Manufacture and Will Include the Following Information and Formatting: 1. Summary door schedule indicating the specific reference numbers as used on owner's drawings, with columns noting door type, frame type, size, handing, accessories and hardware. 2. A drawing depicting front and rear door elevations showing hardware with bill of material for each door. 3. Drawing showing dimensional location of each hardware item and size of each door. 4. Individual part drawing and specifications for each hardware item and FRP part or product. t 5. Construction and mounting detail for each frame type. i _j C. Samples: 1. Provide one complete manufactured door sample which represents all aspects of the typical manufacturing process, including molded in gelcoat color and face plate construction. One J I r partowbip, inc. — aditl:(V U interiorr CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FIBERGLASS REINFORCED EXTERIOR DOOR REPLACEMENT PROJECT PLASTIC (FRP) DOORS AND FIBERGLASS RESIN LUBBOCK, TEXAS TRANSFER MOLDED DOOR FRAMES Section 08220, Page 4 edge should expose the interior of the door depicting the unique u-shaped continuous piece stile and rail, hardware reinforcement and core material. D. Operation and Maintenance Manual 1. Include recommended methods and frequency for maintaining optimum condition of fiberglass doors and frames under anticipated traffic and use condition. 2. Include one set of final as built drawings with the same requirements as mentioned in Section B above. 3. Include certificate of warranty for door and frame listing specific door registration numbers. 4. Include hardware data sheets and hardware manufacturer's warranties. 1.5 DELIVERY, STORAGE, AND HANDLING A. Each door and frame shall be delivered individually crated for protection from damage in cardboard containers, clearly marked with project information, door location, specific reference number as 01, shown on drawings, and shipping information. Each crate shall contain all fasteners necessary for installation as well as complete installation instructions. - 1. Doors shall be stored in the original container on edge, out of inclement weather for protection against the elements. 2. Handle doors pursuant to the manufacturer's recommendations as posted on outside of crate. 1.6 WARRANTY A. All fiberglass doors and frames have a lifetime guarantee against failure due to corrosion. Additionally, fiberglass doors and fiberglass frames are guaranteed for ten years against failure due to materials and workmanship, including warp, separation or delamination, and expansion of the core. B. On site assistance available. PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS Subject to compliance with the Contract Documents, the following manufacturers are acceptable: g ' A. Chem-Pruf Door Co., Ltd., P.O. Box 4560 Brownsville, Texas 78523 Phone: 1-800-444-6924-7943, Fax: 956-544-7943, Website: www.chem-r)ruf.com B. Substitutions may be considered provided manufacturer can comply with the specifications as written herein and said products are manufactured in the United States of America. Requests for substitution must be submitted in writing no less than 10 days prior to bid date. Substitution request r I r partowbip, inc. — and t i:V U interiorr CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FIBERGLASS REINFORCED EXTERIOR DOOR REPLACEMENT PROJECT PLASTIC (FRP) DOORS AND FIBERGLASS RESIN LUBBOCK, TEXAS TRANSFER MOLDED DOOR FRAMES Section 08220, Page 5 to include a physical sample and written documentation that product will meet the specific manufacturing methods as highlighted below. 2.2 FRP DOORS A. Doors shall be made of fiberglass reinforced plastic (FRP) using Class 1 premium resin with no fillers that is specifically tailored to resist chemicals and contaminants typically found in environment for which these specifications are written. Doors shall be 1 3/4 inch thick and of flush construction, having no seams or cracks. For consistency in the resin chemistry tailored for this application and to maintain the same physical properties throughout the structure, all fiberglass components including face plates, stiles and rails and frames must be fabricated by the same manufacturer. Components obtained through various outside sources for plant assembly will not be accepted. B. Door Plates shall be 0.125 inch thick minimum, molded in one continuous piece, starting with 25 mil gelcoat of the color specified, integrally molded with multiple layers of 1.5 ounces per square foot fiberglass mat and one layer of 18 ounce per square yard fiberglass woven roving. Each layer shall be individually laminated with resin as mentioned above. Door plate weight shall not be less than 0.97 lbs. per square foot at a ratio of 30/70 glass to resin. Plate alone to withstand Large Missile Impact per FBC TAS 201. Face plates manufactured using the pultrusion process does not allow for a smooth molded gelcoat finish, the use of woven roving for adequate plate thickness, strength and weight, or the appropriate glass to resin ratio and will not meet the quality standards of this project. C. Stiles and Rails shall be constructed starting from the outside toward the inside, with a matrix of at least three layers of 1.5 ounce per square foot of fiberglass mat. The stile and rail shall be molded in one continuous piece to a U-shaped configuration and to the exact dimensions of the door. In this manner there will be no miter joints and disparate materials used to form the one-piece stile and rail. D. Core material shall be Polypropylene plastic honeycomb core with a non -woven polyester veil for unparalleled plate bonding, 180 PSI typical compression range unless otherwise requested. E. Internal Reinforcement shall be dense matrix of cloth glass fibers and premium resin of sufficient amount to adequately support required hardware and function of same. F. Finish of door frame shall be identical with 25 mil resin -rich gelcoat of the specified color integrally molded in at time of manufacture resulting in a smooth gloss surface that is dense and non -porous. To achieve optimum surface characteristics, the gelcoat shall be cured within a temperature range of 120F to 170F creating an impermeable outer surface, uniform color throughout, and a permanent homogeneous bond with the resin/fiberglass substrate beneath. Only the highest quality gelcoat will be used to ensure enduring color and physical properties. Paint and/or post application of gelcoat results in poor mechanical fusion and will be deemed unacceptable for this application. The finish of the door and frame must be field repairable without compromising the integrity of the original uniform composite structure, function or physical strength. G. Window openings shall be provided for at time of manufacture and shall be completely sealed so that the interior of the door is not exposed to the environment. Fiberglass retainers, which hold the glazing in place, shall be resin transfer molded with a profile that drains away from glazing. The window retainer must match the color and finish of the door plates with 25 mil of resin -rich gelcoat integrally molded in at time of manufacture. Mechanical fasteners shall not be used to attach retainers. Glass, as specified herein, shall be furnished and installed by door and frame manufacturer. In order to maintain uniform appearance, product longevity and the corrosion f I f partowbip, ioc. — arcbitcctf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FIBERGLASS REINFORCED EXTERIOR DOOR REPLACEMENT PROJECT PLASTIC (FRP) DOORS AND FIBERGLASS RESIN LUBBOCK, TEXAS TRANSFER MOLDED DOOR FRAMES Section 08220, Page 6 resistance this application requires, window retainers fabricated from Metal, PVC or Vinyl will not be accepted. H. Louver openings shall be completely sealed so that the interior of the door is not exposed to the environment. Louvers are to be solid fiberglass "V" Vanes and shall match the color and finish of the door plates. 1. Transoms shall be identical to the doors in finish, construction, materials, thickness and reinforcement. 2.3 FRP FRAMES A. Frames (rated and non -rated) shall be fiberglass and manufactured using the resin transfer method creating one solid piece (no voids) with complete uniformity in color and size. Beginning with a minimum 25 mil gelcoat layer molded in and a minimum of two layers of continuous strand fiberglass mat saturated with resin, the frame will be of one-piece construction with molded stop. All frame profiles shall have a core material of 2 psf polyurethane foam. Metal frames or pultruded fiberglass frames will not be accepted. B. Finish of frame shall be identical to the door with 25 mil resin -rich gelcoat of the specified color integrally molded in at time of manufacture. To achieve optimum surface characteristics, the gelcoat shall be cured within a temperature range of 120F to 170F creating an impermeable outer surface, uniform color throughout, and a permanent homogeneous bond with the resin/fiberglass substrate beneath. Only the highest quality gelcoat will be used to ensure enduring color and physical properties. Paint and/or post application of gelcoat result in poor mechanical fusion and will be deemed unacceptable for this application. The finish of the door and frame must be field repairable without compromising the integrity of the original uniform composite structure, function or physical strength. C. Jamb/Header connection shall be mitered for tight fit. D. Internal Reinforcement shall be continuous within the structure to allow for mounting of specified hardware. Reinforcing material shall be a dense matrix of cloth glass fibers and premium resin with a minimum hinge screw holding value of 1000 lbs. per screw. All reinforcing materials shall be completely encapsulated. Documented strength of frame screw holding value after third insert r I r Partowbip, inc. — artitectr U interiorf CITY OF LUBBOCK —BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FIBERGLASS REINFORCED EXTERIOR DOOR REPLACEMENT PROJECT PLASTIC (FRP) DOORS AND FIBERGLASS RESIN LUBBOCK, TEXAS TRANSFER MOLDED DOOR FRAMES Section 08220, Page 7 must be submitted. Dissimilar materials, such as steel, will be deemed unacceptable as reinforcement for hardware attachment. E. Mortises for hardware shall be accurately machined by CNC to hold dimensions to +/- 0.010 inch in all three axis. F. Hinge pockets shall be accurately machined by CNC to facilitate heavy duty hinges at all hinge locations, using shims when standard weight hinges are used. 2.4 HARDWARE A. See Section 08710 B. The special nature of this material requires that all related hardware must be specified if not furnished and installed by the door frame manufacturer. This is to ensure sufficient support/reinforcement is provided for required hardware. PART 3 — EXECUTION 3.1 INSTALLATION CONDITIONS A. Verification of Conditions 1. Verify openings are correctly prepared to receive doors and frames. 2. Verify openings are correct size and depth in accordance with submittal drawings. B. Installer's Examination 1. Door installer shall examine conditions under which construction activities of this section are to be performed and submit a written report to general contractor if conditions are unacceptable. 2. General Contractor shall submit two copies of the installer's report to the architect within 24 hours of receipt. 3. Installer shall not proceed with installation until all unacceptable conditions have been corrected. 3.2 INSTALLATION A. Doors shall be delivered at job site individually crated. Each crate to be clearly marked with the specific opening information for quick and easy identification. B. All single doors to be shipped completely assembled in the frame with hardware installed. Double doors to be prehung at the factory to ensure a proper fit and that hardware functions properly, then disassembled for shipping purposes. C. Install door opening assemblies in accordance with shop drawings and manufacturer's printed installation instructions, using installation methods and materials specified in installation instructions. D. Field alteration of doors or frames to accommodate field conditions is strictly prohibited. E. Site tolerances: Maintain plumb and level tolerance specified in manufacturer's printed installation instructions. F. Fire labeled doors, frames and any associated hardware must be installed by qualified professional installers in strict accordance with manufacturer's instructions and the latest revision of NFPA 80. r I 1 PaRombip, in(. — ar(bitutf U ioteriorf CITY OF LUBBOCK— BUDDY HOLLY CENTER & ST. PAUL'S CHURCH FIBERGLASS REINFORCED EXTERIOR DOOR REPLACEMENT PROJECT PLASTIC (FRP) DOORS AND FIBERGLASS RESIN LUBBOCK, TEXAS TRANSFER MOLDED DOOR FRAMES Section 08220, Page 8 3.3 ADJUSTING A. Adjust doors in accordance with the door manufacturer's maintenance instructions to swing open and shut without binding and to remain in place at any angle without being moved by gravitational influence. B. Adjust door hardware to operate correctly in accordance with hardware manufacturer's maintenance instruction. 3.4 CLEANING A. Clean surfaces of door opening assemblies and exposed door hardware in accordance with respective manufacturer's maintenance instructions. 3.5 PROTECTION OF INSTALLED PRODUCTS A. Protect door opening assemblies and door hardware from damage by subsequent construction activities until final inspection. 3.6 EXISTING PAINT INFORMATION FOR COLOR MATCHING FRP PRODUCTS COLOR MATCHING FOR THE BUDDY HOLLY CENTER Existing Stain: Sherwin-Williams Wood Classics Interior Wood Oil Stain, Natural Exterior: The "red" is Tnemec Series 156 — Enviro-Crete color Monterey Tile #28RD (formerly SC05). COLOR MATCHING FOR ST. PAUL'S CHURCH Sherwin Williams (5-21-01) A40W51 Manual Entry 12 year Classic 99, interior/exterior semi -gloss oil Extra White 6405-12422 Custom Color — manual entry Colorant 02 32 64 128 Y3 deep gold - 5 - - i N1 raw umber - 3 - - R2 Maroon - - 1 1 END OF SECTION 08220 f I f Par ombip, in(. — aditutf U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS PART 1 - GENERAL 1.1 RELATED DOCUMENTS DOOR HARDWARE Section 08710, Page 1 A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 DESCRIPTION A. Work included: Provide all items, articles, materials, operations or methods listed, mentioned or scheduled on the drawings and/or herein, including all labor, materials, equipment and incidentals necessary and required for their completion. Any item of finish hardware not specifically mentioned, but which is necessary for proper completion of the work shown on the Drawings shall be provided without additional cost to owner. Any omissions shall be called to the attention of the Architect prior to bid opening; otherwise the Drawings and Specifications will be considered complete. B. Related work 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary General Conditions, and Sections in Division 1 of these specifications. 2. Section 08220 — FRP Doors, Frames and Trim 1.3 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of the Section. B. Where items of hardware herein are specified by reference numbers, they are taken from the current catalogs of manufacturers listed on the schedule. Refer to the general contractor's limited options for acceptable items of hardware and suppliers. Finishes and sizes shall be as specified on the Hardware Schedule, subject to the stated permissible option. 1.4 SUBMITTALS A. Comply with pertinent provisions of Supplementary General Conditions. B. Within twenty (20) calendar days after the contractor has received the owners notice to proceed submit six (6) copies of the hardware schedule covering all finished hardware for the building. Re -submittals will be required until complete Architectural approval is obtained. Schedule shall include the specified or approved optional hardware, keying and template information. Keying codes shall be noted on the left margin of the schedule opposite each item of hardware requiring mortising or internal reinforcing of metal doors and/or frames. Degrees of opening and handling information shall also be listed. No hardware shall be ordered or templates issued until complete Architectural approval is obtained. f I f partowbip, ioc. — artitMf U Acriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 2 LUBBOCK, TEXAS C. On receipt of the approved schedule, contractor shall issue sufficient copies as required by the general contractor for his distribution to the trades designing them, and his own use. Copies for use by other trades shall include all blue line template sheets necessary to those trades. D. It shall be the contractor's responsibility to secure approval of the Keying Schedule from the Owner and the Architect before ordering any hardware. Provide key cabinet and construction Master Keying, no permanent keys shall be permitted on the jobsite until after Owner acceptance of the project. The hardware manufacturer shall make delivery of the permanent keys, tagged for keyset and door opening direct to the Owner. E. Copy of Schedule for use at the jobsite shall include a draw list of all hardware included in the approved schedule to assist the general contractor for checking all incoming merchandise for completeness. Shortages shall be immediately reported for possible replacement if lost or damaged in shipment. 1.5 PRODUCT HANDLING A. Hardware shall be adequately wrapped for protection in shipment. All hardware shall be labeled with the manufacturer's name, catalog number, finish, size and screw information. Additionally, butt hinges, closer, locksets, latches and all handed hardware shall be cartoned individually and marked with heading (on item) number, door number, hand and keying information where applicable, to correspond with the approved schedule. Partial shipments shall be accompanied with a packing list to assist in checking. 1.7 GUARANTEE A. Provide two year guarantee against defects in all hardware, including electrical components, with additional twenty-three year extension for door closers and an additional three year extension for exit devices under provisions of Section 01700, as evidenced by manufacturer's published warranty. PART 2 - PRODUCTS 2.1 FINISH HARDWARE GENERAL A. Items specified are to establish design, grade quality and function standards. All cylinders are keyed to the existing Sargent Removable Core Restricted Master Key System. The following are acceptable limited options: 1. Hinges: 2. Lockset; 3. Closer: 4. Exit Device: 5. OH Holders: f I f partowbip, ioc. — architects U iotcriorf Equal products manufactured by Hager or McKinney No Substitutions No Substitutions Von Duprin Series 98 x 696; No Substitutions Equal products manufactured by Corbin/Russwin, Glynn Johnson, Norton, Rixson and Yale CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 3 LUBBOCK, TEXAS 6. Misc. Trim: Equal products manufactured by Hager, Quality, Rockwood and Trego are acceptable. 7. Weather Seals: Equal products manufactured by A.J. May, Zero, and National Guard Products are acceptable. 8. Auxiliary Items: Equal products manufactured by Corbin/Russwin are acceptable 2.2 LIMITATIONS OF HARDWARE SPECIFICATION A. Hardware subcontractor shall examine the drawings and specifications to determine the extent of hardware quantities required. Should any particular door or item be omitted in any scheduled hardware group, provide such door or item with hardware similar to that required for similar conditions on the project. 2.3 HARDWARE LOCATIONS A. Locks, latches: Finish floor to C/L of knobs, 40-5/16" B. Deadlocks: Finish to C/L of cylinder, 48" C. Push/Pull Plates: Finish floor to C/L of plate, 42" pull, 45" push D. Flushbolts: C/L of bolt face to top (and bottom) edge of floor, 12" E. Exit Devices: Per template and installation instructions; Rails shall not conflict with door lites, mounting heights shall be adjusted to center exit rail on appropriate door rail F. Closer, O/H Holders: Per template and installation instructions. G. Stops: To protect doors and hardware from contact with parts of the building or other conflicting doors H. Butt Hinges: 1. Top anchor butt - per template instructions; 2. Top butt hinge - top edge of butt leaf to rabbet, 5" 3. Bottom butt hinge - bottom edge of butt leaf to finish floor, 10" 4. Intermediate butt hinge - equal distant between top and bottom butts. 2.4 ACCESSIBILITY PROVISIONS A. Door Hardware: Handles, knobs, pulls, latches, locks, and other operating devices on accessible doors shall be mounted no higher than 48 inches above the floor or ground surface and shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching, or severe twisting to operate. The force required to activate door hardware shall be no greater than five lb. Designs include lever -operated mechanisms, r I r Partnerrhip, inc. — architMf U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 4 LUBBOCK, TEXAS push -type mechanisms and U-shaped handles. When sliding doors are fully open, operating hardware shall be exposed and usable from both sides. Doors to hazardous areas such as loading platforms, boiler rooms, mechanical and electrical rooms, and to other areas that might be dangerous to a blind person, shall be made identifiable to the touch by a textured surface on the door handle, knob, pull or other operating hardware. This textured surface maybe made by knurling or roughening or by a material applied to the contact surface. Such textured surfaces shall not be provided for emergency exit doors or any doors other than those to hazardous areas. B. Door Closer: If a door has a closer, then the sweep period of the closer shall be adjusted so that from an open position of 90 degrees, the door will take at least three (3) seconds to move to an open position of approximately 12 degrees. C. Door Opening Force: The maximum force for pushing or pulling open a door shall comply with this paragraph. For hinge doors, the force shall be applied perpendicular to the door at the door opener or 30 inches from the hinged side, whichever is farther from the hinge. For sliding or folding doors, the force shall be applied parallel to the door at the door pull or latch. 1. Exterior hinged doors shall not exceed 8.5 lb. Slight increases in opening force shall be allowed where 8.5 lb. is insufficient to compensate for air pressure differentials. 2. Sliding doors, folding doors, and interior hinged doors shall not require a force exceeding five lbs. 3. Fire doors may be adjusted to meet the minimum opening force allowed by the governing authority or applicable building code. 4. These forces do not apply to the force required to retract latch bolts or disengage other devices that may hold the door in a closed position. 5. Forces for pushing or pulling doors open are measured with a push-pull gauge under the following conditions. a. Hinged Doors: Force applied perpendicular to the door opener or 30 in (760 mm) from the hinged side, whichever is farther from the hinge. b. Sliding or Folding Doors: Force applied parallel to the door at the door pull or latch. C. Application of Force: Apply force gradually so that the applied force does not exceed the resistance of the door. Air -pressure differentials may require a modification of this specification in order to meet the functional intent. D. Door closers shall be mounted parallel arm unless specifically approved otherwise by the Architect. E. Thresholds: The height of any floor level change plus the height of any applied threshold at doorway sills shall not exceed 1/2" and shall be beveled with a slope no greater than 1" in 2". r I J Partw hip, ioc. — architect] 6 ioteriorf i CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE R EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 5 LUBBOCK, TEXAS F. Hardware for all opening shall meet requirements of The Americans with Disabilities Act (ADA) and the Texas Accessibility Standards (TAS). In case of conflict materials of equivalent quality and design required by ADA or TAS shall be provided. 2.5 GUARANTEES A. Provide guarantees for all hardware furnished under this division to the general contractor for this transmittal to the Owner. Guarantees shall be for a period of one (1) year for closer from date of Owner acceptance, against defects in material and workmanship of the merchandise. Guarantees shall include the names, address and telephone number of the hardware subcontractor, as well as the manufacturer's. 2.6 KEYS AND KEYING A. Provide construction cores and keys during the construction period when indicated in schedule. Construction control and operating keys and cores shall not be part of the of Owner's permanent keying system or furnished on the same keyway as the Owner's permanent keying system. Permanent cores and keys will be furnished to the Owner prior to occupancy. Contractor will install permanent cores when directed by owner. B. All cylinders shall be Sargent and keyed into factory -registered Grand Masterkey System with a restricted keyway. C. Grand Masterkeys, Masterkeys and other Security Keys shall be transmitted to the Owner by registered mail, return receipt requested. D. Furnish keys in the following quantities or as directed by owner; 6 each Grand Masterkeys 6 each Masterkeys per set 4 each Change keys each keyed core 30 each Construction masterkeys 6 each Control keys PART 3 - EXECUTION 3.1 INSTALLATION A. The contractor shall install all finished hardware plump, square, true, and in accordance with the manufacturer's instructions, using the best practices as approved by Architect. Hardware shall be fitted and operated prior to painting, then removed and painting completed before final installation. All hardware must be thoroughly cleaned, free from mars and blemishes and in perfect operating condition when turned over to the Owner. Damaged or malfunctioning hardware will not be acceptable. B. No extra costs will be allowed to facilitate proper installation of any hardware. The general contractor shall be responsible for the proper fabrication of all materials and work to receive hardware. r I r partw hip, ioc. — aditcaf U ioteriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 6 LUBBOCK, TEXAS C. Finish hardware shall be furnished with all necessary screws, bolts, or other fastenings of suitable size use and long life and shall harmonize with the hardware as to material and finish. These fastenings shall be furnished where necessary with expansion shield, security bolts, toggle bolts or other approved anchors according to the material to which it is applied and recommended by the manufacturer. All hardware fastened to concrete shall be furnished with machine screws and lead shields. D. Extension flushbolts shall be edge mounted in all cases. Wrought box strikes shall be furnished where strikes are mortised into wood. Strikes shall have sufficiently extended lips where required to protect trim from being marred by latch -bolts, but no more than necessary. Strikes for pairs of doors shall have V lips to center. All backsets of locks and latches shall be 2-3/4" from the door edge unless otherwise indicated. E. Hardware for fire doors shall conform to the requirements for NFPA 80 and NFPA 101. in case of conflict between the type of hardware specified in these specifications or the type required for fire protection, materials of equal quality and design without additional cost to Owner, required by NFPA shall be furnished. 3.2 ADJUSTMENT AND MAINTENANCE A. Within thirty (30) days after Owner Acceptance of the Project, the subcontractor shall meet with the Owner's maintenance foreman and thoroughly instruct him in the care and adjustment of all movable hardware furnished under this division. Provide him with a Manufacturer's Parts List for all locks, exits and closer, a Bound Care and Adjustment Manual, and an adjustment tool for each type of adjustable hardware. Included shall be a copy of an approved Hardware Schedule. 3.3 COMPLIANCE A. The Owner reserves the right to request and pay for an inspection by a representative of the referenced organization to determine that the work of this Section has been performed in accordance with the specified requirements. B. In the event such inspection determines that the work of this Section does not comply with the specified requirements, immediately remove the non -complying items and immediately ' replace them with items complying with the specified requirements, all at no additional cost to the Owner, and reimburse the Owner for the cost of the inspection. 3.4 HARDWARE SCHEDULE A. General: Provide hardware for each door to comply with requirements of Section "Door Hardware," hardware set numbers indicated in door schedule, and in the following schedule of hardware sets. 1. Hardware sets indicate quantity, item, manufacturer and product designation, size, and finish or color, as applicable. r I f Partombip, ioc. — arcbitutr U ioteriorJ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH DOOR HARDWARE EXTERIOR DOOR REPLACEMENT PROJECT Section 08710, Page 7 LUBBOCK, TEXAS HARDWARE SEQUENCE Refer to the Drawings for a complete listing of all hardware per door. All hardware must comply with all building, fire code requirements and meet TAS accessibility standards END OF SECTION 08710 f I f Partoerfhip, inc. — drehitutf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 1 LUBBOCK, TEXAS 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 glazing for the following products, including those specified in other Sections where glazing requirements are specified by reference to this Section: Glazing at doors and cargo doors 1.3 DEFINITIONS A. Manufacturer is used in this Section to refer to a firm that produces primary glass or fabricated glass as defined in the referenced glazing standard. 1.4 SYSTEM PERFORMANCE REQUIREMENTS A. General: Provide glazing systems that are produced, fabricated, and installed to withstand normal thermal movement and impact loading (where applicable), without failure including loss or glass breakage attributable to the following: defective manufacture, fabrication, and installation; failure of sealants or gaskets to remain watertight and airtight; deterioration of glazing materials; and other defects in construction. B. Glass Design: Glass thicknesses indicated on Drawings are for detailing only. Confirm glass thicknesses by analyzing Project loads and in-service conditions. Provide glass lites for the various size openings in the thicknesses and strengths (annealed or heat -treated) to meet or exceed the following criteria: 1. Minimum glass thickness, nominally, exterior doors/sidelites & windows: 1 inch. 2. Minimum glass thickness, nominally, of interior glass door units: 1/4 inch 1.5 SUBMITTALS A. General: Submit the following according to Conditions of Contract and Division 1 Specification Sections. B. Product data for each glass product and glazing material indicated. C. Samples for verification purposes of 12-inch square samples of each type of glass indicated except for clear monolithic glass products, and 12-inch long samples of each color required (except black) for each type of sealant or gasket exposed to view. Install sealant or gasket sample between two strips of material representative in color of the adjoining framing system. D. Product certificates signed by glazing materials manufacturers certifying that their products comply with specified requirements. 1. Separate certifications are not required for glazing materials bearing manufacturer's permanent labels designating type and thickness of glass, provided labels represent a f I f Partperfbip, in(. — ar(bitutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 2 LUBBOCK, TEXAS quality control program of a recognized certification agency or independent testing agency acceptable to authorities having jurisdiction. E. Product test reports for each type of glazing sealant and gasket indicated, evidencing compliance with requirements specified. F. Maintenance data for glass and other glazing materials to include in Operating and Maintenance Manual specified in Division 1. 1.6 QUALITY ASSURANCE A. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below, except where more stringent requirements are indicated. Refer to these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1. FGMA Publications: "FGMA Glazing Manual." 2. SIGMA Publications: TM-3000 "Vertical Glazing Guidelines." B. Safety Glass: Products complying with ANSI Z97.1 and testing requirements of 16 CFR Part 1201 for Category II materials. 1. Subject to compliance with requirements, provide safety glass permanently marked with certification label of Safety Glazing Certification Council (SGCC) or other certification agency acceptable to authorities having jurisdiction. C. Glazier Qualifications: Engage an experienced glazier who has completed glazing similar in material, design, and extent to that indicated for Project with a record of successful in-service performance. D. Single -Source Responsibility for Glass: Obtain glass from one source for each product indicated below: 1. Primary glass of each (ASTM C 1036) type and class indicated. 2. Heat -treated glass of each (ASTM C 1048) condition indicated. E. Single -Source Responsibility for Glazing Accessories: Obtain glazing accessories from one source for each product and installation method indicated. 1.7 DELIVERY, STORAGE, AND HANDLING A. Protect glazing materials to comply with manufacturer's directions and as needed to prevent damage to glass and glazing materials from condensation, temperature changes, direct exposure to sun, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Conditions: Do not proceed with glazing when ambient and substrate temperature conditions are outside the limits permitted by glazing materials manufacturer or when glazing channel substrates are wet from rain, frost, condensation, or other causes. f I f Partumbip, in(. — ar(bitutf U ioteriorf ur CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 3 LUBBOCK, TEXAS 1. Install liquid sealants at ambient and substrate temperatures above 40 deg F. 1.9 WARRANTY A. General: Warranties specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and will be in addition to and run concurrent with other warranties made by the Contractor under requirements of the Contract Documents. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, provide the products specified below. Refer to the drawings for all locations of glazing. 2.2 CERAMIC ENAMEL FRIT SPANDREL GLASS A. Monolithic Ceramic Enamel Frit Spandrel Glass, 2 units required, place back to to so the exterior finish of 'black' will be exposed on both interior and exterior sides. 1. Glass Type: Spandrel 2. Glass Tint: Black 3. Nominal Thickness: 1/8" 4. Glass Strength: Tempered 5. Coating Orientation: Surface #1 6. Spandrel Orientation: Surface #2 7. Ceramic Enamel Frit Color Name and Number: standard 8. US Requirements: a. Heat -treated glass with ceramic coating complying with ASTM C1048, Condition B (spandrel glass, one surface ceramic -coated), Type I (transparent glass, flat), Quality 03 (glazing select) and with other requirements as specified. b. GANA/GTA 66-9-20, Specification for Heat -Strengthened or Fully Tempered Ceramic Enameled Spandrel Glass for Use in Building Window/Curtain Walls and Other Architectural Applications. B. Manufacturers: Subject to compliance with requirements, provide wired glass by one of the following companies. 1. Polished Wired Glass: a. Oldcastle Building Envelope b. Guardian Industries C. Pilkington Sales (North America) Ltd. d. PPG Industries e. Or Architect approved equal. 2.3 GLAZING TAPES A. Back -Bedding Mastic Glazing Tape: Preformed, butyl -based elastomeric tape with a solids content of 100 percent, nonstaining and nonmigrating in contact with nonporous surfaces, with or without spacer rod as recommended by tape and glass manufacturers for application f I 1 partowbip, ioc. — arcbituc U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 4 LUBBOCK, TEXAS indicated, packaged on rolls with a release paper backing, and complying with AAMA 800 for products indicated below: 1. AAMA 804.1. B. Products: Subject to compliance with requirements, provide one of the following: 1. Back -Bedding Mastic Glazing Tape Without Spacer Rod: a. Tremco 440 Tape, Tremco Inc. b. Extra -Seal, Pecora Corp. C. 1202T, 3M. d. Or Architect approved equal. 2.4 MISCELLANEOUS GLAZING MATERIALS A. General: Provide products of material, size, and shape complying with referenced glazing standard, requirements of manufacturers of glass and other glazing materials involved for glazing application indicated, and with a proven record of compatibility with surfaces contacted in installation. B. Cleaners, Primers and Sealers: Type recommended by sealant or gasket manufacturer. C. Setting Blocks: Elastomeric material with a Shore A durometer hardness of 85 plus or minus 5. D. Spacers: Elastomeric blocks or continuous extrusions with a Shore A durometer hardness required by glass manufacturer to maintain glass lites in place for installation indicated. E. Edge Blocks: Elastomeric material of hardness needed to limit glass lateral movement (side - walking). 2.5 FABRICATION OF GLASS AND OTHER GLAZING PRODUCTS A. Fabricate glass and other glazing products in sizes required to glaze openings indicated for Project, with edge and face clearances, edge and surface conditions, and bite complying with recommendations of product manufacturer and referenced glazing standard as required to comply with system performance requirements. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine glass framing, with glazier present, for compliance with the following: 1. Manufacturing and installation tolerances, including those for size, squareness, offsets at corners. 2. Presence and functioning of weep system. 3. Minimum required face or edge clearances. 4. Effective sealing between joints of glass -framing members. B. Do not proceed with glazing until unsatisfactory conditions have been corrected. f I f Partowbip, inc. — artitutf U i9teriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS 3.2 PREPARATION GLASS AND GLAZING Section 08800, Page 5 A. Clean glazing channels and other framing members receiving glass immediately before glazing. Remove coatings that are not firmly bonded to substrates. 3.3 GLAZING, GENERAL A. Comply with combined recommendations of manufacturers of glass, sealants, gaskets, and other glazing materials, except where more stringent requirements are indicated, including those in referenced glazing publications. B. Glazing channel dimensions as indicated on Drawings provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances. Adjust as required by Project conditions during installation. C. Protect glass from edge damage during handling and installation as follows: 1. Use a rolling block in rotating glass units to prevent damage to glass corners. Do not impact glass with metal framing. Use suction cups to shift glass units within openings; do not raise or drift glass with a pry bar. Rotate glass lites with flares or bevels on bottom horizontal edges so edges are located at top of opening, unless otherwise indicated by manufacturer's label. 2. Remove damaged glass from Project site and legally dispose of off site. Damaged glass is glass with edge damage or other imperfections that, when installed, weaken glass and impair performance and appearance. D. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction sealant -substrate testing. E. Install elastomeric setting blocks in sill rabbets, sized and located to comply with referenced glazing standard, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. Do not exceed edge pressures stipulated by glass manufacturers for installing glass lites. G. Provide spacers for glass sizes larger than 50 united inches (length plus height) as follows: 1. Locate spacers inside, outside, and directly opposite each other. Install correct size and spacing to preserve required face clearances, except where gaskets and glazing tapes are used that have demonstrated ability to maintain required face clearances and comply with system performance requirements. 2. Provide 1/8-inch minimum bite of spacers on glass and use thickness equal to sealant width. With glazing tape, use thickness slightly less than final compressed thickness of tape. H. Provide edge blocking to comply with requirements of referenced glazing publications, unless otherwise required by glass manufacturer. I. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics. s I f Partnership, inc. — architects U interiors CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 6 LUBBOCK,TEXAS J. Where wedge-shaped gaskets are driven into one side of channel to pressurize sealant or gasket on opposite side, provide adequate anchorage so gasket cannot walk out when installation is subjected to movement. K. Square cut wedge-shaped gaskets at corners and install gaskets in manner recommended by gasket manufacturer to prevent corners from pulling away; seal corner joints and butt joints with sealant recommended by gasket manufacturer. 3.4 TAPE GLAZING A. Position tapes on fixed stops so that when compressed by glass their exposed edges are flush with or protrude slightly above sightline of stops. B. Install tapes continuously but not in one continuous length. Do not stretch tapes to make them fit opening. C. Where framing joints are vertical, cover these joints by applying tapes to heads and sills first and then to jambs. Where framing joints are horizontal, cover these joints by applying tapes to jambs and then to heads and sills. D. Place joints in tapes at corners of opening with adjoining lengths butted together, not lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer. E. Do not remove release paper from tape until just before each lite is installed. F. Apply heel bead of elastomeric sealant. G. Center glass lites in openings on setting blocks and press firmly against tape by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. H. Apply cap bead of elastomeric sealant over exposed edge of tape. 3.5 PROTECTION AND CLEANING A. Protect exterior glass from breakage immediately after installation by attaching crossed streamers to framing held away from glass. Do not apply markers to glass surface. Remove nonpermanent labels, and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations including weld splatter. If, despite such protection, contaminating substances do come into contact with glass, remove them immediately as recommended by glass manufacturer. C. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for build-up of dirt, scum, alkali deposits, or stains, and remove as recommended by glass manufacturer. D. Remove and replace glass that is broken, chipped, cracked, abraded, or damaged in any way, including natural causes, accidents and vandalism, during construction period. r I f partowbip, ioc. — af0itatf U iotuiou CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH GLASS AND GLAZING EXTERIOR DOOR REPLACEMENT PROJECT Section 08800, Page 7 LUBBOCK,TEXAS E. Wash glass on both faces in each area of Project not more than 4 days prior to date scheduled for inspections that establish date of Substantial Completion. Wash glass as recommended by glass manufacturer. END OF SECTION 08800 r I 1 Partowbip, in(. — dditutr U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 1 LUBBOCK, TEXAS 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 surface preparation and field painting of the following: 1. Exposed exterior items and surfaces. 2. Exposed interior items and surfaces. 3. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other Sections. B. Paint exposed surfaces, except where the paint schedules indicate that a surface or material is not to be painted or is to remain natural. If the paint schedules do not specifically mention an item or a surface, paint the item or surface the same as similar adjacent materials or surfaces whether or not schedules indicate colors. If the schedules do not indicate color or finish, the Architect will select from standard colors and finishes available. 1. Painting includes field painting of exposed bare and covered pipes and ducts (including color coding), hangers, exposed steel and iron work, and primed metal surfaces of mechanical and electrical equipment. C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels. 1. Prefinished items include the following factory -finished components: a. Finished mechanical and electrical equipment. b. Light fixtures. C. Distribution cabinets. 2. Concealed surfaces include walls or ceilings in the following generally inaccessible spaces: a. Foundation spaces. b. Furred areas. C. Ceiling plenums. d. Utility tunnels. e. Pipe spaces. f. Duct shafts. 3. Finished metal surfaces include the following: a. Anodized aluminum. b. Stainless steel. J I r Partowbip, io(. — ar(hituti U ioteriorJ CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS C. Chromium plate. d. Copper. e. Bronze and brass. PAINTING Section 09900, Page 2 4. Operating parts include moving parts of operating equipment and the following: a. Valve and damper operators. b. Linkages. C. Sensing devices. d. Motor and fan shafts. 5. Labels: Do not paint over Underwriters Laboratories (UL), Factory Mutual (FM), or other code -required labels or equipment name, identification, performance rating, or nomenclature plates. D. Related Sections include the following: 1. Division 2 Section "Pavement Markings and Coatings" for traffic -marking paint. 2. Division 5 Section "Metal Fabrications" for shop priming ferrous metal. 3. Division 8 Section "Steel Doors and Frames" for shop priming steel doors and frames. 4. Division 9 Section "Gypsum Board Assemblies" for surface preparation for gypsum board. 5. Divisions 15 and 16: Painting of mechanical and electrical work is specified in Divisions 15 and 16, respectively. 1.3 DEFINITIONS A. General: Standard coating terms defined in ASTM D 16 apply to this Section. 1. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at an 85-degree meter. 2. Eggshell refers to low -sheen finish with a gloss range between 5 and 20 when measured at a 60-degree meter. 3. Satin refers to low -sheen finish with a gloss range between 15 and 35 when measured at a 60-degree meter. 4. Semigloss refers to medium -sheen finish with a gloss range between 30 and 65 when measured at a 60-degree meter. 5. Full gloss refers to high -sheen finish with a gloss range more than 65 when measured at a 60-degree meter. 1.4 SUBMITTALS A. Product Data: For each paint system specified. Include block fillers and primers. 1. Material List: Provide an inclusive list of required coating materials. Indicate each material and cross-reference specific coating, finish system, and application. Identify each material by manufacturer's catalog number and general classification. 2. Manufacturer's Information: Provide manufacturer's technical information, including label analysis and instructions for handling, storing, and applying each coating material proposed for use. f I f Partowbip, in(. — aditutf U interiorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 3 LUBBOCK, TEXAS 3. Certification by the manufacturer that products supplied comply with local regulations controlling use of volatile organic compounds (VOCs). B. Samples: Of each color and material to be applied, with texture to simulate actual conditions, on representative Samples of the actual substrate. 1. Provide stepped Samples, defining each separate coat, including block fillers and primers. Use representative colors when preparing Samples for review. Resubmit until required sheen, color, and texture are achieved. 2. Provide a list of materials and applications for each coat of each sample. Label each sample for location and application. 1.5 QUALITY ASSURANCE A. Applicator Qualifications: Engage an experienced applicator who has completed painting system applications similar in material and extent to that indicated for this Project with a record of successful in-service performance. I B. Source Limitations: Obtain block fillers, primers, and undercoat materials for each coating system from the same manufacturer as the finish coats. ; C. Benchmark Samples (Mockups): Provide a full -coat benchmark finish sample of each type of coating and substrate required on the Project. Comply with procedures specified in PDCA P5. Duplicate finish of approved prepared samples. j 1. The Architect will select one room or surface to represent surfaces and conditions for each type of coating and substrate to be painted. I a. Wall Surfaces: Provide samples on at least 100 sq. ft. of wall surface. b. Small Areas and Items: The Architect will designate an item or area as required. C. Plaster Walls: The Architect will designate an area for a four foot by four foot mock up to be constructed of the plaster work for Finish and Faux painting selection. 2. After permanent lighting and other environmental services have been activated, apply coatings in this room or to each surface according to the Schedule or as specified. Provide required sheen, color, and texture on each surface. a. After finishes are accepted, the Architect will use the room or surface to evaluate coating systems of a similar nature. I 3. Final approval of colors will be from job -applied samples. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the Project Site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label, and the following information: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. r I r partombip, inc. — ar0itutr U interior] CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK,TEXAS 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. VOC content. PAINTING Section 09900, Page 4 B. Store materials not in use in tightly covered containers in a well -ventilated area at a minimum ambient temperature of 45 deg F. Maintain containers used in storage in a clean condition, free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and application. 1.7 PROJECT CONDITIONS A. Apply water -based paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 50 and 90 deg F. B. Apply solvent -thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 and 95 deg F. C. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. 1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by manufacturer during application and drying periods. 1.8 EXTRA MATERIALS A. Furnish extra paint materials from the same production run as the materials applied in the quantities described below. Package paint materials in unopened, factory -sealed containers for storage and identify with labels describing contents. Deliver extra materials to the Owner. 1. Quantity: Furnish the Owner with extra paint materials in the quantities indicated below (for the types actually used on the job): a. Exterior, Flat Acrylic Paint: Two gallons of each color applied. b. Exterior, Low -Luster Acrylic Finish: One gallon of each color applied. C. Exterior, Semigloss Acrylic Enamel: 2 gallons of each color applied. d. Exterior, Full -Gloss Alkyd Enamel: 2 gallons of each color applied. e. Interior, Flat Acrylic Paint: One gallon of each color applied. f. Interior, Low -Luster Acrylic Finish: One gallon of each color applied. g. Interior, Semigloss Acrylic Enamel: 2 gallons of each color applied. h. Interior, Full -Gloss Alkyd Enamel: One gallon of each color required. i. Faux Painting Products: 2 gallons of each product/color used. PART 2 - PRODUCTS J I f partowbip, in(. — ar0itutr U interiorr r CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 5 LUBBOCK, TEXAS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, provide one of the products in the paint schedules. B. Manufacturers Names: The following manufacturers are acceptable for supplying materials for this work: 1. Benjamin Moore & Co. (Moore). 2. Sherwin-Williams Co. (S-W). 3. Kelly -Moore. 4. PPG Industries, Inc. (PPG). 2.2 PAINT MATERIALS, GENERAL A. Material Compatibility: Provide block fillers, primers, undercoats, and finish -coat materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. B. Material Quality: Provide manufacturer's best -quality paint material of the various coating types specified. Paint -material containers not displaying manufacturer's product identification will not be acceptable. t"1 1. Proprietary Names: Use of manufacturer's proprietary product names to designate colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish manufacturer's material data and certificates of performance for proposed substitutions. C. Colors: Match colors indicated by reference to manufacturer's color designations. D. Contractor shall assume multiple color will be used in this project. This means, accent walls in a majority of the spaces, colors as selected by the architect from the full range of colors offered. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with the Applicator present, under which painting will be performed for compliance with paint application requirements. 1. Do not begin to apply paint until unsatisfactory conditions have been corrected and surfaces receiving paint are thoroughly dry. 2. Start of painting will be construed as the Applicator's acceptance of surfaces and conditions within a particular area. B. Coordination of Work: Review other Sections in which primers are provided to ensure 1 compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers. -, f I f Partombip, ioc. — architutf U iotcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 6 LUBBOCK, TEXAS 1. Notify the Architect about anticipated problems using the materials specified over substrates primed by others. 3.2 PREPARATION A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted. If removal is impractical or impossible because of the size or weight of the item, provide surface -applied protection before surface preparation and painting. 1. After completing painting operations in each space or area, reinstall items removed using workers skilled in the trades involved. B. Cleaning: Before applying paint or other surface treatments, clean the substrates of substances that could impair the bond of the various coatings. Remove oil and grease before cleaning. 1. Schedule cleaning and painting so dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. C. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified. Provide barrier coats over incompatible primers or remove and reprime. 2. Cementitious Materials: Prepare concrete, concrete masonry block, cement plaster, and mineral -fiber -reinforced cement panel surfaces to be painted. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods of surface preparation. a. Use abrasive blast -cleaning methods if recommended by paint manufacturer. b. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and burn, correct this condition before application. Do not paint surfaces where moisture content exceeds that permitted in manufacturer's written instructions. C. Clean concrete floors to be painted with a 5 percent solution of muriatic acid or other etching cleaner. Flush the floor with clean water to remove acid, neutralize with ammonia, rinse, allow to dry, and vacuum before painting. 3. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off. a. Scrape and clean small, dry, seasoned knots, and apply a thin coat of white shellac or other recommended knot sealer before applying primer. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sand smooth when dried. b. Prime, stain, or seal wood to be painted immediately on delivery. Prime edges, ends, faces, undersides, and backsides of wood, including cabinets, counters, cases, and paneling. C. When transparent finish is required, backprime with spar varnish. d. Backprime paneling on interior partitions where masonry, plaster, or other wet wall construction occurs on backside. 1 I f Partnuhip, inc. — arcbituv U intcriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 7 LUBBOCK, TEXAS e. Sea( tops, bottoms, and cutouts of unprimed wood doors with a heavy coat of varnish or sealer immediately on delivery. 4. Ferrous Metals: Clean ungalvanized ferrous -metal surfaces that have not been shop coated; remove oil, grease, dirt, loose mill scale, -and other foreign substances. Use solvent or mechanical cleaning methods that comply with the Steel Structures Painting Council's (SSPC) recommendations. a. Blast steel surfaces clean as recommended by paint system manufacturer and according to requirements of SSPC-SP 10. b. Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before priming. C. Touch up bare areas and shop -applied prime coats that have been damaged. Wire -brush, clean with solvents recommended by paint manufacturer, and touch up with the same primer as the shop coat. 5. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum-based solvents so surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. D. Materials Preparation: Mix and prepare paint materials according to manufacturer's written instructions. 1. Maintain containers used in mixing and applying paint in a clean condition, free of foreign materials and residue. 2. Stir material before application to produce a mixture of uniform density. Stir as required during application. Do not stir surface film into material. If necessary, remove surface film and strain material before using. 3. Use only thinners approved by paint manufacturer and only within recommended limits. E. Tinting: Tint each undercoat a lighter shade to simplify identification of each coat when multiple coats of the same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat. 3.3 APPLICATION A. General: Apply paint according to manufacturer's written instructions. Use applicators and techniques best suited for substrate and type of material being applied. 1. Paint colors, surface treatments, and finishes are indicated in the schedules. 2. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film. 3. Provide finish coats that are compatible with primers used. 4. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures, convector covers, covers for finned -tube radiation, grilles, and similar components are in place. Extend coatings in these areas, as required, to maintain the system integrity and provide desired protection. 5. Paint surfaces behind movable equipment and furniture the same as similar exposed surfaces. Before the final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only. r I r partw hip, inc. — ar0itutf U ioteriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 8 LUBBOCK, TEXAS 6. Paint interior surfaces of ducts with a flat, nonspecular black paint where visible through registers or grilles. 7. Paint back sides of access panels and removable or hinged covers to match exposed surfaces. 8. Finish exterior doors on tops, bottoms, and side edges the same as exterior faces. B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. 1. The number of coats and the film thickness required are the same regardless of application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer. If sanding is required to produce a smooth, even surface according to manufacturer's written instructions, sand between applications. 2. Omit primer on metal surfaces that have been shop primed and touchup painted. 3. If undercoats, stains, or other conditions show through final coat of paint, apply additional coats until paint film is of uniform finish, color, and appearance. Give special attention to ensure edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 4. Allow sufficient time between successive coats to permit proper drying. Do not recoat surfaces until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and where application of another coat of paint does not cause the undercoat to lift or lose adhesion. C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators according to manufacturer's written instructions. 1. Brushes: Use brushes best suited for the type of material applied. Use brush of appropriate size for the surface or item being painted. 2. Rollers: Use rollers of carpet, velvet back, or high -pile sheep's wool as recommended by the manufacturer for the material and texture required. 3. Spray Equipment: Use airless spray equipment with orifice size as recommended by the manufacturer for the material and texture required. D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recommended spreading rate. Provide the total dry film thickness of the entire system as [_ recommended by the manufacturer. E. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to items exposed in equipment rooms and in occupied spaces. F. Mechanical items to be painted include, but are not limited to, the following: 1. Piping, pipe hangers, and supports. 2. Heat exchangers. 3. Tanks. 4. Ductwork. 5. Insulation. 6. Motors and mechanical equipment. 7. Accessory items. G. Electrical items to be painted include, but are not limited to, the following: r I f Partowbip, inc. — arcbitutf U intcriorf CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 9 LUBBOCK, TEXAS 1. Conduit and fittings. Located in rooms finished for occupancy. 2. Panelboards. Located in rooms finished for occupancy H. Block Fillers: Apply block fillers to concrete masonry block at a rate to ensure complete coverage with pores filled. I. Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by the manufacturer, to material that is required to be painted or finished and that has not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn through or other defects due to insufficient sealing. J. Pigmented (Opaque) Finishes: Completely cover surfaces as necessary to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable. K. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no evidence of rolling, such as laps, irregularity in texture, skid marks, or other surface imperfections. L. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with requirements. 3.4 CLEANING A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from the site. 1. After completing painting, clean glass and paint -spattered surfaces. Remove spattered paint by washing and scraping. Be careful not to scratch or damage adjacent finished surfaces. 3.5 PROTECTION A. Protect work of other trades, whether being painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by Architect. B. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protective wrappings provided by others to protect their work after completing painting operations. 1. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. Comply with procedures specified in PDCA P1. f I f Partwhip, ipc. — aditutf 6 ioteriorf r° CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 10 LUBBOCK, TEXAS 3.6 EXTERIOR PAINTING SYSTEM SCHEDULE { A. New Galvanized Metal: 1st Coat Solvent Cleaner — Primer 023 00 Freshstart Primer Zinc dust primer Benjamin - Moore 2nd Coat Benjamin -Moore Superspec H.P. 3rd Coat Benjamin -Moore Superspec H.P. B. Existing Galvanized Metal: 1st Coat Benjamin -Moore Superspec H.P. if in good condition — if not, provide painting according to'New Galvanized Metal' schedule 2°d Coat Benjamin -Moore Superspec H.P. C. Exterior Steel (Ferrous Metal): 1st Coat Benjamin -Moore Rust Inhibitive Primer 2nd Coat Benjamin -Moore Impervo Alkyd Enamel 3rd Coat Benjamin -Moore Impervo Alkyd Enamel D. Industrial Exterior Enamel: 1st Coat Benjamin -Moore Rust Inhibitive Primer 2nd Coat Exterior Industrial Enamel 3rd Coat Exterior Industrial Enamel E. Exterior Concrete Masonry Walls (reference drawings for painting required): 1 st Coat Recommended Primer or Moore Guard 103 — Satin, Benjamin -Moore 2nd Coat Moore Guard 103 — Satin, Benjamin -Moore 3rd Coat Moore Guard 103 — Satin, Benjamin -Moore F. Exterior Cement Plaster Walls: f j-- 1 st Coat Recommended Primer or Moore Guard 103 — Satin, Benjamin -Moore 2nd Coat Moore Guard 103 — Satin, Benjamin -Moore 3rd Coat Moore Guard 103 — Satin, Benjamin -Moore 3.7 INTERIOR PAINTING SYSTEM SCHEDULE A. Existing Wood Doors: 1st Coat Benjamin -Moore Freshstart Primer 023 00 2nd Coat Benjamin -Moore Superspec Semi -Gloss H.P. r I f Partowbip, in(. — ar(hitectr U Acriorr CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH EXTERIOR DOOR REPLACEMENT PROJECT LUBBOCK, TEXAS B. New Wood Doors: 1 st Coat Benjamin -Moore Freshstart Primer 023 00 2nd Coat Benjamin -Moore Superspec Semi -Gloss H.P. 3rd Coat Benjamin -Moore Superspec Semi -Gloss H.P. C. New Wood Trim: 1 st Coat Benjamin -Moore Freshstart Primer 023 00 2nd Coat Benjamin -Moore Superspec Semi -Gloss H.P. 3rd Coat Benjamin -Moore Superspec Semi -Gloss H.P. D. Existing Wood Trim: 1st Coat Benjamin -Moore Freshstart Primer 023 00 2nd Coat Benjamin -Moore Superspec Semi -Gloss H.P. E. Interior Stucco/Plaster Walls and Ceilings: 1 st Coat Fresh Start Primer 023, Benjamin -Moore 2nd Coat Moore Guard 103 — Satin, Benjamin -Moore 3rd Coat Moore Guard 103 — Satin, Benjamin -Moore F. Metal: 1 st Coat Factory primed 2nd Coat Interior semi -gloss enamel 3rd Coat Interior semi -gloss enamel G. Gypsum board (walls): 1 st Coat Interior gypsum board primer 2nd Coat Interior egg -shell enamel 3rd Coat Interior egg -shell enamel PAINTING Section 09900, Page 11 H. Gypsum board (high humidity restrooms): 1st Coat PPG 17-921 PPG SEAL GRIP® Interior/Exterior Acrylic Universal Primer/Sealer 2nd Coat PPG 16-510 W131 Precatalyzed Epoxy (Water Based) 3rd Coat PPG 16-510 W131 Precatalyzed Epoxy (Water Based) 1. Gypsum board (ceilings): 1 st Coat Interior gypsum board primer 2nd Coat Interior flat enamel 3rd Coat Interior egg -shell enamel r I r partwhip, ioc. — arcbitutr U Acriorl I CITY OF LUBBOCK — BUDDY HOLLY CENTER & ST. PAUL'S CHURCH PAINTING EXTERIOR DOOR REPLACEMENT PROJECT Section 09900, Page 12 LUBBOCK, TEXAS J. Industrial Enamel: 1 st Coat Primer 2nd Coat Interiors Industrial Enamel 3rd Coat Interiors Industrial Enamel K. Interior Wood: For paint finish: 1st Coat PPG 6-6 Speedhide enamel undercoat 2nd Coat PPG 6-90 Series low sheen enamel 3rd Coat PPG 6-90 Series low sheen enamel ' L. Interior Wood: For transparent finish: 1 st Coat Rez 77 line semi -transparent stain 2nd Coat PPG Speedhide 6-10 sanding sealer 3rd Coat PPG Lo-sheen varnish or flat lacquer 4th Coat PPG Lo-sheen varnish or flat lacquer M. Interior CMU: For paint finish: 1st Coat PPG 16-90 Pitt -Glaze Blockfiller (Moisture Resistant) 2nd Coat PPG 16-510 WB1 Precatalyzed Epoxy (Water Based) 3rd Coat PPG 16-510 WB1 Precatalyzed Epoxy (Water Based)I COLOR MATCHING FOR THE BUDDY HOLLY CENTER Existing Stain: Sherwin-Williams Wood Classics Interior Wood Oil Stain, Natural Exterior: The "red" is Tnemec Series 156 — Enviro-Crete color Monterey Tile #28RD (formerly SC05). t COLOR MATCHING FOR ST. PAUL'S CHURCH Sherwin Williams (5-21-01) A40W51 Manual Entry 12 year Classic 99, interior/exterior semi -gloss oil Extra White 6405-12422 Custom Color — manual entry Colorant 02 32 64 128 Y3 deep gold 5 N1 raw umber - 3 - - R2 Maroon - - 1 1 END OF SECTION 09900 ' f I r Partowbip, inc. — arcbituti U intcriorf Cityof u o k TEXAS Historical Exterior Door Replaoment at the: Ddd(V 10 IV (CPtCF dP( ft* ddl"f, dF 13HC located at 1801 Crickets Avenue. & Lubbock, TX 79401 5FC 4007 University Avenue. 5L5Jo]7: 28.2014 Date: 06.23.2015 kD r, x Ln ko to to OD U m (A tD 0 '-q V kD %D ARCHITECTS -INTERIORS- PLANNERS It m 0 0 (A .2 N 00 00 PROJECT GENERAL NOTES A513E5TO5 NOTE BUDDY HOLLY CENTER & 5T. PAUL'5 CHURCH THESE FACILITIES ARE ACM FREE FAGLITY ADDRESS: BHC- 1801 CRICKETS AVENUE ni vaEx�nvs.w^uvonrxsnnK nio ce,�rtwFee+rt.rvra+vsreuvnrrx Arrunv.rE erD,aErm <.r,urrEto ro HE N^rMArz vu o,uE^wx; Avc rorrnrx>:u.w.ee .xen�oer rXE cEw. o.vrrATa n:a+ rc SPC • 4007 UNIVERSITY AVENUE fH fRErnYAit'NI W �f cRnNi:s LAD eEFdtE fRLGEE7+GYRX IM YKt< M'r CMvZEr,.ry,{G W F V1,R51MM E4<nrC er xErrccr.�m;v! anvt ee RErotiFD rc nrF Asc„rEa rt w r'uuE'iCMi,'ot Axr curt CODE ANALYSIS: IBC 2009, IRC 2009, IPC 2009. IMC 2009. IFGC z raaD'.tit'rrwA:T ru n^v-;or GbRr:: unL'nE:, rca innxrn.Evtna: ruRa Exnvnn x, rc n;EiKluvU Ali 2009, IECC 2009, NEC (STATE OF TEXAS) 2011, & rEXE[tnrrNE.nrnsrrcnrartvErt max s.uu eE rnc?Eucv urD rrtnr..;R nEAtFOAstF ,arc WORK DE5GKIPTION CITY OF LUBBOCK ORDINANCES AND AMENDMENTS .^ ru Fn!`riti.'ErrE:P �2CriF. rG SE4nnrEY,^.nr.l4[�4i.UitrcEs,�.trnyp:.EH,!X41Kr'IEREL�N Ai�tEYL�.XG. GROUP A-3 cnvtc:Et' HISTORIC EXTERIOR DOOR REPLACEMENT AT THE BUDDY HOLLY OCCUPANCY TYPE: A55EMDLY +-EtKr rnnuwvER tLlArpx Aw durcncu:,uxrmcunAri+t rAAvrtnt Avc AuarnEC Fotx _r1Et E<rR'NEvr. FtKxmRE CENTER AND ST.PAUL'S CHURCH INCLUDING THE REPLACEMENT CONSTRUCTION TYPE TYPE 11-5 tr FruEXrs OF EXISTING DOORS, FRAMES. A140 HARDWARE OCCUPANCY LOAD. N/A E(Mfltn':ttR �rtnt,4u,[LxVAIE rIf GfEIJ t9rr>UAUCiN`ItW'rKN WrX tr[(Yrh[`: t[ftf,^EYi.'1R,E_NAAr,yy �E!"tiM1 SQUARE FOOTAGE; N/A t,t nG rA;xm¢,it,.naR rRtttti,Rw Wnti eiFVErnr. 5COPE OF WORK, 13A5E BID & LANDSCAPE EXISTING FOR GALLERY/MUSEUM&CHURCH/CULTURAL e wrlr�iaxt(v;wuvEEr AucvttEvrrutt'v:u=-ovxcri EtEcrtt'u.IWurvVr,vRE.utE'.a.n nw +ru>dalimrxz> EVENTS FACILITY ti�Ar Erut Xpur tExE ARE Af ED ter wEr" �.�t,E,A'.Artn.iti �rz,E Aut�,F ADDITIVE ALTERNATE #1 PARKING: EXISTING ChS E5 VAtHihE!',hf+r IUFTx't'> RtASllifKnlll FIRE PROTECTION: THE BUDDY HOLLY CENTER •EXISTING FIRE ALARM/ na:w,rFRAisrn,E:E mu rnr eF norm<uuErt.stnw rt:asne :u.Rrcf rnrsreFmnc--sxErw•c N� LINEJIEMI.L•_$16E.@IO ALL WORK ASSOCIATED NTH DOOR512.3.4,5 & 9 AT NOTIFICATION SYSTEM .t IN VAICDSrt THE BUDDY HOLLY CENTER Sw,tQI AVMVM'fv, pft fNfi rAM rucnxnn'x, HJ4P1LNd3 U GIY o, Lu[K6t 5T. PAUCS CHURCH • NONE n, AtLr`'WXAtCxIRE tE+;w:vniL VA*<n Ertm✓r[xru.: tFnW/Ev IINF ITEM at- ADD Al TERNATE aI CON 5 U LTANT5 ALL WORK ASSOCIATED NTH DOORS 0.7 & H AT THE BUDDY HOLLY CENTER ARCHITECT: 51_5 PARTNERSHIP, INC, SHEET INDEX INE ITFM aT BASF Ii1D ARCHITECTS. INTERIORS• PLANNER5 ALL WORK ASSOCIATED WITH DOOR 100 AT 4416 74TH STREET • SUITE M COVER ST. PAUL'5 CHURCH LUBBOCK. TEXAS 794242315 606.794.4726 COVER 1COVEr SHEET FAX: E06.794.4667 X-Sheets ATTN: W. SCOTT SCHELLHASE. ALA, NCARB, LEED AP-BD+C X-i Pro ' t. Information A-1 Demolition Plan & Photos W The Buddy Holly Center A-2 Reference Plan 0 The Buddy Holy Center A-2.1 Reference PARn & Elevation 0 St. Paure Church A-3 Schedules & Details A-3.1 Doors / Transom / Cargo Door Details A-3.2 Doors / Transoms / Cargo Doors Elevations & Details A-4 Exterior Elevations A-4.1 Exterior Elevations A-5 General Notes FAX. N06.775.326 162513TH STREET, SUITE L08 LUBBOCK. TX 79457 BUDDY HOLLY CENTER & ATTN: BROOKE WATCHER 5T. PAUL'S CHURCH MANAGING DIRECTOR CONTACT- 806.775.3086 FAX 806.767.0732 162513TH STREET LUBBOCK TX 79457 MaR FAX. N06.775.326 162513TH STREET, SUITE L08 LUBBOCK. TX 79457 BUDDY HOLLY CENTER & ATTN: BROOKE WATCHER 5T. PAUL'S CHURCH MANAGING DIRECTOR CONTACT- 806.775.3086 FAX 806.767.0732 162513TH STREET LUBBOCK TX 79457 MaR �© 7. F/ p 9 S •t RENxE5EM5 DETAd. t al ORAWArl65 SHEET SHEET/DETAIL NUMBER REFERENCE GUIDE Eau: iasua ABBREVIATIONS WORKING DRAWING LEGEND MATERIAL5 LEGEND VF «nE0 EA LC V171, _M; IIII1111F Ell E,`_ "I"' llE.111- rtC zlc�L'Cl LI sle:I, ITIC, vs" FP'.f 11-T61 1. 1E1.1 Itc 110 71U WEII"—bA1t—A-1 v.ElI FV Ell— I—E,:1— lk It, 1krc<11'1.1 T�11111 111-1.11E 110-1 I)T t."a A. Ertl ;cl Ill I,' K IiA11E IL' cic F-7-1 "'AlIll'I l rCK k Ill- rl, IlIx, 111III-Al 111S w.tf-J, 'Lul 0 MR Ilk, —.1 11. ,4l 1r11=.1ATEI 6, LSI VI.Ill 1 Em 51 T1. ilE 11.11tK IV M11. I —el -14 S_ N", IkNIt1cEl "Ellft ID LllI nAr SON Y.' '41 Mr ek'"IlIc— 'moo" 1k —T. 1-1- ...... rl, N I! _111K, tt Wt. tv E11VE, AA0911m."EdIS_,Vu —c-11 .1. _q L. CIII "'k I, —il 1rutk e., "IvIl n r r I LE, I 1—K ut, T,,t I =',_1 lThl 'I KC kkYr E, 11 1 IE- E QI1kcKTLlA CL 11I.Elek E.— 1k �l -lull ki� K.11— GMRNMENT REFERENCE � '%I ur jLVE 'r. rw k11 1-14K.l*11t KIWO-I "I'Lli I rf� IV- cl, I c"41 ILE —1- Le(61 1—f, Fate: _t # SEMI lj m1w int olIwARm, aw. X-2 i� TOILET 57ALL PLANS 1OLE1 ELEVATION ill GRAD DAR$ OOOR5 ftc+lt nl't'InI;:N �A� ent 4 2 •••{{{fir---J Iw����_2- ro LAVATORY PLAN 5T 1 S?! I crc.z .[.wm[. (At<>,ulcErnecncN ,,,uNrN „f PULL SIDE y, CLEAR FLOOR 5PACE iJ w nu.. G r Y . �«.%a.< Etatrnrrwr�r URINAL ELEVATION SINK COUNTER ELEVATION LAVATORY ELEVATION --- t S@3 I r�ra — l ,�w}�f�•'j��'!.wa > yr h�!e „ivGE tiLE MEM.u, STANDARD MOUNTUIG HEIGHTS! DETAILS tua(- [r✓T�tluN WATER FOUNTAINS/ TELEPHONES I WATER COOLERS PLASI ""M"" ' ` 5EC7ION ELEVATION PUBLIC TELEPHONE5 > t; TREADS HANDRAIL EXTENSIONS wwt`4"�wti.o ar`�.,u;,rfr+vn.v�c�, ,wxierii:r,. ••.S.vnf KM[F19NM.[3.<rt�u }SN[14}}W�yt<,rMNSM!K.N., �:�rvlw � .}�wn}a•+ro.[r+.(x wlu�[,tvr,4.cl .xNnr. "" tErt iFAEfp^NE h'IEva!YE i7 TUEI Z>.iRa & INC F4R itEr„aP 11;A!NC tttNSE 516NAGE CHARACTER FROPORTION5 i 1 I _ I fNic R'wl.u!,I Wi'MI w.. MOUNTING LOCATION 51GNAGE r L / a uo qIo CLEAR FLOOR SrACE 0SERIES OF DOORS �I DOOR OPENING FORCE { • A 'I- N,— <Owi1 R,.V.r„N aD 1��rN.ttn}iwiam. ieao<w�c�ruus,N Fj N.! � artt}wse<oe DOORCL05URE5 awranrtwn xK +St[yw •rrU}tL� M}!CV?StO, [CCs ,.K.,.rr!.. Wf,+NrC.Mrus.4 [m(u m[Kce••[L imV. PARKING SPACE W/ SHARED AISLE i b 4-- VAN ACCE550LE PARKING SPACES W1 SHARED A15LE 1i PARK1140 510NAGE A .orrx c Ss 3• B Yt9F • ay :Y�4 >>sI „rw r� CURB RAMPS. WITH CONTRAST COLOR LOADING ZONE nr HM1 ELEVATION CHANGE i x i MAXIMUM FRONT MAXIMUM SIDE REACH OVER 085TRUION� ODSTRUION REACH OVER t1 HIGH AND TURII AROUND LOW REACH SPACE a4 T WALL/ CEILING FREE STANDING MOUNTED PROTRUSION5/OVERHANG5 � -1Pr T • INTERSECTION FOR TURN AROUND MINIMUM PASSAGE WIDTHS F SY p,p FORWARD APPROACH SIDE APPROACH CARPET ,}.} t. re*.cn:MYI 1 :euaacNrrr N(Wt(er".n l.e IMPERVIOUS SURFACE GRATING GROUND SURFACES !LY[v [}R II,M.! Ca N W I .PA Stw't r wn i NO <el r rtR41 !.ti[�W.m �. ,��^�;�,�' .... �"�w r,,.�• ....:,,,.n. S',',M ❑ «•.,,,,,..o�.w� ,., ,"�',V� [,•,...,.«.n..,..n�..•..,.�'a�.:,:'»."; .n�w` yam , �L,,u ` / Lu �,w •r.. a ,ate Q c..�o�u`:..,,. n,.. u,,.,.n..a >•. t eza ,.:`� ,.� .vrtc-,. �j rar.•.s, a ., ., t Y, titi E Z 1r�yg vo!lcuuvdul ZIOZSVl HICQL :JOL'£Lw aY lzfad alvp i i F .a...�...,.<. ..J.o"';",<'..",.. ,..� TA Stl3tNp1G fL�iLWn .w.,v.ws,.,,.n R-r n aq � s i � "'F IDJ 'wn,..•w y I I _-_ F,�,�tL � � y,T�� an ^° .>, a..n_rc f f iyt� ,«�u�.n.r,nxn'�...w r •nmvi'i�,i,wer ..n, ,uncw Ell" .«, O A S1 '�'•':9_ �• ...,, i. ,...,.. rm�ra,.. �wn.«n4v ,.,. v.•. N.. ,I/JII_____'�_,I ,+nanms,gm„r'rm O *mmf .,�,�.�w...�.,.....:J � a« u,.,v ,.n. $ 4 s �� � 3 };^- A � � .us,m<nova. «.�,,,,>, 'I""•1 y-�.Y::•iµ` ,..r vn, r nu r w�.•,.,,r,. ., • ..rvc 'n...ra u r ar „nr,�m, ❑ , n �.vr ...n.u.. u..vn - I 1 ' f "M P :m Z r J. -73 .n. ..,...,,„,,.,,u,.w�w,r «.•na.><,,.�,. ,..,,...... „� „wu..,,.,...,w..u,. v, �n a+acc-rncr. I .••. S 1 „n y fit ; s ER .. -- @DRM @D @D a� no 9 '4S 3L�fi tz�£ EtEE:l ff. tl u.r ;l[EEt r --- . — 7 -- - — 1 1 v Y I - 1 1 1 I' I f—I J c CAUMn S<- utroaW e K2 g k no�•uYwIN 6/ 1 W.vw/ri aoriaUut[Ire ta..mm�pataat Jaay am.tiuc[a.n. Cuotry wNw.emr..a,xn •pe[ret rhawr<e.wttu[tw� OEN e__�i Nnres lu votirs. rkAv,tme•, Cwk<�a earn [ne,�am ErnN rrt Evror NfAEY rturu ,W&- ar,•w;reE rEwtnrrtursn(v Erna xx nlmttxuExr exc r~aa var• N,:E.iY r il@ gY•RItkN4vM sYSfEN CMNS C2 kENPE� AMJ kE[W.EO pl l,MNtrOA� RE+SEC(4'[Drul(Irry rn'S EAFEtYE•Y:r[N i$A.![MM fM UT (i EIII,fn'.IACt'Mir[U'rYlH tEEVE.�EYrArtti iv4 ATt41'N, UE rrt.'�SYS[EN frkt rG N.'iN.lAtuN keynotes Photo legend w0--4 Y�E+aty.d •e wJkWwl Yl 1 raro[nktunto ram,n •pwrtt a..y raw[ Nw r —4, T idA�� LkIry.IWwerq n.n,.r•pwtt.R+.gtmwi[Nn +JJ, 21 :M1 Evnuy Aeor ArN lnw�tbMrmrrwrA. < +:JA.Tt C�etry Iva, N.m,, Vkt V.+�erNNlue [e M rrnwRl. V.me.e a,letry wtNVe[rypny. I4+vrrNMkdter. J 1-gtrtN[4 by rk,rM l Vwrmm M+[mr. a 14x>.�tl'rck Vn prca prdieb,r,GN •YII[Ry Tt `J�-•1TJC rVCtVF.R. T1 Dlw'FVCR. zJ_ woor E ation (VnrifV aAlldinimlionr, w match I•wistlna) 'z l,, r,r�rr N> F.4wan, to �z rs hardware schedule door schedule � � i �i n h Y lv '•✓AJK'Y.2: f 4 FA Enf Otnf TIA,S/.-ior4EX4! D%V' R CV DIrOEHf Z EA '•. ES '�11+NriD u•5 5Il»ENr w © � n E rn fiFJtl(E tl'[['tCw vz [Gi R/JDD EA rMG•NnC T>r'D 1tJ rE— Yr AFACn•Y HV'DM1fi 'N' IFNiC FA Dw':Af ".Np /li fENAJ Z EA Cr.H.t Nfri.Ar 'JdDY` rti rENi>; M'TV IL 4tiA';CND >L fFN[C _o HCW>YAtNFTY.Cq rWMER t MOMS FyRq:Al. ANLrVNEJN REtANEO iSON iT rAVI`u CroNLI. JRM�ti1 NYit [F E•�nfE<r —IF NAiCN F,[6rrtii Ef nUFEGrFD f[i.Nir+E Crht[PalErlr ArF NJRk'wtE.+F[rVIAfLEES+RrE DOEYlISME<Ar E15rEN I:EA'Y2ArNER:iTIifMl.. CANrUiYd REM✓/FD AHD R[r1A.EYw AACJ:SDAr ftEM5Ct10RC'wAiE rtT'iJI1Ett 5r�rEN v� CJIIF YAMrKfJrY OF N'Jpp/r,LC'Ai1S�YREni`.FNfFIM fOS AInOJAl Gf ikE. 1h IN rcnR rc nGiAJ,tAiR`N N ADR t rSI:FR!Il` "EW'"`'f1EN DCCt VArcn r-"W, r"Ic Ta unr;>. CXIMC. AEYl lt10C r411 V ID d or �t r I de 'I z Frk n• , ro' � NFnr�/n�E[owL r , FDI4ritUiR � 1 HEII MSE:ntD ,�. � ��a` e. door sill detail A a Demo Photo door schedule door schedule notes aF NY.. air 0.dtRlZEnt10G 4. lSECJCTMl:; E FRAV irrE +ttl�yvrliNER: i�VLLYF.VAti FOR i1ME.'KYL 4".(tiE iV N+. '1CaC+42 tt [Cvfi�A[[r r✓(.; IrltC^5 '� wCH;.A1CDn GERALL FRAyE DfrM WArEC O NEU1 ,f [EFERi0 reN fR4AE CPTIP, i/.R iVKF ,w,E t C(nRTr( REFEt tO CALJl nrE SOMtuI! F CEr.A FFAw, , CETIAW, itAW< tMCEW j veNFA,R/W.LW;MN 9 RL4AttD yTN.+rNrNEK, Ih1:C4 ALL 141Sf WAtE tErtiHLr WALL NAT'+f ER T'Yi F1';r wAlt(mJ,roJCFaI NEw SrurrlErr.r[R/ r[ii U; TO NAT�N XEx,YMNFT4ISANE WJLLLN EIpiW.; rp VAipl MSfGtY.:V.f /.Nv rruRE NEw VE•IEvretE w,N fO VAT'I Cll IlkM N+.xrrer�rc �R R5lR4 rO NI rCn Cle�n'Y N°wq+I. rrriRSR�rvAi NEW YNiNEK Cun RfARE r0 NArh EA[•}1!A; N!'x<niMCK FVVE mlf E TO "Ill "I iiklwl o d h a i Ill E)CERI� KEx SYkf12(�G fIAN:A4 MItl4Yl (0 rIrrLN rs.WIY.t AHL'r4:iRE •�[XV Gr AL . uMr t•, Mr' ME nfLL ✓J�LNiRw.T4Y N?:xinIMEFV, iRM rtG':Rf rONATGN fr^TUA� INTERIOR --_-- EXi WK ::EANNf /RWL rER�trErER HYWWC+ML•iS1rKV NEW vrNME1Y. rRAVE. Nsw'.runG.ircU.R nr�tr rDN,il+atNr:.. ru+u: rouAT�N Exonrar d mbd 1 CUNErIFM.}L ®I 1 ! 1 I 1 L � c FI - 5t. P ul's Church. - �' � O MT- ,rC dau s$ue hardware schedule door schedule O(L5 RY rv,lk» X�ir..6rt11 , eA.lt 11D '-"- INX,k II:NK rtrTAt. R[MARiV. _tWtFRAV1E A w 5`n rAU'r isn5'+fF.ai Ar fAE f4, k[aVrFY b fNF �~ R IGi rsEtAS 4o+rvHfY f4fDIXG[N5'V[Cn. EA EYR CEI E111 R 'fA "R.iEVt U EM CEn ArM R :nrl2VT Iq `.+'2E MF. 1Y1'f, ai ZE HFIrU JfA. FA1 RAibK. GIt2E iMRL\HARE 5f1 --- 1 3'rrYTrr A 7YW SYII AYH GVI' 2f++A•3 'tG'A3 2i'A•31 Ll 2 rI.,K2ri-. ).m 5 rI.R2ffnTl 1 rAN:'[rra l•T� a n n .YII vYll ?iYll .',nl 51'll •iYtl 4Vl GV!' GU! i&Til 2fiAS1 2dA 3.1 2a/A 5.1 29+A-91 2YfA•31 2:JA•JI 2YA-5.1 2Jn-31 �- -_�21 21 f En L1L:r[ ??94YEb EtD tCf? SAR.:EHI 2 fA R1C�Ct IEJCYEMIiC• (+< <Rf,{41 1 U SlkMi G-r2tD+f Lt5 GI.R :W 2 EA V:AfU L'RC LCA' /,(! 4:UVRVO Y CA rWEErt.0 Tf:S 21 If4rD 1 FA tv;F.AMIC T(p 'f%J IFRr4) I Rvev f :iEf (IA:[ErVx: A•,iAYVt N CE'1LA' .!i (r/�AQTN.1 Y.PRV,Im 2li fQ4V.` t RA:+.mNf t'A�1lYN_ �,R ttllAtp5A+xL]< ! rA m", !•ICC 'M YrV'L ! EA Gr>(Ar !.t:'-0 fJ fE4V EA :infEtYHW' AGtt• GS& 4Iu tW:A ! U Glt Ci;iTN .'/!tiHC 7L fEln4 3 EA PCXt r(Mr 'b,GMt f.• rE4(C I :Er r•IE+Ern; bVJCNf T') 1 ECf I.1RAi�nl L^^LL!:b 'N fC4•t' t En GuJ[rLrt:4. ff+f CV7 Ar rE4[G ��Y � � g n Fi'. •+• � •� y Vow,f $ARIIGAJO[ C fsYll •vYfl AWW 7/•A•31 1•l/A I VA-31 31 s rAR 2-0'a )•Y F --- !aYtl "' SYII '- GV2' 2WA M1I ZJ1A•31 2:JA-31 21 ALO NYR[NArt I1 .___ -�-----•---._ .._.-.-. fRAAIF, ��_ VEIN � REKNnS_ -- .�. VVfrN itAME IV.RDWAKF Ip. Sl'E 1Y[C fgY.rl. 1YYC tiIZE 11E/.[! J+JItl ALL LARK+ filv'E ICI � J .��[[�� VA.':';` ^� 4j" �, (i fyV9•Y tlA1S1 WOR V •inl :inl b5+b' C.'A-31 i/A IMA:AI 5+A•31 •.1 '/ I+�.p'ritlAR11 W(rR V SYII t:Yll tl%tl• N.A31 r/A VIIA:1.1 HIA•31 ♦.1 e rAR 5-0'.0•T E tiYll `vttt '/ V2' r//AD IMA-5 2EJA•3I 21 door schedule notes EN yERf;C 'E [i ki4nlALIEPA:i11n✓ • I-EME SnAMEM 1 !r4 :IvP IIkrl X>VAI,9 K4l 2EAIANCES-At, GL\rCS A[EI?rA'rrI:1, UN:L'i - iCFME OiiE nGo,AIEpOMlpnp[ nic •'fiGNEV4 Q.Etl ItA4 rF Mf/,R .1 KFIIR le tEILAE AO EE.'21REP hL\.kW.:. tErnl[AW tEfnrt FjlpM<%(Nm REIWEA,W?.kG• tIIECEE <,h }; ) ' rN [EIAIC WiiN•C'AC fElft iC H4 rRA4E LEini EiSfUVE -� J�,i Ab NEa: FART :CALANTA!,,A rCR CTEV .A.,LI ArLt H[rEIVEtFt VLr. nrC Y[R 4r [R EEAUM NPrNp litcAfrE[ - r Am sYrvrKEP; Ru ,.rr+ - N,-4nlu• Rf14E TJ'AALSH UL;trvt: NEMyYNfY i.A�IV'i4Ai,r IrfNE•YHrrO1LiRW :r1E V9 EY.r+[:_ VVIE A!S rG,f E!A} ,t(`CI: fRl rLE tL VA1,rf E1•;tnA W'{ .l NO C(M;. ., !- E+r.NnEn:fcwrk•. uNA ors: v: RGI r o r,;H EnsnV'. t,R.s HEN,+Nn Erc RA x: ',r:.4 4A. rNE RfM AVpfA+Y HEYI NeATrER'iEALAR+Nrt1YrE1i4ElEf ♦r( 1C 4 C!TrV'." AENAEArrr-R:EAEA44M1L rERNErlt CR rK fu HeY{nN4fl.lE 41;'eNEW NG I— .g,Xt nfTLlln-E NEY1 ti1NfNER.[C(C-T full. �[{M,Y[f(tR K\'iE ANICnIC !ti A'•nl'�il. N/IK fT/.'!n P T!. VA!CK C4`iriM'. MAiGtl E05ir.Y nYFKEnTYAIYF u y�rb detail - door #1 u, iamb detail - door #8 [YA'R LYrL RE!Et i'C:wrR f+rE +"x:fUlt IRCfVE L VEIA- DAMILE - KN[L[f LNiRK,ir(.'I CCrnn NO •4Y'.'+if fKC1': ',nr •'�YNnrcrl,t4'CRL f QEMARA'., ALL N•f,LY/n1[r{YN:+N4 :'HERiinrr'i H Zahn a f! ,pT, C •{--K 5 y `J $ � ��, qCq-•r�.C• U S K• , /,Y FS c , m u 2 .� '0' !, C O ; a •� � 3 87 yV C a Q ; a ;�; � N doors e.scheduie �lr IYJ 2�V2' Lirf 2YT N II II •aaJl n N } ______"` ® ® o a H ` N I I �1(F{_�1y�71y��jj1� N�' A3 .uk 3':Trf �a.An 3'.Flr NOTE, NINOKit<RI.',anll+Crr,AIIY K%rif,EO(FYn'ttK.A, b+.'.A ineAJ,RYnMfrtERK]R lIRfN.ES I 1 A �yJJ � � fNaV:i trl E!rERiCR AHp drE[Kf•M.:AL V, kffAR All Rf uYttifCJrnt[C Rf AY E4irMIt4•T l NES !ARf a �� fF A.Vi AR<M1rv9 rERaR}QI RV AVA 4lER4E,E[ --'�" � �� I 1 O © © L,�-J,�, o-,, 1FC[5•Rllvom V. iNi1r-ir RnY r;A11F. ACUJtq•rC[MCRC ltC RE tO /AfHCR:,tn!• kEJI IVMECCAA'V A1rH i4E A WYt4i f10 k+I({f,YY. IXW ANC l ItMf' t1F1V.na+E1CGI„Ak Wl, AEn NI•rT RA4 •Y' C RCIVIIUR siEANPrk('i[E IC ciTCt, lRVLiJ I!A11ry E!I;rin%, IFM YN ryEf'�n'. fy 4AP?' Y+,Y[rN ArrC (A'JLRJrY• .�If C{WEE ANDf RC<RE r(Krt tONa(fn Eln, K: NFW 4YVRK, TLFRAVIE f4fe-E rI, VATCH ET.}M1•-. r 2V2 V4 2V2' 2Me Y{f 2V! I � A, N 6 � RI f� �r nrApi GN..:c • FFFR /i. t-kE M MAt• nrxrKAn�R sf/a rtclnE ro un2?t [o5nv: AW11VIERnrEQt C AAN7 C4M1- W'1E4fECED srurP[a taAsa v+'r+4rEREu'IAvcRtL r:Erl'n1rMEr(. rtA•i-w C4/_:• ECETn! FR[L E[AME Ar4! 4tr1l GH it•441•,'r, L1FEL IfACi 10 YE:iAtY+'If4. rt'QiLRt :�ZC A•S' fG:rilC YA!NifP nNP REVE [0 ry Nall b � 1''1j.'JJ}''..71iII '{IDj'1.;JI, N W L1J. 4 �, b IV a �• t OLfR:LV•;Itu:rru FY.I.4 N:r15 tfWiREL � " R } = 3 A•'ry •.,YM»EiE it4',/ G , E- 1 I Y 1 � 8} wvlf.rfaXc ra urr,:H�J ETrLnp ' HEMWEAMkSfAL HENYk-ER'Elt NEa1KRF`x✓rLC f�� }- S.l•'��i�1 I�Q16A date: Project # n!:odNL rE[rvErEA rP*F.E 0MAIN C . rlitE iOVAr;4 tu.:tOK• 1. Refer to sheet +43.2 for doors, transom$ 6 cargo door details and information. �'�u 5cheduk$ 6 Detags head/transom detail - doors #1 u s tion detail - door #8 As x.lr r.rrr ,�.'.s•.. FIT d $heat n-3 .•-._._ �._.__.- �,-.:-..,•may � r..�.� r""�^ > _ HFAO LrFTAI� AEN'iYHTr1EM1; [L:tPI I1[W $ �EnV Hi ICD•nID .Alit AltptHD rERRAEikt t[D-rr'k:: r[r A'S ArC KETAY EAG!{HG �Wr rEtWERFR RERN:E AJi Ri^•.JtREU 1111 E:?ACr AEW T.`rHiKM1; hC<w litN xENYHH�ETC RM• HEr/5»¢I£Ik rIAIAE� IIt'rrRE TO V ATCN rSUtE t0 UAr:M Efarur ET:LAt;r :AIRRI�ry rEIIVERR �EANYf AVNAD :µ'IA IRfAIYD rERMElER hEWY»:lrtiC riC'r •:611nvr ARLUVU rEtwEirR rErrAFERR NENWEAlnER EFAI rVl�l RE 10lIAU;x EwSM1`Y n2Ns nxErGcA; vS Knrn, r¢n>Yai.kn;rRAN6 Apr,•I,n r6uK[rtt xEN+1HlrElf irW HZE AHOrYpfry,[Mrn rKETGtt hE'n SYNiw.fY. Rol fR01SE f04A1Gr ERGTryC• IRCiLLE fG KAi;)t EfiHY;r Mht•(WI MD pwIr U:P'Ri IflFRFM VAI[11 ELR+MI,. HEVISlHHR*4 xfiR NEVI>nNilCh: rLI•VrVi W-Y H{NwEATxCSA rr.TFtE toA1 M MIRK( MlG cIG KAl1]1EA W, AtGVH9 r[tNEr[[ HEanfI.MEt:EAI AR[M1•HC rEU4ETEt VACMIiE WJi AHDYAW! ciRLCIE FOR Irwit UlV:AIE r¢a>»ItMf�C uaY.rROFrIE is r„acYNINEir• 5111 DETAll YMftf AYRtY.I-0Lr VAT:H EmillW :4nRrM hCa �YHi1ELY. n[a�YxiMir'.:W.ILniVI zI b ta11 - doors #2 #3 #4 & #9 p mb d it - door # m SRLr.iRh r w., .r,ro• + s•.r•r u W.Itt nn�LrxT. RFrA.*...Y[ as A vee. c[ru;E l:: te��[Ee rkrnR Ensrwawr 'r head/s• a it -door SEAV Hi A.YDWArEbVE¢R — YEN iMtNEir: [.A&N.i KAiCx 9IE AYD ItpEItE 1V Mi1�SCMHGVN NN FIr.Tgt- 4A[lYSY TU SEKAn HEW>»RnEM1'; iRN • �t4A jIW,� U;iiM1[I KI'tirH1[Y Y/AI,E rk0E4F 10 NAir1l ElfflAk• I¢Yl EA."•x lL 4Alra r1rw5»IfrtCil: frnKY: rN.iiRK WEAHG' IR la fkUrtE fO MATut ERtrTRrt: HIW LCORI[AvA .Y/ri! C Ak•A'j lil4r(T)IQ v/ r¢YI •v»ItMFK iVNTUK VA' i[KfERED Au[[V.Y 1G KAi jr �lnvDREl C.trJ. w; iWK.':aEE AHD FtCAItF FR/,Rrti� AORE lNE[ HFY: `.YbrH?it; tRWl 4tr1LY / RA4E iU M.AffN EAbiW:+ HEa :nli•tEi.: LCOK nEn.vEAfKR: Ent fttrtLE N vArry ERl>Ter• AIL�HW tER:4ElrR head/tra oom dctall - doors #2, #3, #4, & #9 •S «u4 a- �sil detail - doors #L #2, #3, #4#8 & #9detail - doors #L #2, #3, #4 #8 & #9 HEW RW aEk fA4[ttY At [v%t TCh Hrr! sYrlir�rL HCNSYHIr(rY; tt(CAnA�r tL4 CI.uC•IlSW EAtAr1T Ar— IERMEiFt rlr..N✓.rGC{UF f[COr[SL.L :ULAt¢AWNS IEWEIES HfaS»IffErr ISr. tEILYI wa»T.EiI: iG4 • HEW GCCR rlr K{ES£ANJ xrrCW[E r1Wf !SORE WMATGI rCfiYY,l rY4FtF fOW Dl r,,T % HEN Mrtry-,rL;, rRAWYi rhN Mlr.lEh'A W;1' Ir:lrtE iO VAi£x EAf+lCN• NEN EI;,tEhER lk^tTOVAT01 YGIW,i lF.r/SYHl14ri4 UfdR. HEN DTNiHEi[0.Yt Ri�rtE itl NA2H EINH'[: HENMATxCSERI'rfY. rtIFL[fO NAiVrfnSroa,'• tExwEATMEtER rLV!. E111, JREI I—E IM vRFk CAR;1� CE',M IA.�°E. T'a lFlmERlD tFANCREI AAES FA. TCD, AtiD rC�1.ED ri hCN m orth it - cloors 7 c ad de1 - laore #6 & #7 NEWwGt J. 5rSYYW3 nEN 5Yxi.f, lr�ttGt H[A'£YHlrF.TL; GiOR .fRriLE NCMFA:I[YFt rt.T: y,E1�NAl�Ffri44+ 11;NSrl TO rµf.N EIlirtY• fRU'RE f() UA!"J1 ERI'i1Cx± Hfn YRAlMES �RFfnr HEN—l"ll Y, M., maul.-rlr r¢WSlIYV lEr HFNaCAry,[5tt'YInY� E1rSIW EAWIr AFGnN NEI1 pYMirfEEY. CREAiE $IOrE IEIIWTFt /)DD �YL AHU tRl4 EW AH{il,[ 1FW 5Y4[EI�iT,Md:rJ4i/1VV �. w E[t_•rrnrt EJ.l:nx EccEa ry n^t 5IIAE"1CM FriE rtY.' 4AEp�tY ip SENInI `YJ'AYEI. •/r.1tt v south 'a b A tail • doors #6 & #7 sill tail • doare #6 & #7 Door_Elevat4onelPeta(15_GeneraLNote: 1. These elevations and Actails were provided by Salt Fork Woodworks for the DudAy Holly Center project from December 2009. These drawings are for informational purposes only and all dimensional data, trim/m Wing profiles and conditions shall be verified prior to bidding and fabrication. 2. The details may reference wood product clata/sizing. but for this project, all materials will be synthetic (fterglass) as noted throughout the drmvings and specifications. u r F n 7 pe F (Door 9) '' / r t D Typ C (Door 5) r. Type A (Door 1) r Tune B (Door 2 3 & 4) Vl •:A xM mw 3 �vX wow •M u.L www •5 x.M. rorr ' :iAU'✓.E4 A tErvLlAltEO r=� _'ALVH:ECD IEN:ifµtfi4— MEr4 C•VLL[�r,�yt i u 'ND'tVLX �YCF .N'a1SS B'P 7rlt 1nr rr t.tr 71r1• li K tI E » Detal A - Ovcrlav Deceit L MtAi •cu. loll C[rutc , Dorn awstrarcna 3 xdc rIrl.rD" t. rn Y"�� [•�i ire 7A b b - k b S xr.zr - awss .nc.r aru. w -- - L.yl' Typical Door Details L-4 hl Tvoical Door/Transom Door Section n T E (Door 8) r T1 D (Door 6 & • ) F•' a ifY --ji• �rl: r�r S' xW www 3' eulc ro« ! i 1 I ! j i I I EII 4 i FM I I s r�sir.sFc Ty Ln � a ti ! 5 t 1$ i 1 j 1 I I - 1 ^ 3 c r -- — T i Historical Exterior Doar P.eplacment at the: S a a �911rP R " Budd Holl Center and 5t. Faul'o Ch;ITX7=1 4` DHC bested at IM Crickets Avenue 6 Lubba '�--� 5PC 4007 University Avenue ,I Er E7= LLELJ 76' Historical Exterior Poor- Peplacment at the: m -Budd y Center and 5t, Faul'o Church 7;L, 13HC located at 1601 Cricketts Aven- & Lubbock, TX 79401 5FC 4007 Uni-mity Avenue demolition notes 1. General Contractor Shall visit the site and verify all conditions prior to submission of the bid. Report any discrepa"i" between Construction Documents and existing conditions to Architect immedately for clarification and/or correction. 2. All work is ie be performed in a first class workmanlike manner and comply with all governing codes and ordinances and Owners regulations. 3. Any power outages must be coordinated with the Architect 45 days prior to anticipated outage6. 4. Remove debris Prom site daily. General contractor shall be responsible for keeping the area around the job site dean and Safe at all times. Coordinate location of trash container with Owners representative prior to delivery. S. Protect existing structure. Piero, concrete panels, flooring, Soffit, bulkhead, etc. as required during, demohtlon. Any damage to occur shall be reported immediately to Owner and repaired or replaced At the sole expense of the General Contractor. 6. Protect existing walls as required, Repair any damage that occurs during demolition. 7. Provide construction lights and temporary power to be used during construction as required. & Safely disconnect & remove All lighting fixtures. Disconnect & remove any hvw ducts, diffuserS, grills, etc. as indicated on the elrowing6. 9. All material (affected by the construction) containing asbestos will be removea prior to the contract by an asbestos abatement company. 10. Safely remove AM plumbing fixtures and properly cap all sewer lines, water lines, vent stacks, etc. nos being reused. 11, Remove all walls within the space as indicated on the plans. 12. Contractor will coordinate with Architect & owners representative at Ole pre -construction meeting, available locations for waste handling & removal areas ( i.e. elevator, trash chutes/window removal, roof staging area, etc.) 15, Contractor Lay down area, otorage/6taging area, contractor construction office location will be determined by the owners representative prior to the pre -construction meeting. 14. Remove and safety store all equipment per Owners direction. 15. The existing electrical service is to remain in service. 16. Remove all other construction not noted above that interferes with the installation of new construction contained in these documents. 17, Owner will have first rights of refusal an all items demolished code compliance issues 1. All work shall be governed by strict compliance with city of Lubbock and State of Texas codes, ordinances & amendments. 2. All work Shah be eonstntacc( to meet the current requirements of the 2009 international BOW",, Code, 2009 International Plumbing Code, 20091ntemational Mechanical Code, 2011 National Electrical Code, National Fire Protection Association (NFPA). 2009 International Fire Code and the 2009 International Energy Conservation Code, 2010 NFPA 13 Fire 5prinkW 6. 2011 NFPA 70 (NEC), 2012 NFPA 90A (HVAC). 2012 NFPA 101 Life Safety Code, 3. Any discrepancies with the above code requirements shall be brought to the attention of the city of Lubbock code official for interpretation and then compusnee. 4. All work Shall be in strict compliance with the 2012 Texas Accessibility Standards & all adopted city ordinances & regulations for Accessibility issues. general notes 1. The General Contractor and their subcontractors shall visit the site and verify ON conditions and dimensiono prior to Submission of the bid. Should any discrepancies exist between the Con6truction Documents and existing conditions. immeefiarey report the" conditions to Architect for correction or clarification. Discrepancies not duly reported shah become the responsibility of the contractor for a complete installation. 2. The scope of Work shall include all work necessary to put the described space in a finished condition for opening of business. Only that work Specifically c xcluaed in the bid documents shall be ornitud from the Scope of Work 3. All work Is to be performed in strict compliance with applicable city of Lubbock and State of Texas codes, governmental codes and city ordinances and Owner6 regulations. 4. AN fees and permits required to construct the work Shall be acquired and paid for by the General Contractor 5. The General Contractor shall provide all material, labor, equipment, transportation and services necessary for the completion of the work unless otherwise noted in the bid documents. 6. The coordinatlon of ail work shall be the sole responsibility of the General Contractor. The supervision of all subcontractors shall be the sole responsibility of the General Contractor unless prior arrangements have been made with the Owner. 7. All work shall be performed in a "first class" workmanlike manner and conform to the intern of the Construction Documents and to the best practices of the trades mvolved. All work shall be in good and useable working order at the date of completion. 8. The General Contractor and all subcontractors shah guarantee all their labor and materials to be free from all defects for a period of not less than one year from the date the Owner approves the work and/or materials. All work and materials that become defective within one year from the Owners approval shall be replaced or repaired to "like mW condition without charge to the Owner. 9, The General Contractor shah provide electricity and water required during construction and fxturing of the Premises and arrange with the Owners Representative for any special services. 10, The General Contractor shall keep the premises dean and free from accumulation of waste and rubbish. At the completion of the project the General Contractor Shall leave the premises dean Including AN finished surfaces, fixtures. glass, mirror. etc. This includes all over painting, excess material (caulk, tape, adhesive, etc.) dust and debris associated with the work. 11. The General Contractor shah Abide by and cause all subcontractors to abide by All rules and regulations of the Owner, including but not limited to those pertaining to dress, Parking, toilet facilities, safety conduct, delivery of materials and Supplies, trash storage, collection and removal, confinement of work to the premises and general cooperation with Owner s Personnel. 12. The General Contractor shall provide access pariclb as required by the Owner and the nature of the equipment installed 13. The General Contractor Shall provide A schedule for all circuit breakers, valves, etc. to Owner at the completion of the coo L 14. The General Contractor shah inspect the structural system in the space and preserve and Protect all structural systems within the demised premises. Verify And meet all governing building and fire code requirements. 15, The General Contractor shall contact local buileling/fire code officials to verify type and number of required fire extinguishers. Verify location as indicated on the drawings. 16. All on site rodSionS to the Construction Documents by the General Contractor must be approved by Owner within 4a hours by written change order prior to commencing the work. 17. The General Contractor shah maintain one "clean" set of blue line Construction Documents on the job site for the sole purpose of maintaining a Project Record. All changes made on those documents in connection with final construction and installation shall be neatly and clearly drawn or noted in red Ink on the prints. Upon completion of the Project, the marked up Set of blue line prints showing the Project Record shall be delivered to the Owner for an "as-buht" record set. A copy shall also be delivered to the Owner's Representative. PAGE INTENTIONALLY LEFT BLANK