HomeMy WebLinkAboutResolution - 2014-R0194 - Contract - WR Construction Inc.- Civic Center Renovations - 05/22/2014Resolution No. 2014-RO194
May 22, 2014
Item No. 6.20
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. 11834 for Civic Center renovations project,
by and between the City of Lubbock and WR Construction, Inc., 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 on May -22, 2014
GL OBERTSON, MAYOR
ATTEST:
Rebe ca Garza, City Secretary
APPROVED AS TO CONTE
Scott Snider, Assistant City Manager
Community Services
APPROVED AS TO FORM:
Amy L. s Ass' nt C' orney
vw:ccdocs/RES.Contract-WR Construction. Inc
May 13, 2014
BID SUBMITTAL FORM
LUMP SUM PRICE CONTRACT
DATE:
Addendum No. 2 Revised Bid Form
PROJE/CT) /NUMBER: 91195.8302 — Civic Center Renovations Project
(�b"1S 7/<616;�Z'w L��tJC . (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of Civic Center Renovations Project, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time
set forth therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for perfonning and completing the said work within the time stated and for the prices stated below.
ITEM
DESCRIPTION
Material
Labor
Extended Cost
NO.
I
Exhibit Hall Interior Light, as specified
2
Exhibit Lighting Control System, as
specified
1419 2
V ``v
702
3
Exhibit I fall Lighting and Branch Circuit
Wiring, as specified
I "
4
Exterior Lighting Replacement, as
specified�08
���
%
3S-
5
Exhibit Hall and Site Improvements as
specified herein,
I I 5�0
to!'��
��
F
I TOTAL LUMP SUM
$ 952150
Alternative laid
Alt —Bid 1 Parking Lot Lighting - Refer to E4 -A $ G
Bidder's Initials
Total $884,743
Addendum No. 2 Revised Bid Form
Bidder 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 (270) CALENDAR DAYS
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay
to Owner as liquidated damages the sum of $500.00 for each consecutive calendar day in excess of the time set
forth herein above for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance
with instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality
in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30)
calendar days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he
further agrees to commence work on or before the date specified in the written notice to proceed, and to
substantially complete the work on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain
all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after
notice of award of the contract to him
We Bidder's Initials
Addendum No. 2 Revised Bid Form
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ or a Bid Bond in the sum of
.gym Dollars ($ a , which it is agreed shall be collected and
retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all
contract documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING. ,,uttttll::L;+;•,,,_
(Seal if Biddeirfis a Corporation)
ATTEST:
Bidder acknowledges receipt of the following addenda:
Addenda No. �_ Date �qllV
Addenda No. _� Date 6
Addenda No. Date /
Addenda No. Date O /
Date: A&;-1- /, -, 20/
Authoriz6d Signature
am
(Printed or Typed Name)
W /� LJ�I S?.CUc 71U � � �•�C.
Company 6 LIX 0/200
Address //
4efo4/( Z-,dzol�
City, County
-22XAS -271V/6
State Zip Code
Telephone: GYM 6Y2-
-
Fax: /9 2S—
FEDERAL TAX ID or SOCIAL SECURITY No.
SSI - 21AQ32 o
EMAIL: WK66AZOL) jP jyj.W . eq -?9
NIAVBE Firm: I I Woman Black American I Native American
L I Hispanic American I I Asian Pacific American I I Other (Snecifv)
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:
1. Name
2. Name
3. Name_
4. Name
General Distinguishing No.
and Manufacture's License No.
and Converter's License No.
and Representative's License No.
and Franchise Dealer's License No.
(Franchised TX dealer)
Bye
Authorized
hand
Addendum No. 2 Revised Bid Form
Officer Name and Title:_ (,JASJ,JF
Please Print
Business Telephone Number 906 — / — lM— FAX: 06 —6/ 9,-7 — 1?'Z5 —
E-mail Address:
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/individual:
Date of Award by City Council (for bids over $50,000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE May 22, 2014
CITY OF LUBBOCK
SPECIFICATIONS FOR
Civic Center Renovations Project
ITB 14-11834-KS
CONTRACT 11834
PROJECT NUMBER: 91195.8302.30000
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
www.thereproductioncompan.
Phone: (806) 763-7770
City of
bock
TEXAS
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
Page Intentionally Left Blank
ADDENDUM(S)
Page Intentionally Left Blank
RFP No. 14-11834-KS
4 't
City of
,Lubbock
ADDENDUM # I
Engineers Addendum Number One
ITB 14-11834-KS
Civic Center Renovations Project
DATE ISSUED: March 24, 2014
CLOSE DATE: April 15, 2014 at 3:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please see Engineers Addendum Number One.
All requests for additional information or clarification must be submitted in writing and directed to:
Kathryn Shepherd, Buyer
City of Lubbock
Purchasing and Contracts Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to kshepherd&lnylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
CITY OF LUBBOCK
Kathryn Shepherd
Buyer
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive bids.
It shall be the bidder's responsibility to advise the Director of Purchasing and Contract Management if any
language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in
this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of
Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such
notifications will be made.
CITY OF LUBBOCK
CIVIC CENTER EXHIBIT HALL AND
SITE IMPORVEMENTS
LUBBOCK, TEXAS
BSA Project No. 13-008
ADDENDUM NUMBER ONE
February 19, 2013
AV
�
. .............................0
MICHAEL T. STRAHAN.•
AO
84881
CENS
NOTICE TO BIDDERS:
The following shall be incorporated in and become a part of the original Drawings
and Specifications of the above identified project. Please acknowledge receipt of
this Addendum by noting it on your Proposal.
Architectural Items:
Item 1: On the drawings, Sheet C2
1. In the Enlarged North Entry —Renovation plan Change the
Exposed Aggregate Door Mat note to read as follows:
STAINED CONCRETE. OWNER TO SELECT COLOR FROM
MANUFACTURERS STANDARD COLOR SAMPLE.
Electrical Items:
Item 1: On the drawings, Sheet ED1 and ED2:
2. Add General Note J, General Note J shall read as follows:
J. ALL EXIT LIGHTS BEING REMOVED SHALL BE
SALVAGED AND RETURNED TO OWNER.
Item 2: On the drawings, Sheet E1:
1. The J-box referred to in Keyed Note 6 and Keyed Note 7 shall
be provided under Electrical Alternate Bid #3.
Item 3: On the drawings, Sheet E4:
1. On the Lighting Fixture Schedule Type A fixture shall be a
Lithonia Catalog # TZL1 L96 12000L LP840 MB.
End of BSA Addendum
ITB No. 14-11834-KS
4 't
City of
Lubbock
ADDENDUM # 2
Revised Bid Form/Engineers Addendum
Number Two
ITB 14-11834-KS
Civic Center Renovations Project
DATE ISSUED: March 26, 2014
CLOSE DATE: April 15, 2014 at 3:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please see Revised Bid Form that must be submitted with bid. Alternate Bid #1 and Alternate Bid #2
have been added.
2. Please see Engineering Addendum Number Two. Supplemental Drawing E4-A has been added.
2.1. Alternate Bid #1 (Flood Light and Pole Mounted Light Fixtures) Drawing ES2.
2.2. Alternate Bid #2 (Pole and Pole Mounted Light Fixtures) Drawing ES4.
All requests for additional information or clarification must be submitted in writing and directed to:
Kathryn Shepherd, Buyer
City of Lubbock
Purchasing and Contracts Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to kshepherd&lnylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
�af " J 461WAd
CITY OF LUBBOCK
Kathryn Shepherd
Buyer
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive bids.
It shall be the bidder's responsibility to advise the Director of Purchasing and Contract Management if any
language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in
this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of
Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such
notifications will be made.
Addendum No. 2 Revised Bid Form
BID SUBMITTAL FORM
LUMP SUM PRICE CONTRACT
DATE
PROJECT NUMBER: 91195.8302 — Civic Center Renovations Project
(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of Civic Center Renovations Project, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time
set forth therein and at the price stated below.
The 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.
ITEM
DESCRIPTION
Material
Labor
Extended Cost
NO.
1
Exhibit Hall Interior Light, as specified
2
Exhibit Lighting Control System, as
specified
3
Exhibit Hall Lighting and Branch Circuit
Wiring, as specified
4
Exterior Lighting Replacement, as
specified
5
Exhibit Hall and Site Improvements as
specified herein,
TOTAL LUMP SUM
$
Alternative Bid
Alt — Bid 1
Parking Lot Lighting - Refer to E4-A
$
Alt — Bid 2
Parking Lot Lighting - Refer to E4-A
$
Bidder's Initials
Addendum No. 2 Revised Bid Form
Bidder 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 (270) CALENDAR DAYS
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay
to Owner as liquidated damages the sum of $500.00 for each consecutive calendar day in excess of the time set
forth herein above for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance
with instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality
in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30)
calendar days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he
further agrees to commence work on or before the date specified in the written notice to proceed, and to
substantially complete the work on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain
all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after
notice of award of the contract to him
Bidder's Initials
Enclosed with this bid
Addendum No. 2 Revised Bid Form
is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of
Dollars ($ ), which it is agreed shall be collected and
retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all
contract documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City,
State
Telephone: -
Fax: -
County
Zip Code
FEDERAL TAX ID or SOCIAL SECURITY No.
EMAIL:
MIWBE Firm: Woman I I Black American I I Native American
Hispanic American I I Asian Pacific American I I Other (Specify)
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:
1. Name and Manufacture's License No.
2. Name and Converter's License No.
3. Name and Representative's License No.
4. Name and Franchise Dealer's License No.
General Distinguishing No. (Franchised TX dealer)
Addendum No. 2 Revised Bid Form
By Date:
Authorized Representative - must sign by hand
Officer Name and Title:
Please Print
Business Telephone Number FAX:
E-mail Address:
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $50, 000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
4
Consulting EKineers, PLLCFirm Reg. #F 4415
CITY OF LUBBOCK
CIVIC CENTER EXHIBIT HALL AND
SITE IMPORVEMENTS
LUBBOCK, TEXAS
BSA Project No. 13-008
ADDENDUM NUMBER TWO
March 26, 2014
NOTICE TO BIDDERS:
The following shall be incorporated in and become a part of the original Drawings
and Specifications of the above identified project. Please acknowledge receipt of
this Addendum by noting it on your Proposal.
Electrical Items:
Item 1: On the drawings, Sheet E4:
1. In the Lighting Fixture Schedule, Revise Fixture Types `B' and
`131'. Refer to Supplemental Drawing E4-A for changes
1. In the Lighting Fixture Schedule, revise Note 8. Refer to
Supplemental Drawing E4-A for changes.
End of BSA Addendum
IN
CIVIC CENTER SITE IMPROVEMENTS
- LIGHTING FIXTURE SCHEDULE
TYPE
VOLTS
MOUNTING
MANUFACTURER
CATALOG NUMBER
LAMPS
NOTES:
LITH
OOL LP840 MB
B
277
PENDANT
LUX
LED-GYM-8-UNV-0-10DIM 840 /CCORD 4/10' HS20Y LADW 4' BLK
LED
---
277
PENDANT
LED-GYM-8-UNV-0-10DIM 840 /CCORD 4/10' HS20Y LADW 4' EM BLK
LED
1
C
2
D
277
SURFACE
MLITHONIA
CB 232 MVOLT GEB101S
(2) F32T8/SP35
---
D1
277
SURFACE
CB 232 MVOLT GEB101S EL
(2) F32T8/SP35
1
F
277
POST
MRP LED 1 6313530/40K SR5 MVOLT DDBXD
LED
2
G
277
POST
LITHONIA
MRP LED 1 6313530/40K SR2 MVOLT DDBXD
LED
2
G1
277
POST
LITHONIA
MRP LED 1 6313530/40K SR2 MVOLT DDBXD
LED
3
G2
277
POST
LITHONIA
MRP LED 1 6313530/40K SR3 MVOLT DDBXD
LED
2
H
277
SURFACE
LITHONIA
DSXF2 LED 3 A530/40K WFL MVOLT DDBXD
LED
7
J
277
POLE
LITHONIA
DSXF3 LED 8 A530/40K WFR MVOLT YKC62 DDBXD
LED
-
P
277
POLE
LITHONIA
DSX2 LED 100C 700 40K T3M MVOLT HS
LED
4,8
P3
277
POLE
LITHONIA
DSX2 LED 100C 700 40K T4M MVOLT HS
LED
5,8
P4
277
POLE
LITHONIA
DSX2 LED 100C 700 40K T4M MVOLT
LED
7
P5
277
POLE
LITHONIA
DSX2 LED 100C 700 40K T4M MVOLT
LED
6,8
X
277
WALL / SURFACE
LITHONIA
LE S B 1 R EL N SD
LED
LIGHTING FIXTURE NOTES.
1. PROVIDE FIXTURE WITH 1400 LUMEN EMERGENCY BALLAST.
2. PROVIDE FIXTURE WITH 10' AMERICAN LITE POLE #RNS-10-40-11-PT-PCDB-BC POLE AND HAPCO #89112 SPLIT BASE COVER.
3. PROVIDE FIXUTRE WITH 8' AMERICAN LITE POLE #RNS-8--40-11-PT-PCDB-BC POLE AND HAPCO #89112 SPLIT BASE COVER.
4. PROVIDE FIXTURE WITH LITHONIA POLE #SSA 25 5G DM19AS DDB.
5. PROVIDE FIXTURE WITH LITHONIA POLE #SSA 25 5G DIM39AS DDB.
6. PROVIDE FIXTURE WITH LITHONIA POLE #SSA 25 5G DIM49AS DDB.
D E N T B 1
8. FIXTURE PROVIDED UNDER ALTERNATE BID #2 ONLY.
SUPPLEMENTAL DRAWING E4-A
16kkip City of
0 T E X A S
Lubbock
DATE ISSUED
CLOSE DATE & TIME
ADDENDUM # 3
Clarifications
ITB 14-11834-KS
Civic Center Renovations Project
April 1, 2014
April 15, 2014 at 3:00 PM CST.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Bidders are invited to review the following for questions and answers:
Questions and Answers:
1. Q: Will there be exterior closures while work is being performed?
A: Yes, arrangements can be made while this work is being performed. To be discussed at the
Pre -Construction Meeting.
2. Q: Will there be closures for the painting and interior lighting?
A: No, work being performed can not hinder events that are booked at the Civic Center. To be
discussed at the Pre -Construction Meeting.
3. Q: Can the north doors be locked during construction?
A: No, the north doors cannot be locked or blocked at any time. This is the primary Emergency
Responder entrance. A gangway or plywood decking will need to be put in place during
concrete repairs.
4. Q: Does this bid include the electric doors called out on C2?
A: No, refer to Sheet C2 — The note with a leader pointing to the north entrance doors that talks
about automatic door openers is to be omitted from this phase
5. Q: Can sub -contractors be brought to the Civic Center to view the areas that are part of this project?
A: Yes, but please make arrangements with Freddy Chavez and Debra Justice in the Civic Center
Business Office prior to your visit.
6. Q: What is the volume of Quarry tile required for replacement?
A: The City will supply.
7. Q: What hallways are included in this project?
A: The north and south foyers leading to the Exhibit Hall from the Pedestrian Mall are not included
with this phase of work.
All requests for additional information or clarification must be submitted in writing and directed to:
City of Lubbock
Kathy Shepherd
Buyer
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or Emailed to Kshepherd@mylubbock.us
�affn" S&*zd
Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise
the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc., or any combinations thereof,
inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must
be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be
made.
RFP No. 14-11834-KS
4 't
City of
,lLubbock
ADDENDUM 4
Engineers Addendum Number Three
ITB 14-11834-KS
Civic Center Renovations Project
DATE ISSUED: April 10, 2014
CLOSE DATE: April 15, 2014 at 3:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please see Engineers Addendum Number Three.
All requests for additional information or clarification must be submitted in writing and directed to:
Kathryn Shepherd, Buyer
City of Lubbock
Purchasing and Contracts Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to kshepherdkmylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
CITY OF LUBBOCK
Kathryn Shepherd
Buyer
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive bids.
It shall be the bidder's responsibility to advise the Director of Purchasing and Contract Management if and
language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in
this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of
Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such
notifications will be made.
Consulting ENineers, PLLCFirm Reg. #F4415
CITY OF LUBBOCK
CIVIC CENTER EXHIBIT HALL AND
SITE IMPORVEMENTS
LUBBOCK, TEXAS
BSA Project No. 13-008
ADDENDUM NUMBER THREE
April 9, 2014
NOTICE TO BIDDERS:
The following shall be incorporated in and become a part of the original Drawings
and Specifications of the above identified project. Please acknowledge receipt of
this Addendum by noting it on your Proposal.
Electrical Items:
Item 1: On the drawings, Sheet E4:
1. In the Lighting Fixture Schedule, Lighting Fixture Notes #4
provide Lithonia pole # RTS-25-70-11-DM19AS-PCDG-BC
2. In the Lighting Fixture Schedule, Lighting Fixture Notes #5
provide Lithonia pole # RTS-25-70-1 1 -DM39AS-PCDG-BC
3. In the Lighting Fixture Schedule, Lighting Fixture Notes #6
provide Lithonia pole # RTS-25-70-1 1 -DM49AS-PCDG-BC
End of BSA Addendum
Contractor Checklist
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 unbound copy of every item
I i sted.
1. I
_ZCarefully read and understand the plans and specifications 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, I --inal, 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 Identify addenda
received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL
SECURITY number.
2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as vour bid surety.
Failure to provide a bid surety '1Y�ILL result in automatic rejection of your bid.
3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT
AFFIDAVIT. This must include the signature of the agent or broker. Contractor's
signature must be original.
4. Clearly mark the bid number, title, due date and time and your company name and
address on the outside of the envelope or container.
5. Ensure your bid is RECEIVED, by the City of Lubbock Purchasing and Contract
Management Office prior to the deadline. Late bids will not be accepted.
6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses
must be explained in detail and submitted with Bid.
7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include
C�
firms FEDERAL TAX ID number or Own er 'v SOCIAL SECURITY number.
S. Complete and submit the LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
9. — 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
INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR DID SUBMITTAL.
(Type or Print Company Name)
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL — (must be submitted by published due date & time)
3-1. LUMP SUM BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-3. SAFETY RECORD QUESTIONNAIRE
3-4. SUSPENSION AND DEBARMENT CERTIFICATION
4. LIST OF SUB -CONTRACTORS
5. PAYMENT BOND
6. PERFORMANCE BOND
7. CERTIFICATE OF INSURANCE
8. CONTRACT
9. GENERAL CONDITIONS OF THE AGREEMENT
10. DAVIS BACON WAGE DETERMINATIONS
11. SPECIAL CONDITIONS (IF APPLICABLE)
12. SPECIFICATIONS
3
Pale Intentionally Left Blank
NOTICE TO OFFERORS
Page Intentionally Left Blank
NOTICE TO BIDDERS
ITB 14-11834-KS
Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management , City
of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management
Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 PM CST on
April 15, 2014, 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:
Civic Center Renovations Project
After the expiration of the time and date above first written, said sealed bids will be opened in
the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole
responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and
Contract Management Office for the City of Lubbock, before the expiration of the date above first
written.
Bids are due at 3:00 PM CST on April 15, 2014, and the City of Lubbock City Council will
consider the bids on May 8, 2014, 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 bids and waive
any formalities. The successful bidder 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 bidder 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 should
be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE
IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE
SAME DATE THAT THE CONTRACT WAS AWARDED.
The estimated budget for this project is $915,000.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount
not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a
contract and execute all necessary bonds (if required) within ten (10) business days after notice of
award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY
WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND
RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL.
It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed
that all such factors have been thoroughly investigated and considered in the preparation of the bid
submitted. There will be a non -mandatory pre -bid conference on April 1, 2014, at 10:00 AM CST,
in Terrace Suite, Lubbock Memorial Civic Center, 1501 Mac Davis Lane, Lubbock, TX. A
walk -though will follow after the meeting.
4
Page Intentionally Left Blank
Bidders may view the plans and specifications without charge at The Reproduction Company,
2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.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 Six 60
days after the opening of bids. Additional sets of plans and specifications may be obtained at the
bidder's expense. Bid documents with specifications may be viewed and downloaded from
www.bidsync.com.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing and Contract
Management Office of the City of Lubbock, which document is specifically referred to in this Notice
to Bidders. Each bidder's 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 bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises shall be afforded equal opportunities
to submit bids in response to this invitation and will not be discriminated against on the grounds of
race, color, sex, disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock
pre -bid meetings and bid openings are available to all persons regardless of disability. If you require
special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572
or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
�AlaYtGi AC arez
PURCHASING AND CONTRACT MANAGEMENT
OFFICE
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Civic Center
Renovations Project per the attached specifications and contract documents. Sealed bids will be
received no later than 3:00 PM CST April 15, 2014, at the office listed below. Any bid received
after the date and hour specified will be rejected and returned unopened to the bidder. Each bid
and supporting documentation must be in a sealed envelope or container plainly labeled in the
lower left-hand corner: "ITB # 14-11834-KS, Civic Center Renovations Project" and the bid
opening date and time. Bidders must also include their company name and address on the outside
of the envelope or container. Bids must be addressed to:
Marta Alvarez, Director of Purchasing
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract
Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or
delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of
delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private
courier service. No bids will be accepted by oral communication, telephone, electronic mail,
telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX
BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -
mandatory pre -bid meeting will be held at 10:00 AM CST on April 1, 2014, Terrace Suite,
Lubbock Memorial Civic Center, 1501 Mac Davis Lane, Lubbock, TX. A walk -
though will follow after the meeting.
2.2 All persons attending the meeting will be asked to identify themselves and the prospective bidder
they represent.
2.3 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory.
The City will not be responsible for providing information discussed at the pre -bid meeting to
bidders who do not attend the pre -bid meeting.
3 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information
available over the Internet at www.bidsync.com. We strongly suggest that you check for any
addenda a minimum of forty-eight hours in advance of the response deadline.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public
libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Purchasing and Contract Management Office. At
the request of the bidder, or in the event the Purchasing and Contract Management Office deems
the interpretation to be substantive, the interpretation will be made by written addendum issued
by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and
6
Contract Management Office will be available over the Internet at www.bidsync.com and will
become part of the bid package having the same binding effect as provisions of the original ITB.
NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to
have a request for interpretation considered, the request must be submitted in writing and must be
received by the City of Lubbock Purchasing and Contract Management Office no later than five
(5) calendar days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any amendment or interpretation that is not in writing.
Only information supplied by the City of Lubbock Purchasing and Contract Management Office
in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder
may have had before or after receipt of this ITB 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 bid should be disregarded in preparing
responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these
specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Invitation to Bid. Failure to make such investigations and examinations shall
not relieve the bidder from obligation to comply, in every detail, with all provisions and
requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Purchasing and Contract Management Office and a
clarification obtained before the bids are received, and if no such notice is received by the
Purchasing and Contract Management Office prior to the opening of bids, then it shall be
deemed that the bidder fully understands the work to be included and has provided
sufficient sums in its bid to complete the work in accordance with these plans and
specifications. If bidder does not notify Purchasing and Contract Management Office
before bidding 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 bid closing date.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a bid.
5.2 The issuance of this ITB 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 bid shall be paid by the bidder.
6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and
decline to release such information initially, but please note that the final determination of
whether a particular portion of your bid is in fact a trade secret or commercial or financial
information that may be withheld from public inspection will be made by the Texas Attorney
General or a court of competent jurisdiction. In the event a public information request is received
for a portion of your bid that you have marked as being confidential information, you will be
notified of such request and you will be required to justify your legal position in writing to the
Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it
is determined by opinion or order of the Texas Attorney General or a court of competent
jurisdiction that such information is in fact not privileged and confidential under Section 552.110
of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
6.3 Marking your entire bid 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 bidder
is or may be required to pay.
UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The bidder 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 bid, the bidder certifies and represents to the City the bidder 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 bid.
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 bidders shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
11 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the
project covered by the contract documents be given a reasonable opportunity to examine the
documents and prepare a bid without charge or forfeiture of deposit. The contract documents
may be examined without charge as noted in the Notice to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It
shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if
any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the
requirements stated in this ITB to a single source. Such notification must be submitted in writing
and must be received by the City of Lubbock Purchasing and Contract Management Office no
later than five (5) calendar days before the bid closing date. A review of such notifications will
be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS
FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS
INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN
FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED
TO:
Kathryn Shepherd, Buyer
City of Lubbock
Purchasing and Contract Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: Kshepherd@mylubbock.us
Bidsync: www.bidsvnc.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 270
calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to
the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing,
provided, however, the City reserves the right to require the Contractor to submit a progress
schedule of the work contemplated by the contract documents. In the event the City requires a
progress schedule to be submitted, and it is determined by the City that the progress of the work
is not in accordance with the progress schedule so submitted, the City may direct the Contractor
to take such action as the City deems necessary to ensure completion of the project within the
time specified.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and
grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some
detail will not relieve the Contractor of full responsibility for providing materials of high quality and for
protecting them adequately until incorporated into the project. The presence or absence of a
representative of the City on the site will not relieve the Contractor of full responsibility of complying
with this provision. The specifications for materials and methods set forth in the contract documents
provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory
project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed
against defective materials and workmanship. Prior to final acceptance, the Contractor shall
furnish to the Owner, a written general guarantee which shall provide that the Contractor shall
remedy any defects in the work, and pay for any and all damages of any nature whatsoever
resulting in such defects, when such defects appear within ONE year from date of final
acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner
(City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents
and warrants fault -free performance and fault -free result in the processing date and date -related
data (including, but not limited to calculating, comparing and sequencing) of all hardware,
software and firmware products delivered and services provided under this Contract, individually
or in combination, as the case may be from the effective date of this Contract. Also, the
Contractor warrants calculations will be recognized and accommodated and will not, in any way,
result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may
require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to
comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its
sub -contractor or any third party involved in the creation or development of the products and
services to be delivered to the City of Lubbock under this Contract. Failure to comply with any
of the obligations contained herein, may result in the City of Lubbock availing itself of any of its
rights under the law and under this Contract including, but not limited to, its right pertaining to
termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in
this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices, its
schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to five sets of plans and specifications and
related contract documents for use during construction. Plans and specifications for use during
construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies
of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the
work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not
paid for such work, until the date the City issues its certificate of completion to Contractor. The City
reserves the right, after the bids have been opened and before the contract has been awarded, to require of
a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to
buy the materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in
such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines,
conduits or other underground structures which might or could be damaged by Contractor during the
10
construction of the project contemplated by these contract documents. The City of Lubbock agrees that it
will furnish Contractor the location of all such underground lines and utilities of which it has knowledge.
However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such
underground lines or structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City
of Lubbock, Texas, at Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of
explosives, the Contractor shall assume full responsibility for all damage, which may occur as a
direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to
be used, the Contractor shall use utmost care so as not to endanger life or property and the
Contractor shall further use only such methods as are currently utilized by persons, firms, or
corporations engaged in similar type of construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated
by this contract, it shall be the duty of the Contractor to notify each utility company having
structures (above or below the ground) in proximity to the site of the work of Contractor's
intention to use explosives, and such notice shall be given sufficiently in advance to enable the
companies to take such steps as they may deem necessary to protect their property from injury.
Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting
from his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time that
the work contemplated by this contract is in progress.
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.
11
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF
LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE
INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AND THE ENGINEER AS A PRIMARY ADDITIONAL INSURED
AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE
EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE
SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY
TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR
EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT
SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
26 LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate 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 bidders' 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 bidder'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 the contract requiring an inspector shall not be performed on weekends or holidays
unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sunday 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 Sunday or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
27.1 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
12
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, 200 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.
27.2 House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1,
2014, authorizes a penalty to be imposed on a person who contracts for certain services
with a governmental entity and who fails to properly classify their workers. This applies
to subcontractors as well. Contractors and subcontractors who fail to properly classify
individuals performing work under a governmental contract will be penalized $200 for
each individual that has been misclassified. Governmental entities may want to include
information on this new misclassification penalty in their contracts with entities that are
providing services covered by this new requirement (Texas Government Code Section
2155.001).
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid 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 bidder without being considered.
29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form
shall be correctly filled in, stating the price in numerals for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and
legibly, or typewritten. A bid that has been opened may not be changed for the purpose of
correcting an error in the bid price.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a bid is submitted by a firm, association, or partnership, the name and address of each
member must be given and the bid signed by a member of the firm, association or partnership, or
person duly authorized. If the bid is submitted by a company or corporation, the company or
corporate name and business address must be given, and the bid signed by an official or duly
authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly
certified and must be in writing and submitted with the bid. The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders,
and endorsed on the outside of the envelope in the following manner:
29.3.1 Bidder's name:
29.3.2 Bid for 14-11834-KS, Civic Center Renovations Project. Bid submittals may be
withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid
may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has
been opened may not be changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE
BID SUBMITTAL FORM PRIOR TO BID OPENING.
13
30
31
Kea
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include
the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(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 bidder for his inspection in accordance with the Notice to
Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
QUALIFICATIONS OF BIDDERS
The bidder 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 bidder may also be required to give a past history and
references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to
perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that
maybe requested. The bidder's bid maybe deemed not to meet specifications or the bid may be rejected
if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the
bidder is properly qualified to carry out the obligations of the contract and to complete the work described
therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the bidder 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 bidder.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of
ALL similar municipal and similar non -municipal current and completed projects for the past three (3)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
I I O MAM_�7 �1
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid,
and to waive immaterial formalities and to accept the offer most advantageous to the City of
Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid
based on the total bid for Bid plus the sum of any Alternate Bids or Options the City may select.
14
33
34
32.2 All bids are evaluated for compliance with specifications before the bid price is considered.
Response to specifications is primary in determining the best low bid. Failure to comply with the
specifications may result in disqualification of the bid.
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding
may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney
General to determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be
lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that
a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders'
home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered
into the State of Texas and under the laws of the State of Texas. In connection with the
performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal
Opportunity Employment Act, and all other applicable Federal, State, and Local laws,
regulations, and executive orders to the extent that the same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO
LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT,
AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS
SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO
BID.
32.7 The estimated budget for this project is $915,000.
ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES,
SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY
MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE
COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR
PRESENTATIONS, UNLESS REQUESTED BY THE CITY.
33.2 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.
PREVAILING WAGE RATES
34.1 Bidders 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
34.2 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
15
character in the locality in which the work is performed, and not less than the general
prevailing rate of per diem wages for legal holiday and overtime work.
34.3 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:
hLp://www.wdol.aov/dba.aspx
34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from
the web site for the type of work defined in the bid specifications.
34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023
shall payto 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.
16
Page Intentionally Left Blank
BID SUBMITTAL FORM
Page Intentionally Left Blank
BID SUBMITTAL FORM
LUMP SUM PRICE CONTRACT
DATE:
.Addendum No. 2 Revised Bid Forrn
PROJECT NUMBER: 91195.8302 — Civic Center Renovations Project
al
__(herein, l ter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of Civic Center Renovations Project, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and beina familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials. and
supplies-, and to construct the project in accordance with the plans, specifications and contract documents, within the time
set forth therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, accordint, to the
accompanying forms.. for performing and completing the said work within the time stated and for the prices stated below.
FTEM
DESCRIPTION
Material
Labor
Extended Cost
NO,
I
Exhibit Hall Interior Light, as specified
—
(6
2
—
Exhibit Lighting Control System, as
specified
_alo
70Z-
Exhibit I fall Lighting and Branch Circuit
Wiring, as specified
4
Exterior Lighting Replacement, as
specified
9L 13-
Exhibit [fall and Site I tu provenie tits as
specified herein,
iq4f
FOTAL LUMP SUM,
__
.5 0
Alternative Bid
41 Bidder's Initials
Addendum No. 2 Revised Bid Forin
Bidder 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 (270) CALENDAR DAYS
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay
to Owner as liquidated damages the sum of $500.00 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.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance
with instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality
in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30)
calendar days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he
further agrees to commence work on or before the date specified in the written notice to proceed, and to
substantially complete the work on which he has bid; as provided in the contract documents.
Bidders 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 bid 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 bid submitted as a guarantee that bidder will enter into a contract, obtain
all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after
notice of award of the contract to him
�e Bidder's Initials
Addendum No. 2 Revised Bid Form
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars (S ) or a Bid Bond in the sum of
im
Dollars (S o), which it is agreed shall be collected and
retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents, insurance certificates, and the required
bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of
acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all
contract documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
(Seal if Bid qe�rs a Corporation)
ATTEST: A4 l
Bidder acknowledges receipt of the following addenda:
Addenda No. Date q11V
Addenda No. Date
Addenda No. Date
Addenda No. Date
Date: Aljcjr�-- /�,
Authorize) Signature
(Printed or Typed Name)
Company
Address
City, County
_;7;YVI46
State Zip Code
Telephone:
: W—Alr-
Fax 2— 19 Zl--
FEDERAL TAX ID or SOCIAL SECURITY No.
EMAIL: 40K 6z--AKc,0`)) Mflt) , !�'O-M
MAVBE Firm: LWoman Black American Native American
I Hispanic American Asian Pacific American Other spccifv)
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:
1. Nai
2. Nai
3. Nai
4. Naj
General
and Manufacture's License No.
and Converter's License No.
and Representative's License No.
and franchise Dealer's License No.
(Franchised TX dealer)
Addendum No. 2 Revised Bid Form
Authorized - Rep
r active- - 'mus1,;i7q_W —hy hand
Officer Name and Title: iiPlease Print
Business Telephone Number 57N - il'q n— FAX: �1'64 9,;7
E-mail Address: k)/( 6L-J 40,1 <P
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $50, 000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB Nt)MBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
Bid Bond
Surety Department
KNOW ALL MEN BY THESE PRESENTS,
That we, WR Construction, Inc., as Principal, hereinafter called the Principal, and the Texas Bonding
Company, a Corporation created and existing under the laws of the State of California, whose principal,
office is in Los Angeles, CA, as Surety, hereinafter called the Surety, are held and firmly bound unto the Lay
of Lubbock, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the
amount bid ($ ----- 5% ---------), for the payment of which sum, well and truly to be made, the said Principal
and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
Whereas, the Principal has submitted a bid for
City of Lubbock Civic Center Renovations
NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a
contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall
pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid
and such larger amount for which the Obligee may in good faith contract with another party to perform the
work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and
effect.
Signed and sealed this 15th day of April, 2014.
Attest: WR Constru
etion, Inc.
(Principal)
By: A&Z By
Witness:
By
Form S-3266-4 Printed in USA 12-70
Texas Bonding Company
Kevin J75unn/,IIorney-`Iin-Fact (SEAL)
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas
Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland
corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make,
constitute and appoint:
Tracy Tucker, Kevin Dunn, W. Lawrence Brown or Steven Tucker of Lubbock, Texas
its true and lawful Attorneys) -in -fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond
penalty does not exceed ******Ten Million****** Dollars ($ **10,000,000.00**
This Power of Attorney shall expire without further action on December 08, 2016. This Power of Attorney is graned under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full
power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company sub*t to 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,
recogni7ances, 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 if signed by the President and scaled and effected
by the Corporate Secretary.
Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hem -after affixed to any power of attorney or any certificate relating
thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seat shall be valid and binding upon the Company with respect to
any bond or undertaking to which it is attached,
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
loth day of December, 2012.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
7
4p
By:
iW
Daniel P. Aguilar, Vice President
.4
State of California
County of Los Angeles SS:
On 10th day of December, 2012, before me, Vanessa Wright, a notary public, personally appeared Daniel P. Aguilar, Vice President of
American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance
Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument
and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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.
V. *4*T
Signature (Seal) VAVY
. ..... - . ........ . V_ ..... . . ...... ......... ... ................... tos MOOS
2.0 1
1, Jeannie Lee, 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 in full force and effect.
In WitnKss Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this _AOay
of pyll'! -, ZO i L1.
011 1
Corporate Seals 6 ,
ef, o
1V
Bond No. _�Jh_
vs Jeannie Lee, sistant Secretary
Agency No. 177032 011
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
'ro Be Completed by Bidder
Must be submitted with Bid
WWWA.1"WROM Ll
1, the undersigned Bidder, certify that the insurance requirements contained in this bid 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 bid.
Conti -actor ( ?` iginal Signature) Contractor (Print)
CONTRACTOR'S BUSINESS NAME:
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 6
AJJ(`A4-0- ',
I 4 ,
Ab H ('4601
�X 1_7%Wel
-Cr. c e_s , /VM... 9ff 00 �—
If the time requirement specified above is not met, the City has the right to reject this bid and award the contract
to another contractor. If you have any questions concerning these requirements, please contact the Director of
Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572.
ITB 14-11834-KS — Civic Center• Renovations Project
Page Intentionally Left Blank
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids 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 bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The
City may consider any incidents 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 bidder 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 from bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, receiv�tts for violations of OSHA within the past three (3) years`
YES NO
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
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.
l�AX Bidder's Initials
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, 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 4'1�
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
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 bidder, or the firm, corporation, partnership, or institution represented by bidder, 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 from serious bodily injury or death?
YES NO
Ifthe bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
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.
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/oven by me in this questionnaire shall be
investigated, with my full permission, and that any misrepresentations or Vfssions may cause my bid to be rejected.
Title
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-] 10) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $50,000 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 $50,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
1, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAME:
FEDERAL TAX ID or SOCIAL SECURITY 65— Vr—
Signature of Company Official:
Printed name of company official signing above:
Date Signed: Z
Pale Intentionally Left Blank
LIST OF SUB -CONTRACTORS
Pale Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
ITB 14-11834-KS — Civic Center Renovations Project
LIST OF SUB CONTRACTORS
Company Name Location Services Provided
A(AM /0
7 41-1�flclf VIA-
'41
Company
Address
City, County
'Tza4-75— . 71el
State Zip Code
Telephone: dye - '
Fax: k ;7 — / f
Minority Owned
Yes No
El 91---
D
❑
El
0
❑
Cl
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO
2
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14,
15.
16.
ITB 14-11834-KS — Civic Center Renovations Project
FINAL LIST OF SUB CONTRACTORS
Minority
Owned
Company Name
Location
Services Provided
Yes
No
R&R Ditching
Lubbock
Site Demolition
0
X
WA Paving
Lubbock
-Asphalt / Striping
0
X
San Diego Concrete
Lubbock
Concrete
0
X
Charles Harqrove
Lubbock
Painting
0
X
D&K Hunt Electric
Lubbock
Electrical
0
X
El
D
11
D
El
0
0
0
Company
WR Construction, Inc.
Address
Lubbock
Lubbock
City,
Cotinty
Texas
79416
State
Zip Code
Telephone: 806
- 687-191S
Fax: 806--
68-7-1925
THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID
CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO.
3
PAYMENT BOND
Pale Intentionally Left Blank
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 WR Construction, Inc. (hereinafter called the Principal(s), as
Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Eight Hundred Eighty -Four Thousand, Seven Hundred Forty -Three
Dollars ($884,743) lawful money of the United States for the payment whereof, the said Principal and Surety
bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 22nd day
of May, 2014, to ITB 14-11834-KS Civic Center Renovations Proiect
and said Principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of 2014.
Surety
*By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
* By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an Office 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.
PERFORMANCE BOND
Pale Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that WR Construction, Inc. (hereinafter called the Principal(s), as
Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Eight Hundred Eighty -Four Thousand, Seven Hundred Forty -Three Dollars ($884,743) lawful
money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 22"d day of
May, 2014, to ITB 14-11834-KS Civic Center Renovations Project
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
day of , 2014.
Surety
* By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an Office 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.
CERTIFICATE OF INSURANCE
Pale Intentionally Left Blank
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
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. hijury $
❑ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily hijury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
El
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATIONFLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Offices 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
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
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.
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
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 PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH
SUBCONTRACTOR. 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 (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Pate Intentionally Left Blank
CONTRACT
Pate Intentionally Left Blank
CONTRACT 11834
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 22°d day of May, 2014, 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 WR 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:
ITB 14-11834-KS Civic Center Renovations Project
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 Conditions of Agreement. VIR Construction, Inc.'s bid dated April 15, 2014 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 bid 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: CITY OF LUBBOCK, TEXAS (OWNER):
By:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Company
Address
City, State, Zip
ATTEST:
Corporate Secretary
Glen C. Robertson, Mayor
ATTEST:
Rebecca Garza, City Secretary
Owners Representative:
Freddy Chavez, Civic Services Director
APPROVED AS TO CONTENT:
Scott Snider, Assistant City Manager Community Services
APPROVED AS TO FORM:
Amy L. Sims, Assistant City Attorney
Pate Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Pate 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 WR Construction, Inc., who has agreed to perform the work embraced in this
contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative Freddy Chavez, Civic Services Director, so designated who
shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as
may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or
inspectors shall 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 Bidders, General Instructions to Bidders, Bid, 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
Bidder for inspection in accordance with the Notice to Bidders. 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.
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 shall 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 Office 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.
SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor shall 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 shall not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are
necessary for the commencement of the work contemplated by these contract documents or the completion of the
work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order
to permit Owner's Representative to comply with this requirement, but such suspension shall 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 are 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 has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
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 Office, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment are permitted only at such places as the Owner's
Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at
all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall 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 shall be ready for such observation. Owner or Owner's Representative may reject any such work
found to be defective or not in accordance with the contract documents, regardless of the stage of its completion
or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work through oversight or otherwise. If any such work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at
Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
shall 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
4
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work 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 shall 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 bid, 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 bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance with
these plans and specifications. If Contractor does not notify Owner's Representative before bidding 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 bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the
progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to
such an extent as to give reasonable assurance of compliance with the schedule of progress.
6
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its Offices, 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 shall 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 CERTIFICATE 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 TO ON AUTO/GENERAL LIABILITY ON A
PRIMARYAND 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 WORKERS
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. —NOT REQUIRED
For bodily injuries, including accidental death and or property damage, - NOT REQUIRED.
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and
non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED.
E. Umbrella Liability Insurance - NOT REQUIRED.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity shall have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(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;
G
(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
shall provide services on the project shall be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) 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;
10
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (www.tdi.state.tx.us) to receive information of the legal requirements for
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:
11
"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 all of its Offices, 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
12
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its Offices, 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 Offices,
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 bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner, and all of its Offices, 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 bidding 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 therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
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
13
may withhold permanently from Contractor's total compensation, the sum of $500PER DAY, not as a penalty, but
as liquidated damages for the breach of the contract as herein set forth for each and every working day that the
Contractor shall be in default after the time stipulated for substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided
and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
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.
14
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 bids 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.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, 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
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
15
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account o£
16
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then 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
17
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the
cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall
18
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. 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
19
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise,
including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction.
Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek
judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised
concurrently. To the extent of any conflict between this provision and another provision in, or related to, this
document, this provision shall control.
59. HOUSE BILL 2015
House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes
a penalty to be imposed on a person who contracts for certain services with a governmental entity and
who fails to properly classify their workers. This applies to subcontractors as well. Contractors and
subcontractors who fail to properly classify individuals performing work under a governmental contract
will be penalized $200 for each individual that has been misclassified. Governmental entities may want
to include information on this new misclassification penalty in their contracts with entities that are
providing services covered by this new requirement (Texas Government Code Section 2155.001).
20
DAVIS-BACON WAGE DETERMINATIONS
PAGE INTENTIONALLY LEFT BLANK
EXHIBIT A
GENERAL DECISION NUMBER: TX140262 01/03/2014 TX262
SUPERSEDED GENERAL DECISION NUMBER: TX20130262
STATE: TEXAS
CONSTRUCTION TYPE: BUILDING
COUNTY: LUBBOCK COUNTY IN TEXAS.
BUILDING CONSTRUCTION PROJECTS (DOES NOT INCLUDE SINGLE FAMILY
HOMES OR APARTMENTS UP TO AND INCLUDING 4 STORIES).
MODIFICATION NUMBER PUBLICATION DATE
0 01/03/2014
BOIL0531-001 01/01/2013
RATES FRINGES
BOILERMAKER .................... $ 22.71 20.63
----------------------------------------------------------------
BRTX0005-003 06/01/2012
RATES FRINGES
BRICKLAYER .....................$ 19.50 1.73
----------------------------------------------------------------
CARP0665-002 05/01/2010
RATES FRINGES
CARPENTER ...................... $ 20.18 5.56
----------------------------------------------------------------
ENGI0178-004 12/01 /2009
RATES FRINGES
OPERATOR: FORKLIFT .............. $ 21.20 9.35
----------------------------------------------------------------
* IRON0263-017 06/01/2013
RATES FRINGES
IRONWORKER, REINFORCING ........ $ 22.50 5.35
PAIN0053-003 04/01/2008
RATES FRINGES
PAINTER - BRUSH, ROLLER &
SPRAY ............................$ 15.81 4.56
----------------------------------------------------------------
PLUM0404-022 09/24/2012
RATES FRINGES
PLUMBER/PIPEFITTER............... $ 22.50 6.25
----------------------------------------------------------------
SHEE0049-007 06/01/2011
RATES FRINGES
SHEETMETAL WORKER (HVAC DUCT
AND UNIT INSTALLATION) ........... $ 22.18 9.47
----------------------------------------------------------------
SUTX2009-168 06/03/2009
RATES FRINGES
CEMENT MASON/CONCRETE FINISHER ... $ 18.58
0.00
ELECTRICIAN ...................... $ 18.09 2.36
IRONWORKER, STRUCTURAL ........... $ 10.38
0.00
LABORER: COMMON OR GENERAL ...... $ 8.86
0.00
LABORER: MASON TENDER - BRICK...$ 11.00
0.00
OPERATOR: BACKHOE/EXCAVATOR ..... $13.81
0.00
OPERATOR: GRADER/BLADE .......... $ 12.97
0.00
OPERATOR: LOADER (FRONT END) .... $ 12.23
0.00
ROOFER ........................... $ 12.06 0.00
TILE SETTER ......................$ 8.50 0.00
TRUCK DRIVER ..................... $ 10.15 0.00
----------------------------------------------------------------
WELDERS - RECEIVE RATE PRESCRIBED FOR CRAFT PERFORMING
OPERATION TO WHICH WELDING IS INCIDENTAL.
UNLISTED CLASSIFICATIONS NEEDED FOR WORK NOT INCLUDED WITHIN
THE SCOPE OF THE CLASSIFICATIONS LISTED MAY BE ADDED AFTER
AWARD ONLY AS PROVIDED IN THE LABOR STANDARDS CONTRACT CLAUSES
(29CFR 5.5 (A) (1) (II)).
THE BODY OF EACH WAGE DETERMINATION LISTS THE CLASSIFICATION
AND WAGE RATES THAT HAVE BEEN FOUND TO BE PREVAILING FOR THE
CITED TYPE(S) OF CONSTRUCTION IN THE AREA COVERED BY THE WAGE
DETERMINATION. THE CLASSIFICATIONS ARE LISTED IN ALPHABETICAL
ORDER OF "IDENTIFIERS" THAT INDICATE WHETHER THE PARTICULAR
RATE IS UNION OR NON -UNION.
UNION IDENTIFIERS
AN IDENTIFIER ENCLOSED IN DOTTED LINES BEGINNING WITH
CHARACTERS OTHER THAN "SU" DENOTES THAT THE UNION
CLASSIFICATION AND RATE HAVE FOUND TO BE PREVAILING FOR THAT
CLASSIFICATION. EXAMPLE: PLUM0198-005 07/01/2011. THE FIRST
FOUR LETTERS, PLUM, INDICATE THE INTERNATIONAL UNION AND THE
FOUR -DIGIT NUMBER, 0198, THAT FOLLOWS 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.
THE DATE, 07/01/2011, FOLLOWING THESE CHARACTERS IS THE
EFFECTIVE DATE OF THE MOST CURRENT NEGOTIATED RATE/COLLECTIVE
BARGAINING AGREEMENT WHICH WOULD BE JULY 1, 2011 IN THE ABOVE
EXAMPLE.
UNION PREVAILING WAGE RATES WILL BE UPDATED TO REFLECT ANY
CHANGES IN THE COLLECTIVE BARGAINING AGREEMENTS GOVERNING THE
RATES.
0000/9999: WEIGHTED UNION WAGE RATES WILL BE PUBLISHED ANNUALLY
EACH JANUARY.
NON -UNION IDENTIFIERS
CLASSIFICATIONS LISTED UNDER AN "SU" IDENTIFIER WERE DERIVED
FROM SURVEY DATA BY COMPUTING AVERAGE RATES AND ARE NOT UNION
RATES; HOWEVER, THE DATA USED IN COMPUTING THESE RATES MAY
INCLUDE BOTH UNION AND NON -UNION DATA. EXAMPLE: SULA2004-007
5/13/2010. SU INDICATES THE RATES ARE NOT UNION MAJORITY RATES,
LA INDICATES THE STATE OF LOUISIANA; 2004 IS THE YEAR OF THE
SURVEY; AND 007 IS AN INTERNAL NUMBER USED IN PRODUCING THE
WAGE DETERMINATION. A 1993 OR LATER DATE, 5/13/2010, INDICATES
THE CLASSIFICATIONS AND RATES UNDER THAT IDENTIFIER WERE ISSUED
AS A GENERAL WAGE DETERMINATION ON THAT DATE.
SURVEY WAGE RATES WILL REMAIN IN EFFECT AND WILL NOT CHANGE
UNTIL A NEW SURVEY IS CONDUCTED.
WAGE DETERMINATION APPEALS PROCESS
1.) HAS THERE BEEN AN INITIAL DECISION IN THE MATTER? THIS CAN
BE:
* AN EXISTING PUBLISHED WAGE DETERMINATION
* A SURVEY UNDERLYING A WAGE DETERMINATION
* A WAGE AND HOUR DIVISION LETTER SETTING FORTH A POSITION ON
A WAGE DETERMINATION MATTER
* A CONFORMANCE (ADDITIONAL CLASSIFICATION AND RATE) RULING
ON SURVEY RELATED MATTERS, INITIAL CONTACT, INCLUDING REQUESTS
FOR SUMMARIES OF SURVEYS, SHOULD BE WITH THE WAGE AND HOUR
REGIONAL OFFICE FOR THE AREA IN WHICH THE SURVEY WAS CONDUCTED
BECAUSE 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.
SPECIFICATIONS
PAGE INTENTIONALLY LEFT BLANK
Lubbock Memorial Civic Center
February 3, 2014
CONSULTANT'S PROFESSIONAL RESPONSIBILITY
Project: Lubbock Memorial Civic Center
Exhibit Hall and Site Improvements
CHA Project Number 1227
The specification sections to be authenticated by my seal and signature are limited to the following:
Section 02510 - Asphaltic Concrete Pavement
Section 02580 - Pavement Marking
Section 03300 - Concrete Work
Section 07900 — Joint Sealers
Section 09900 — Painting
Section 10440 - Signs
END OF TABLE OF CONTENTS
By: Larry Harvey, AIA
Texas Registration #11548
Chapman Harvey Architects, Inc.
612 Broadway
Lubbock, Texas 79401
(806)749-1153
enlIlgjRa
g%up
ca V..n prod ib.e , Inc.
Lubbock Memorial Civic Center
February 3, 2014
SECTION 02510
ASPHALTIC CONCRETE PAVEMENT
PART1 GENERAL
1.1 RELATED DOCUMENTS
A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this
Section.
1.2 DESCRIPTION OF WORK
A. Place hot mix asphaltic concrete pavement on completed and primed base course.
B. Extent of work as shown on the drawings.
1.3 RELATED SECTIONS
A. Section 02580 - Pavement Marking.
1.4 TESTS
A. Testing and analysis of hot mix materials will be performed in accordance with standard testing
procedures as established by the Texas Department of Transportation (TxDOT) or other standard
test methods as specified.
B. Owner will perform construction testing as necessary. See Section 01010.
C. Contractor shall be responsible for preparation of mix design by a competent commercial
laboratory. Mix design subject to approval by architect.
D. All materials and work shall comply with TxDOT Standard Specification Item 340 except as
otherwise specified.
PART 2 MATERIALS
2.1 PAVING MIXTURE
A. The paving mixture shall conform to the requirements of TxDOT Standard Specifications Item 340
Type D (Fine Graded Surface Course) mixture.
B. Asphalt for the paving mixture shall be AC-10 meeting TxDOT Standard Specification Item 300
and shall form 4 to 8 percent of the mixture by weight.
C. The job mix formula shall indicate the percentage of aggregate passing each screen and the
percentage of asphaltic cement to be used, together with the air void, stability and density of the
proposed mix.
D. Material tests and a mix design for other projects within the past year may be submitted for this
project if the same materials and mix are proposed for this project.
E. The percent of flat or elongated pieces of stone or gravel shall not exceed 25%. A flat or
elongated piece is hereby defined as one whose minimum thickness is less than one-half its length.
ena° 4,2 " PIHcalXp" ochh ftg' Inc.ASPHALTIC CONCRETE PAVEMENT 02510 - 1
Lubbock Memorial Civic Center
February 3, 2014
F. Prior to stockpiling of aggregates the area shall be cleaned of trash, weeds and grass and be
relatively smooth. Aggregates shall be placed in stockpiles of different gradation, such as a large
coarse aggregate and a small coarse aggregate stockpile and such that the grading requirements of
the specified type will be met when the piles are combined in the asphaltic mixture. No coarse
aggregate stockpile shall contain more than 10 percent by weight of materials that will pass a No.
10 sieve except as noted on the plans or provided for by special provision. Fine aggregate
stockpiles may contain small coarse aggregate in the amount of up to 15 percent by weight, 100
percent of which shall pass a 1/4 inch sieve; however, the coarse aggregate shall meet the quality
tests specified herein for "Coarse Aggregates." Suitable equipment of acceptable size shall be
furnished by the contractor to work the stockpiles and prevent segregation of the aggregates.
2.2 COARSE AGGREGATE
A. Coarse aggregate shall comply with the requirements of TxDOT Standard Specifications Item 340
unless otherwise specified.
B. Coarse aggregate shall consist of clean, tough, durable fragments of crushed stone or crushed
gravel of uniform quality throughout.
C. The coarse aggregate, when sampled during delivery to the plant, from the stockpile, or from the
cold bin, shall not have a loss exceeding 2% when tested in accordance with Test Method Tex-
217-F (Part II, Decantation)
D. The plasticity index (P.I.) of that part of the fine aggregate contained in the coarse aggregate
passing the No. 40 sieve shall not be more than 6 when tested by Test Method Tex.-106-E.
However, where the coarse aggregate contains less than 5% of fine aggregate and the fine
aggregate is of the same or similar material as the coarse aggregate, the P.I. requirements for the
material passing the No. 40 sieve may be waived by the Architect in writing.
E. The coarse aggregate, when sampled from the hot bins, shall not have a loss exceeding 1 % when
tested in accordance with Test Method Tex.-217-F (Part II Decantation).
F. The coarse aggregate shall have an abrasion of not more than 40 percent loss by weight when
subjected to the Los Angeles Abrasion Test, Test Method Tex-410-A. Coarse aggregate from each
source shall meet the abrasion requirements specified.
2.3 FINE AGGREGATE
A. Fine aggregate shall comply with the requirements of TxDOT Standard Specification Item 340
unless otherwise specified.
B. The fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall consist of
sand or screenings or a combination of sand and screening.
C. The plasticity index of that part of the sand passing the No. 40 sieve shall not be more than 6 when
tested by Test Method Tex-106-E. The plasticity index of that part of the screening passing the
No. 40 sieve shall be not more than 9, unless otherwise shown on plans, when tested by Test
Method Tex-106-E. Fine aggregate from each source shall meet plasticity requirements.
D. Sand shall be composed of durable stone particles free from injurious foreign matter. Screening
shall be of the same or similar material as specified for coarse aggregate.
2.4 MINERAL FILLER
ena° 4,2 " P1H, alXp" och fctl' Inc.ASPHALTIC CONCRETE PAVEMENT 02510 - 2
Lubbock Memorial Civic Center
February 3, 2014
A. The mineral filler shall consist of thoroughly dry stone dust, slate dust, portland cement or other
mineral dust approved by the architect. The mineral filler shall be free from foreign and other
injurious matter.
B. When tested by Test Method Tex-200-F (Dry Sieve Analysis), it shall meet the following grading
requirements:
Percent by weight
Passing a No. 30 sieve 100
Passing a No. 80 sieve, not less than 90
Passing a No. 200 sieve, not less than 65
2.5 MIX DESIGN (JOB MIX FORMULA)
A. No bituminous mixture shall be produced until a job mix formula has been approved by the
Architect. All test data for proposed materials shall also be submitted. The approved job mix
formula for each mixture shall be in effect until modified in writing by the architect. Should a
change in sources of materials be made, a new job mix formula shall be prepared at the contractor's
expense before the new material is used.
B. The bituminous mixture shall be designed using TxDOT Item 340, Construction Bulletin C-14 and
Tex-204-F.
C. The paving mixture produced shall not vary from the designated grading and asphalt content by
more than the tolerances allowed in TxDOT Standard Specification Item 340.
D. Should a change in sources of materials be made, a new job mix formula shall be established
before the new material is used. Deviation from the final approved design for bitumen content
and gradation of aggregates shall not be greater than the tolerances permitted and shall be based on
plant extraction.
E. Tests on materials will be made at the architect's discretion to retain job control. The mixture shall
comply with the specified requirements when tested in accordance with TxDOT Item 340,
Construction Bulletin C-14 and Tex-204-F. Failure to meet the design criteria will be cause for the
architect to halt production until the problem is identified and corrected.
F. The contractor will not be allowed to place the hot mix asphaltic surface when the ambient
temperature is less than 55 degrees F. The contractor may apply the asphaltic surface when the
ambient temperature is 55 degrees F or above and wind velocity is equal to or less than 10 miles
per hour or when the ambient temperature is 60 degrees F. or above. The architect may require a
cover over the asphaltic mixture when being hauled from the plant to the job site. The air
temperature shall be taken in the shade away form artificial heat. It is further provided that tack
coat and hot mix asphaltic surface shall be placed only when the general weather conditions and
temperature and moisture conditions of the base are suitable in the opinion of the architect. The
asphaltic mixture may be rejected if the temperature of the mixture prior to placing is 50 degrees F.
or more below the temperature approved in the job mix formula.
G. The asphaltic surface will have a minimum temperature of 300 degrees F., immediately after
placement by the lay -down machine unless otherwise approved by the architect.
H. The requirements of SDHPT Standard Specification Item 528 "Automatic Screed Controls for
Asphaltic Concrete Spreading and Finishing Machine" will apply to asphaltic concrete pavement
on this project. The flexible spring and/or hydraulic type hitch required on the asphaltic materials
finishing machine may be waived by the Architect if the Contractor can demonstrate an acceptable
ena°tio du,1U, ahoXprochhUetetl'I"` ASPHALTIC CONCRETE PAVEMENT 02510 - 3
Lubbock Memorial Civic Center
February 3, 2014
performance without them. Placing and grading of the mixture with a motor grader will not be
allowed.
Vehicles of the semi -trailer type are specifically prohibited from dumping directly into the
finishing machine. Unloading into the finishing machine from semi -trailer type vehicles by means
of an auger, slatted chain, or other approved conveyors designed as a part of the trailer for
unloading purposes will be permitted.
The tack coat for this item shall consist of a homogeneous mixture of approximately 25%
emulsified asphalt (SS-1) and 75% water or cut back RC 250 each meeting SDHPT Item 300.
Water used in emulsified tack coat mixture shall conform to the material requirements of SDHPT
Item 204, Sprinkling. Tack coat shall be applied as specified in Paragraph 340.6(3) of Item 340.
The tack coat may be eliminated when deemed unnecessary and when so directed by the Architect.
Asphaltic surfacing shall be placed over tack coat the same day the tack coat is applied. Re -
tacking will be required if more than 18 hours elapses between application of emulsified tack coat
and placing of asphaltic surfacing.
K. Compaction of hot -mix surfacing shall be such that an in -place density which produces 3% to 8%
voids results, using maximum theoretical specific gravity according to Tex Method 227-F.
L. The finished surface shall be within 1/4 inch of the grades and elevations shown on the drawings.
M. Asphalt from different sources will not be blended.
PART 3 EXECUTION
NOT USED
END OF SECTION
ena°tio duP1H, a1nXprochhUeteti'l" ASPHALTIC CONCRETE PAVEMENT 02510 - 4
Lubbock Memorial Civic Center
February 3, 2014
SECTION 02580
PAVEMENT MARKING
PART1
GENERAL
1.1
RELATED DOCUMENTS
A.
The Drawings, General Conditions, Supplementary General Conditions apply to the work of this
Section.
1.2
DESCRIPTION
OF WORK
A.
Paint permanent markings and stripes on new and existing pavements and curbs.
B.
New paint on existing stripes and pavement.
C.
Extent of work as shown on drawings.
1.3
RELATED SECTIONS
A.
Section 02510 - Asphaltic Concrete Pavement.
B.
Section 03300 - Concrete Work.
1.4
SUBMITTALS
A.
Submit product literature for review and approval.
B.
Submit text size, font, and wording that is to be painted.
C.
Submit accessible parking emblom for review and approval.
PART 2
MATERIALS
2.1 PAINT
A. Paint shall meet the requirements of Fed. Spec. TT-P-115E, Type III.
PART 3 EXECUTION
3.1 WEATHER LIMITATIONS
A. The painting shall be performed only upon a dry and clean surface, when the atmospheric
temperature is above 45 degrees F., and when the weather is not foggy or windy.
3.2 EQUIPMENT
A. All equipment for the work shall be approved by the architect and shall include the apparatus
necessary to properly clean the existing surface, a mechanical marking machine, and such
auxiliary hand painting equipment as may be necessary to satisfactorily complete the job.
B. The mechanical marker shall be an atomizing spray -type marking machine suitable for application
of traffic paint. It shall produce an even and uniform film thickness at the required coverage and
ena° 4,2 " ,1H, ahorYprochh ftg'Inc. PAVEMENT MARKING 02580 - 1
Lubbock Memorial Civic Center
February 3, 2014
shall be designed so as to apply markings of uniform cross sections and clear-cut edges without
running or spattering.
3.3 PREPARATION OF SURFACE
A. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil,
laitance, or other foreign material which would reduce the bond between the paint and the
pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods
as required to remove all dirt, laitance, and loose materials. If paint flakes off or comes loose
during the guaranty period, the painted area shall be recleaned and repainted at the contractor's
expense.
3.4 LAYOUTS AND ALIGNMENT
A. Suitable layouts and lines of proposed stripes shall be spotted in advance of the paint application.
Control points shall be spaced at such intervals as will insure accurate location of all markings.
B. The contractor shall provide an experienced technician to supervise the location, alignment, layout,
dimensions, and application of the paint.
C. At existing graphics, align new with existing. The finished, up dated, new paint over existing paint
shall appear as the original application.
3.5 APPLICATION
A. Markings shall be applied at the locations and to the dimensions and spacing shown on the plans.
Paint shall not be applied until the layout and condition of the surface have been approved by the
architect.
B. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the
pavement with a marking machine at the rate of 100-110 square feet per gallon. The addition of
thinner will not be permitted.
C. A period of 21 days shall elapse between placement of a bituminous surface course or seal coat
and application of the paint unless otherwise directed by the architect.
D. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, and the
dimensions shall be within a tolerance of plus or minus 5 percent.
E. The contractor shall furnish certified test reports for the materials shipped to the project. The
reports shall not be interpreted as a basis for final acceptance. The contractor shall notify the
architect upon arrival of a shipment of paint to the job site. All emptied containers shall be
returned to the paint storage area for checking by the architect. The containers shall not be
removed from the project site or destroyed until authorized by the architect.
3.6 PROTECTION
A. After application of the paint, all markings shall be protected from damage until the paint is dry.
The fresh paint shall be protected from injury or damage of any kind. The contractor shall be
directly responsible and shall erect or place suitable warning signs, flags or barricades, protective
screens, or coverings as required. All surfaces shall be protected from disfiguration by splatter,
splashes, spillage, or drippings of paint.
Unau thor2iseritl plioalA prop fctl'Inc. PAVEMENT MARKING 02580 - 2
Lubbock Memorial Civic Center
February 3, 2014
3.7 DEFECTIVE WORKMANSHIP OR MATERIAL
A. When any material not conforming to the requirements of the specifications or plans has been
delivered to the project or incorporated in the work or any work performed is of inferior quality,
such material or work shall be considered defective and shall be corrected as directed by the
architect, at the expense of the contractor.
3.8 SCHEDULE
A. Repair existing parking space stripes; match existing color(s).
B. Repair existing accessible reserved parking space and loading zone stripes and handicap emblems;
match existing color(s).
C. New parking stripes; match paint color of similar application.
D. New accessible reserved parking space and loading zone stripes and handicap emblems; match
paint color of similar application.
E. New level and sloped curbs along the accessible route to be painted blue, review color selection
and starting and stopping marks with the architect.
END OF SECTION
Uneuthorizeli�uplioa Rp' Mctl'Inc PAVEMENT MARKING 02580 - 3
Lubbock Memorial Civic Center
February 3, 2014
SECTION 03300
CONCRETE WORK
PART1 GENERAL
1.1 RELATED DOCUMENTS
A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this
Section.
1.2 DESCRIPTION OF WORK
A. The extent of concrete work is shown on the drawings.
1.3 RELATED SECTIONS
A. Section 02514 - Concrete Curbs, Walks, and Paving.
B. Section 07900 - Joint Sealers.
1.4 QUALITY ASSURANCE
A. Codes and Standards: Comply with the provision of the following codes, specifications and
standards, except where more stringent requirements are shown or specified:
1. ACI 301 "Specifications for Structural Concrete for Buildings"
2. ACI 304 "Recommended Practice for Measuring, Mixing, Transporting, and
Placing Concrete"
3. ACI 311 "Recommended Practice for Concrete Inspection"
4. ACI 318 "Building Code Requirements for Reinforced Concrete"
5. ACI 347 "Recommended Practice for Reinforced Concrete"
6. MSP-1-90 Concrete Reinforcing Steel Institute, "Manual of Standard Practice"
B. Workmanship: The contractor is responsible for correction of concrete work which does not
conform to the specified requirements, including strength, tolerances and finishes. Correct
deficient concrete as directed by the architect.
C. Design and Testing
1. The contractor shall bear all expenses in connection with securing proper laboratory
designed mixes. Mixes proposed for use in this project shall be tested by means of actual
cylinder breaks, with all information being reported to the architect. A proven,
established, mix from an acceptable ready -mix plant may be used. Provide a minimum of
3 recent different compression test reports for the proposed mix.
D. Concrete Testing Service: Employ, at contractor's expense, a testing laboratory acceptable to
architect to perform material evaluation tests and to design concrete mixes.
1. Job site cylinders shall be taken as directed by the architect. The contractor shall notify
the testing laboratory. The laboratory shall come to the site and take the concrete
cylinders and be responsible for their care and handling, including breaking same at
laboratory.
2. Test results shall be furnished to the architect, engineer, and the contractor.
3. Materials and installed work may require testing and retesting, as directed by the
architect, at any time during the progress of the work. Allow free access to material
stockpiles and facilities at all items. Tests, not specifically indicated to be done at the
ena°tio duP1H, a1nXprochhUetet1l" CONCRETE WORK 03300 - 1
Lubbock Memorial Civic Center
February 3, 2014
owner's expense, including the retesting of the rejected materials and installed work, shall
be done at the contractor's expense.
1.5 SUBMITTALS
A. Manufacturer's Data: Submit manufacturer's product data with application and installation
instructions for proprietary materials and items, including reinforcement and forming accessories,
admixtures, patching compounds, joint systems, patterns, stair nosings and others as requested by
the architect.
B. Shop Drawings: Submit shop drawings for fabrication, bending, and placement of concrete
reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced
Concrete Structure" showing bar schedules, stirrup spacing, diagrams of bent bars, arrangement of
concrete reinforcement. Include special reinforcement required at openings through concrete
structures.
PART2 PRODUCTS
2.1 FORM MATERIALS
A. Forms for Exposed Finish Concrete: Unless otherwise shown or specified, construct all formwork
for exposed concrete surfaces with plywood, metal, metal framed plywood -faced or other
acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish
in largest practicable sizes to minimize number of joints and to conform to joint system shown on
the Drawings. Provide form material with sufficient thickness to withstand pressure of newly -
placed concrete without bow or deflection. Forms used for this class of concrete shall be new or
good as new.
B. Use plywood complying with U.S. Product Standard PS-1 "B-B (Concrete Form) Plywood" Class
I, Exterior Grade or better, mill -oiled and edgesealed, with each piece bearing legible trademark of
an approved inspection agency, unless otherwise acceptable to architect.
C. Forms for Unexposed Finish Concrete: Form concrete surfaces which will be unexposed in
finished structure with plywood, lumber, metal, or other acceptable material. Provide lumber
dressed on at least two edges and one side for tight fit.
D. Earth Trench Forms: Earth trench type forming shall only be used where continuous type or
square spot footings are shown on the drawings.
2.2 REINFORCING MATERIALS
A. Reinforcing Bars: ASTM A 615, Grade 60, except No. 3 ties and stirrups may be Grade 40.
B. Welded Wire Fabric: ASTM A 185, 6 x 6 - W2.1 x W2.1, welded steel fabric unless other wise
noted.
C. Dowels for load transfer in floors shall be plain steel bars conforming to ASTM A 675, Grade 60
or ASTM A 499.
ena°tio duP1H, ahoXprochrUfctl'lnc' CONCRETE WORK 03300 - 2
Lubbock Memorial Civic Center
February 3, 2014
D. Supports for Reinforcement:
1. Provide supports for reinforcement including bolsters, chairs, spacers and other devices
for spacing supporting and fastening reinforcing bars and welded wire fabric in place.
Use wire bar type supports complying with CRSI, unless otherwise specified. Wood,
brick, and other devices will not be acceptable.
2. For slab -on -grade, use supports with sand plates for horizontal runners where wetted base
material will not support chair legs.
3. For exposed -to -view concrete surfaces, where legs of supports are in contact with forms,
provide supports with legs that are hot -dip galvanized, or plastic protected or stainless
steel protected.
2.3 CONCRETE MATERIALS
A. Portland Cement:
1. ASTM C 150, type I, unless otherwise acceptable to architect.
2. Use only one brand of cement throughout the project, unless otherwise acceptable to
architect.
B. Fine Aggregate:
1. Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances.
2. Dune sand, bank -run sand and manufactured sand are not acceptable.
C. Coarse Aggregate: ASTM C 33. Clean, uncoated, processed aggregate containing no clay, mud,
loam or foreign matter as follows:
1. Crushed stone, processed from natural rock or stone.
2. Washed gravel, either natural or crushed. Use of pit or bank -run gravel is not permitted.
3. Provide aggregate from a single source for all exposed concrete.
4. Maximum Aggregate Size:
a. Not larger than one -fifth of the narrowest dimension between sides of forms,
one-third of the depth of slabs, nor three -fourths of the minimum clear spacing
between individual reinforcing bars of bundles or bars.
b. The limitations may be waived if, in the judgement of the architect, workability
and methods of consolidation are such that concrete can be placed without
honeycomb of voids.
D. Water: Clean, fresh, drinkable.
E. Fly Ash: ASTM C-618, equal to Lafarge North America.
Air -Entraining Admixture: ASTM C 260.
G. Water -Reducing Admixture: ASTM C 494, Type A, containing not more than 0.1%A chloride
ions.
H. Set -Control Admixtures: ASTM C 494, as follows:
1. Type B, Retarding
2. Type C, Accelerating
3. Type D, Water -reducing and Retarding
4. Type E, Water -reducing and Accelerating
I. Calcium chloride will not be permitted in concrete, unless otherwise authorized in writing by
Architect.
High -Range Water -Reducing Admixture (Super Plasticizer): ASTM C 494, Type F or G
containing not more than 0.1 % chloride ions.
Uneuthorizeli�uplioa1nXproS,rUfctl:l"' CONCRETE WORK 03300 - 3
Lubbock Memorial Civic Center
February 3, 2014
2.4 RELATED MATERIALS
A. 10 mil polyethylene vapor barrier.
B. Preformed Expansion Joint Fillers: Premolded cane fiber saturated with asphalt. Unless indicated
otherwise, 1/2" thickness by depth of slab.
C. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. per square
yard, complying with AASHTO M 182, Class 2.
D. Moisture -Retaining Cover: One of the following, complying with ASTM C 171.
1. Waterproof paper.
2. Polyethylene film.
3. Polyethylene -coated burlap.
E. Curing Compound: ASTM C 309, Type I, Class A.
1. Guardian Chemical Company, clear bond at the rate of 400 square feet to the gallon.
F. Hardening, Sealing, and Dustproofing: ASTM C 309, Type I, Class A. All exposed slabs not
covered with tile on other applied surface finish shall receive second application where
construction work is complete.
1. A second application of Guardian Chemical Company, Clear Bond at the rate of 600
square feet to the gallons over the curing compound cost.
2.5 PROPORTIONING AND DESIGN OF MIXES
A. Prepare design mixes for each type and strength of concrete in accordance with applicable
provisions of ASTM C 94. Use and independent testing facility acceptable to the architect for
preparing and reporting proposed mix designs. The testing facility shall not be the same as used
for field quality control testing unless otherwise acceptable to the architect.
B. Prepare design mixes by either laboratory trial batch or field experience methods, using materials
to be employed on the project for each class of concrete required, complying with ACI 211.1.
C. Submit written reports to the architect of each proposed mix for each class of concrete at least 15
days prior to start of work. Do not begin concrete production until mixes have been reviewed by
the architect.
D. Design mixes to provide normal weight concrete with the following properties, as indicated on the
Drawings and schedules:
1. 3000 psi 28-day compressive strength; W/C ratio, 0.58 maximum (non -air -entrained),
0.46 maximum (air entrained).
E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the contractor when
characteristics of materials, job conditions, weather, tests results, or other circumstances warrant,
at no additional cost to the owner and as accepted by the architect. Laboratory test data for revised
mix design and strength results must be submitted to and accepted by the architect before using in
the work.
2.6 ADMIXTURES
A. Use water -reducing admixture or high range water -reducing admixture (super plasticizer) in
concrete as required for placement and workability.
ena°tio duP1H, a1nXprochhUetet1l" CONCRETE WORK 03300 - 4
Lubbock Memorial Civic Center
February 3, 2014
B. Use color admixture in concrete where noted and at pattern concrete locations. Submit color
selection chart for approval. Color admixture is to be added at the mixing plant, not at the site.
C. Use non -chloride accelerating admixture in concrete slabs placed at ambient temperatures below
50 degrees F.
D. Use air -entrained admixture in exterior exposed concrete, unless otherwise indicated. Add air -
entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of
placement having air content within the following limits:
1. 5.5% with 1 1/2" maximum aggregate
2. 6.0% with 1" maximum aggregate
3. 6.0% with 3/4" maximum aggregate
4. 7.0% with 1/2" maximum aggregate
E. Use admixture for water -reducing and set -control in strict compliance with the manufacturer's
directions.
F. Use amounts of admixtures as recommended by the manufacturer for climatic conditions
prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain
quality control.
2.7 SLUMP LIMITS
A. Proportion and design mixes to result in concrete slump at the point of placement as follows:
1. Ramps and Sloping Surfaces: Not more than 3".
2. Reinforced Foundation Systems: Not less than 1" and not more than 3".
3. Concrete containing HRWR admixture (super plasticizer): Not more than 8" after
addition of HRWR to verified 2"-3" slump concrete.
4. All Other Concrete: Not more than 4".
2.8 CONCRETE MIXING
A. Ready -Mix Concrete: Comply with the requirements of ANSI/ASTM C 94, and as herein
specified.
B. Delete the references for allowing additional water to be added to the batch for material with
insufficient slump. Addition of water to the batch will not be permitted.
C. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing
time than specified in ANSI/ASTM C 94 may be required.
D. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and
delivery time from 1-1/2 hours to 75 minutes, and when the air temperature is above 90 degrees F.,
reduce the mixing and delivery time to 60 minutes.
PART 3 EXECUTION
3.1 FORMS
A. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that
might be applied until such loads can be supported by the concrete structure. Construct formwork
so concrete members and structures are of correct size, shape, alignment, elevation, and position.
ena°tio du,1H, a1orYprochhUetet1ln` CONCRETE WORK 03300 - 5
Lubbock Memorial Civic Center
February 3, 2014
B. Design formwork to be readily removable without impact, shock or damage to cast -in -place
concrete surface and adjacent materials.
C. Forms shall not leak cement paste.
D. Fabricate forms for easy removal without hammering or prying against the concrete surface.
Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces.
Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom
forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent
swelling, and for easy removal.
E. Provide temporary openings where interior area of formwork is in accessible for cleanout, for
inspection before concrete placement, and for placement of concrete. Securely brace temporary
openings and set tightly to form to prevent loss of concrete mortar. Locate temporary openings on
forms at inconspicuous locations.
F. Chamfer exposed corners and edges as shown, using wood, metal, PVC, or rubber chamfer strips
fabricated to produce uniform smooth lines and tight edge joints.
G. Form Ties: Factory -fabricated, adjustable length, removable or snapoff metal form ties, designated
to prevent form defection, and to prevent spalling concrete surfaces upon removal.
H. Unless otherwise shown, provide ties so portion remaining within concrete after removal is at least
1-1/2" inside concrete. Unless otherwise shown, provide form ties which will not leave holes
larger than 1" diameter in concrete surface.
I. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work for
other trades. Determine size and location of openings, recesses and chases from trades providing
such items. Accurately place and securely support items built into forms.
Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete.
Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retighten forms
after concrete placement if required to eliminate mortar leaks.
3.2 PLACING REINFORCING
A. Comply with the specified codes and standards, and Concrete Reinforcing Steel Institute's
recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement
placement and supports, and as herein specified.
B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or
destroy bond with concrete.
C. Accurately position, support, and secure reinforcement against displacement by formwork,
construction, or concrete placement operations. Locate and support reinforcing by metal chairs,
runners, bolsters, spacers and hangers, as required.
D. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange,
space, and securely tie bars and bar supports to hold reinforcement in position during concrete
placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete
surfaces.
E. Do not place reinforcing bars more than 2" beyond the last leg of continuous bar supports. Do not
use supports as bases for runways for concrete conveying equipment and similar construction
loads.
ena°tio du,P, aInXprochMctl'Inc CONCRETE WORK 03300 - 6
Lubbock Memorial Civic Center
February 3, 2014
F. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full
mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in
either direction.
3.3 JOINTS
A. Construction Joints
1. Locate and install construction joints, where shown on the drawings, so as not to impair
the strength and appearance of the structure, as acceptable to the architect.
2. Provide keyways at least 1 1/2" deep in all construction joints in walls, slabs, and
between walls and footings; acceptable bulkheads designed for this purpose may be used
for slabs.
3. Place construction joints perpendicular to the main reinforcement. Continue all
reinforcement across construction joints.
B. Control Joints in Slabs -on -Ground:
1. Construct control joints in slabs -on -ground to form panels or patterns as shown or
directed. Use screed type joints equal to those manufacturer by Superior Concrete
Accessories, Inc. Screed key joints are of 24 gauge galvanized steel with 1 1/8" dowel
knockouts at 6" on centers. Install with a minimum of five special 16 gauge by 1" stakes
per ten feet of length of material.
The use of a softcut saw on a troweled surface is recommended. When using a softcut
saw, the saw cuts are to be placed as soon as possible after finishing the concrete.
C. Isolation Joints in Slabs -on -Ground: Construct isolation joints in slabs on ground at all points of
contact between slabs on ground and vertical surfaces, such as column pedestals, foundation walls,
grade beams, and elsewhere as indicated.
D. Wood expansion joints: Continue existing wood expansion joint patterns that butt up to new work.
Wood joint filler is to be weather resistant treated lumber of dimensions matching the existing.
3.4 INSTALLATION OF EMBEDDED ITEMS
A. General: Set and build into the work anchorage devices and other embedded items required for
other work that is attached to, or supported by, cast -in -place concrete. Use setting drawings,
diagrams, instructions, and directions provided by suppliers of the items to be attached thereto.
B. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkhead and intermediate screed
strips for slabs to obtain the required elevations and contours in the finishes slab surface. Provide
and secure units sufficiently strong to support the types of screed required. Align the concrete
surface to the elevation of the screed strips by the use of strike -off templates or accepted
compacting type screeds.
ena°rho du,1H, ahnrYprochhUetet1l" CONCRETE WORK 03300 - 7
Lubbock Memorial Civic Center
February 3, 2014
3.5 PREPARATION OF FORM SURFACES
A. Coat the contact surface of forms with a form -coating compound before reinforcement is placed.
Provide commercial formulation form -coating compounds that will not bond with, stain, nor
adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces
requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing
compounds.
B. Thin form -coating compounds only with thinning agent of type, in amount, and under conditions
of the form -coating compound manufacturer's directions. Do not allow excess form -coating
material to accumulate in the forms or to come into contact with concrete surfaces against which
fresh concrete will be placed. Apply in compliance with manufacturer's instructions.
3.6 CONCRETE PLACEMENT
A. General:
1. Comply with ACI 304, and as herein specified.
2. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched
in amounts in accordance with approved submittals for this types of concrete. Mix
batched concrete in strict accordance with the fibrous concrete reinforcement
manufacturer's instruction and recommendations for uniform and complete dispersion.
3. Deposit concrete continuously or in layers of such thickness that no concrete will be
placed on concrete which has hardened sufficiently to cause the formation of seams or
planes of weakness within the section. If a section cannot be placed continuously,
provide construction joints as herein specified.
4. Deposit concrete as nearly as practicable to its final location to avoid segregation due to
rehandling or flowing.
B. Pre -Placement Inspection: Before placing concrete, inspect, and complete the formwork
installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit
the installation of their work; cooperate with other trades in setting such work, as required.
Thoroughly wet wood forms immediately before placing concrete, as required where form coatings
are not used.
C. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 18" and
in a manner to avoid inclined construction joints.
1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -
spading, rodding or tamping. Use vibrators designed to operate with vibratory element
submerged in concrete, maintaining a speed of not less than 6000 impulses per minute.
2. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators
vertically at uniformly spaced location not farther than the visible effectiveness of the
machine. Do not insert vibrators into lower layers of concrete that have begun to set. At
each insertion, limit the duration of vibration to the time necessary to consolidate the
concrete and complete embedment of reinforcement and other embedded items without
causing segregation of the mix.
D. Placing Concrete Slabs
1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of
construction joints, until the placing of a panel or section is completed. Consolidate
concrete during placing operations so that concrete is thoroughly worked around
reinforcement and other embedded items and into corners.
2. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats
or darbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle
water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing
operations.
ena° 4,2 " PIH, MIX p"%Mft3'In` CONCRETE WORK 03300 - 8
Lubbock Memorial Civic Center
February 3, 2014
Maintain reinforcing in the proper position during concrete placement operations.
E. Cold Weather Placing
1. Protect concrete work from physical damage or reduced strength which would be caused
by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein
specified.
2. When air temperature has fallen to or is expected to fall below 40 degrees F., uniformly
heat all water and aggregate before mixing as required to obtain a concrete mixture
temperature of not less than 50 degrees F., and not more than 80 degrees F., at point of
placement.
3. Do not use frozen materials or material containing ice or snow. Do not place concrete on
frozen subgrade or on subgrade containing frozen materials.
4. Do not use calcium chloride, salt, and other materials containing antifreeze agents or
chemical accelerators, unless otherwise accepted in mix designs.
F. Hot Weather Placing
1. When hot weather conditions exist that could seriously impair the quality and strength of
concrete, place concrete on compliance with ACI 305 and as herein specified.
2. Cool ingredients before mixing to maintain concrete temperature at time of placement
below 90 degrees F. Mixing water may be chilled, or chopped ice may be used to control
the concrete temperature provided the water equivalent of the ice is calculated to the total
amount of mixing.
3. Cover reinforcing steel with water -soaked burlap if it becomes too hot so that the steel
and temperature will not exceed the ambient air temperature immediately before
embedment in concrete. Wet form thoroughly before placing concrete.
4. Do not use retarding admixtures unless otherwise accepted in mix designs.
3.7 FINISH OF FORMED SURFACES
A. Standard Rough Form Finish: For formed concrete surfaces not exposed to view in the finish work
or by other construction, unless otherwise shown or specified. This is the concrete surface having
the texture imparted by the form facing material used, with defective areas repaired and patched as
specified, and fins and other projections exceeding 1/4" in height rubbed down with wood blocks.
B. Standard Smooth Finish: For formed concrete surfaces exposed to view, or that are to be covered
with a coating material applied directly to the concrete or a covering material bonded to the
concrete, such as waterproofing, dampproofing, painting, or other similar system. This is the as -
cast concrete surface as obtained with the form facing material, with defective areas repaired and
parched as specified, and fins and other projections on the surface completely removed and
smoothed.
C. Related Unformed Surfaces: At tops of walls, horizontal offsets and similar unformed surfaces
occurring adjacent to formed surfaces, strike off smooth and finish with a texture matching
adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across
adjacent surfaces, unless otherwise shown.
3.8 MONOLITHIC SLAB FINISHES
A. Scratch Finish: Apply scratch finish to monolithic slab surfaces that are to receive concrete floor
topping or mortar setting beds for tile or other bonded applied cementitious finish flooring
material, and as shown on the drawings.
1. After placing slabs, plane surface to a tolerance not exceeding 1/2" in 10 feet when tested
with a 10 foot straightedge. Slope surfaces uniformly to drains where required. After
leveling, roughen surface before final set, with stiff brushes, brooms, or rakes.
ena°tio duP1H, a1oXprochhUetet1l" CONCRETE WORK 03300 - 9
Lubbock Memorial Civic Center
February 3, 2014
B. Float Finish: Apply float finish to monolithic slab surfaces that are to receive trowel finish and
other finishes as hereinafter specified, and slab surfaces which are to be covered with membrane or
elastic roofing, and as shown on the drawings or in schedules.
I . After screeding and consolidating concrete slabs, do not work surface until ready for
floating. Begin floating when surface water has disappeared or when concrete has
stiffened sufficiently to permit operation of power -driver floats or both. Consolidate
surface with power -driven floats, or by hand floating if area is small or inaccessible to
power units. Check and level surface plane to a tolerance not exceeding 1/4" in 10 feet
when tested with a 10 foot straightedge. Cut down high spots and fill low spots.
Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a
uniform, smooth, granular texture.
C. Trowel finish:
I. Apply trowel finish to monolithic slab surfaces that are to be exposed to view, unless
otherwise shown, and slab surfaces that are to be covered with resilient flooring, paint, or
other thin film finish coating system.
2. After floating, begin first trowel finish operation using a power -driven trowel. Begin
final troweling when surface produces a ringing sound as trowel is moved over the
surface. Consolidate concrete surface by final hand troweling operation, free of trowel
marks, uniform in texture and appearance, and with a surface plane tolerance not
exceeding 1/8" in 10 feet when tested with a 10 foot straightedge. Grind smooth surface
defects which would telegraph through applied floor covering system.
D. Non -Slip Broom Finish:
I . Apply non -slip broom finish to exterior concrete platform, steps and ramps, walks and
elsewhere as shown on the drawings or in schedules.
2. Immediately after trowel finishing, slightly roughen concrete surface by brooming
perpendicular to main traffic route. Coordinate required final finish with the architect
before application.
E. Pattern Finish:
1. Apply pattern finish to exterior concrete ramps as shown on the drawings.
2. Use only the approved pattern finish as submitted.
3.9 CONCRETE CURING AND PROTECTION
A. General
I . Protect freshly placed concrete from premature drying and excessive cold or hot
temperature, and maintain without drying at a relatively constant temperature for a period
of time necessary for hydration of cement and proper hardening.
2. Start initial curing application as soon as free water has disappeared from concrete
surface after placing and finishing. Weather permitting, keep continuously moist for not
less than 72 hours.
3. Begin final curing procedures immediately following initial curing and before concrete
has dried. Continue final curing for at least 168 cumulative hours (not necessarily
consecutive) during which concrete has been exposed to air temperatures above 50
degrees F. Avoid rapid drying at end of final curing period.
B. Curing Methods: Perform curing of concrete by moist curing or by moisture retaining cover
curing or by membrane -forming curing compound and by combinations thereof, as herein
specified.
I. Provide moisture curing by following methods:
a. Keep concrete surface continuously wet by covering with water. Continuous
water -fog spray.
Uneuthorize uplioa1nX,' oS,hMt1l"' CONCRETE WORK 03300 - 10
Lubbock Memorial Civic Center
February 3, 2014
b. Covering concrete surface with specified absorptive cover, thoroughly saturating
cover with water and keeping continuously wet. Place absorptive cover to
provide coverage of concrete surface and edges, with 4" lap over adjacent
absorptive covers.
Provide moisture -cover curing as follows:
a. Cover concrete surfaces with moisture -retaining cover for curing concrete,
placed in widest practicable width with sides and ends lapped at least 3" and
sealed by waterproof tape or adhesive. Immediately repair any holes or tears
during curing period using cover material and waterproof tape.
Provide curing compound for slabs as follows:
a. Apply specified curing and sealing compound to concrete slabs as soon as final
finishing operations are complete (within 2 hours).
b. Apply uniformly in continuous operation by power -spray or roller in accordance
with manufacturer's directions. Recoat areas subjected to heavy rainfall within 3
hours after initial application. Maintain continuity of coating and repairing
damage during this curing period.
C. Do not apply membrane curing compounds on surface which are to be covered
with coating material applied directly to concrete, liquid floor hardener,
waterproofing, dampproofing, membrane roofing, flooring, painting, and other
coatings and finish materials, unless otherwise acceptable to the architect.
C. Curing Formed Surfaces: Cure formed concrete surface, including undersides of beams, supported
slabs and other similar surfaces by moist curing with forms in place for full curing period or until
forms are removed. If forms are removed, continue curing by methods specified above, as
applicable.
D. Curing Unformed Surfaces: Initially cure unformed surfaces, such as slabs, floor topping, and
other flat surfaces by moist curing.
1. Final cure unformed surfaces, unless specified otherwise, by methods specified above, as
applicable.
2. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of
moisture -retaining cover, unless otherwise directed.
3.10 REMOVAL OF FORMS
A. Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar
parts of the work, maybe removed after cumulatively curing at not less than 50 degrees F. for 24
hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form
removal operations, and provided curing and protection operations are maintained.
B. Formwork supporting weight of concrete, such as beams, soffits, joists, slabs and other structural
elements, may not be removed in less than 14 days and until concrete has attained design minimum
compressive strength at 28 days. Determine potential compressive strength if inplace concrete by
testing field -cured specimens representative of concrete location or members.
C. Form facing material may be removed 4 days after placement, only if shores and other vertical
supports have been arranged to permit removal of form facing material without loosening or
disturbing shores and supports.
3.11 RE -USE OF FORMS
A. Clean and repair surfaces of forms to be re -used in the work. Split, frayed, delaminated or
otherwise damaged form facing material will not be acceptable. Apply new form coating
compound material to concrete contact form surfaces as specified for new formwork.
enU4,2�" ,1H, aho�Yprochh ftg'Inc. CONCRETE WORK 03300 - 11
Lubbock Memorial Civic Center
February 3, 2014
B. When forms are intended for successive concrete placement, thoroughly clean surfaces, remove
fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do
not use patched forms for exposed concrete surfaces, except as acceptable to architect.
3.12 MISCELLANEOUS CONCRETE ITEMS
A. Filling -in: Fill-in holes and openings left in concrete structures for passage of work by other
trades, unless otherwise shown or directed, after work of trades is in place. Mix, place, and cure
concrete as herein specified, to blend with in -place construction. Provide other miscellaneous
concrete filling shown or required to complete work.
B. Reinforced Masonry: Provide concrete grout for reinforced masonry lintels and bond beams
where indicated on the drawings and as scheduled. Maintain accurate location of reinforcing steel
during concrete placement.
3.13 CONCRETE SURFACE REPAIRS
A. Patching Defective Areas:
1. Repair and patch defective areas with cement mortar immediately after removal of forms,
but only when acceptable to architect.
2. Cut out honeycomb, rock pockets, voids over 1/3" in any dimension, and holes left by tie
rods and bolts, down to solid concrete but in no case to a depth of less than 1". Make
edges of cuts perpendicular to the concrete surface. Before placing cement mortar or
proprietary patching compound, thoroughly clean, dampen with water and brush -coat the
areas to be patched with neat cement grout, or proprietary bonding agent.
3. For exposed to view surfaces, blend white portland cement and standard portland cement
so that, when dry, patching mortar will match surrounding color. Provide test areas at
inconspicuous location to verify mixture and color match before proceeding with
patching. Compact mortar in place and strike -off slightly higher than surrounding
surface.
B. Repair of Formed Surfaces:
1. Remove and replace concrete having defective surfaces if defects cannot be repaired to
satisfaction of architect. Surface defects include color and texture irregularities; cracks;
spalls; air bubbles; honeycomb; rock pockets; fins and other projections on surface; and
stains and other discolorations that cannot be removed by cleaning. Flush out form tie
holes, fill with dry pack mortar or precast cement cone plugs secured in place with
bonding agent.
2. Where possible, repair concealed formed surfaces that contain defects that adversely
affect the durability of the concrete. If defects cannot be repaired, remove and replace the
concrete.
C. Repair of Unformed Surfaces
1. Test unformed surfaces, such as monolithic slabs, form smoothness and to verify surface
plane to tolerances specified for each surface and finish. Correct low and high areas as
herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition
to smoothness, using a template having required slope.
2. Repair finished unformed surfaces that contain defects which adversely affect durability
of concrete. Surface defects, as such, include crazing, cracks in excess of 0.01" wide or
which penetrate to reinforcement or completely through non -reinforced sections
regardless of width, spalling, pop -puts, honeycomb, rock pockets and other objectionable
conditions.
3. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14
days.
ena° o duP1H, a1nXprochhUeteti'l" CONCRETE WORK 03300 - 12
Lubbock Memorial Civic Center
February 3, 2014
Correct low areas in unformed surfaces during, or immediately after, completion of
surface finishing operations by cutting out low areas and replacing with fresh concrete.
Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds
may be used when acceptable to architect.
Repair defective areas, except random cracks and single holes not exceeding 1" diameter,
by cutting out and replacing with fresh concrete. Remove defective areas to sound
concrete with clean, square cuts and expose reinforcing steel with at least 3/4" clearance
all around. Dampen concrete surfaces in contact with patching concrete, and brush with a
neat cement grout coating or concrete bonding agent. Mix patching concrete of same
materials to provide concrete of the same type or class as original concrete. Place,
compact and finish to blend with adjacent finished concrete. Cure in the same manner as
adjacent concrete.
Repair isolated random cracks and single holes not over 1" in diameter by dry pack
method. Groove top of cracks and cut-out holes to sound concrete and clean of dust, dirt,
and loose particles. Dampen cleaned concrete surfaces and brush with neat cement grout
coating or concrete bonding agent. Mix dry pack, consisting of one part portland cement
to 2 1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as
required for handling and placing. Compact dry pack mixture in place and finish to
match adjacent concrete. Keep patched area continuously moist for not less than 72
hours.
D. Use epoxy -based mortar for structural repairs, where directed by architect.
E. Repair methods not specified above may be used, subject to acceptance of architect.
3.14 QUALITY CONTROL TESTING DURING CONSTRUCTION
A. The contractor will employ a testing laboratory to perform all other tests and to submit test reports.
B. Sampling and testing for quality control during the placement of concrete may include the
following, as directed by the Architect.
1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with
ASTM C 94.
2. Slump: ASTM C 143; one test for each concrete load at point of discharge; and one test
for each set of compressive strength test specimens.
3. Air Content: ASTM C 173, volumetric method for lightweight concrete; ASTM C 231
pressure for normal weight concrete; one for each set of compressive strength test
specimens.
4. Concrete Temperature: Test hourly when air temperature is 40 degrees F. and below,
and when 80 degrees F. and above; and each time a set of compression test specimens
made.
5. Compression Test Specimen: ASTM C 31; one set of 4 standard cylinders for each
compressive strength test, unless otherwise directed. Mold and store cylinders for
laboratory cured test specimens except when field -cure test specimens are required.
6. Compressive Strength Tests: ASTM C 39; one set for each 100 cu. yds. or fraction
thereof, of each concrete class placed in any one day or for each 5000 sq. ft. of surface
area placed; 1 specimen tested at 7 days for information only, 2 specimens tested at 28
days, and 1 specimen retained in reserve for later testing if required. The acceptance test
results shall be the average of the strengths of the two specimens tested at 28 days.
a. When the frequency of testing will provide less than 5 strength tests for a given
class on concrete, conduct testing from at least 5 randomly selected batches or
from each batch if fewer than 5 are used.
b. When the total quantity of a given class of concrete is less than 50 cu. yds., the
strength test may be waived by the architect, if, in his judgement, adequate
evidence of satisfactory strength is provided.
�na° o du,1H, ahorYprochhUetet1l" CONCRETE WORK 03300 - 13
Lubbock Memorial Civic Center
February 3, 2014
When the strength of field -cured cylinders is less than 85% of companion
laboratory -cured cylinders, evaluate current operations and provide corrective
procedures for protecting and curing the in -place concrete.
C. Test results will be reported in writing to the architect , engineer and the contractor on the same
day that tests are made. Reports of compressive strength tests shall contain the project
identification name and number, date of concrete placement, name of concrete testing services,
concrete type and class, location of concrete batch in the structure, design compressive strength at
28 days, concrete mix proportions and materials; compressive breaking strength and type of break
for both 7-day tests and 28-day tests.
D. Additional Tests: The testing service will make additional tests of in -place concrete when test
results indicate the specified concrete strengths and other characteristics have not been attained in
the structure, as directed by the Architect. The testing service may conduct tests to determined
adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as
directed. Contractor shall pay for such tests conducted, and any other additional testing as may be
required when unacceptable concrete is verified.
3.15 TEXAS ACCESSIBILITY STANDARDS
A. All new concrete walks, sloped walks, ramps, curb cuts, curb ramps, surface textures, and
dimensions shall comply with the Texas Accessibility Standards of the Architectural Barriers Act,
Article 9102, Texas Civil Statutes.
B. New and renovated concrete surfaces shall provide at least a 2% positive slope away from
accessible routes. Do not allow any water to stand within accessible routes.
END OF SECTION
ena° o duP1H, a1nXprochhUeteti'l" CONCRETE WORK 03300 - 14
February 3, 2014
SECTION 07900
JOINT SEALERS
PART1
GENERAL
1.1
RELATED DOCUMENTS
A.
The Drawings, General Conditions, Supplementary General Conditions apply to the work in this
Section.
1.2
WORK INCLUDED
A.
Provide caulking in conjunction with interior painting operations and as otherwise indicated on
drawings for interior caulking.
B.
Provide sealant at exterior walk locations noted on the plans.
C.
Perform all work required to complete the joint preparation, joint packing or filler, priming,
caulking and sealing indicated by the drawings and specified herein. Furnish all supplementary
items necessary.
1.3
RELATED
SECTIONS
A.
Section 09900 - Painting.
1.4
QUALITY
ASSURANCE
A.
Applicator Qualifications:
1. Minimum two year's experience in applying sealants and approved by manufacturer.
B.
Manufacturer's Representative:
1. Arrange for technical representative to be on project site to advise installer of proper
procedures and precautions for use of materials and to check installation.
1.5
REFERENCE STANDARDS
A.
FS TT-S-00230C, Type II Sealing Compound: Elastomeric Type, Single Component.
B.
FS TT-S-001543A Sealing compound: Silicone Rubber Base.
C.
FS TT-S-00227E, Type I, Class A Joint Sealant: Self Levelling.
D.
ASTM C834 Standard Specification for latex sealing compounds.
„U4,well" PIP, MIXpioMtec3,Im. JOINT SEALERS 07900 1
February 3, 2014
1.6 SUBMITTALS
A. Submit the following:
1. Product Data:
a. Manufacturer's specifications, recommendations and installation instructions for
sealant, backing, and related materials.
2. Samples:
a. Color charts for selection by architect.
b. Furnish samples of custom colors.
3. Certification:
a. Letter of certification from manufacturer or certified test laboratory report that
materials are chemically compatible with each other and with substrate.
b. Letter from manufacture that certifies material's fire resistant qualities.
C. When requested by the architect, submit samples of cured sealants and a 6 inch
long sample of each type of joint backup.
1.7 DELIVERY AND STORAGE
A. Deliver materials in unopened containers as packaged by the manufacturer. Store in a manner to
protect materials from the weather.
1.8 WARRANTY
A. Warrant, in writing, materials and workmanship against air and water leakage for a five-year
period.
B. Provide written warranty of materials fire resistance and accepted use in at least a one hour fire
resistant assembly.
PART2 PRODUCTS
2.1 PRODUCTS
A. Pecora Chemical corporation.
B. Sonneborn Building Products.
C. W.R. Grace and Company.
D. General Electric Company.
E. Products Research and Chemical Corporation.
F. Substitutions: In accordance with Section 01600.
2.2 MATERIALS
A. Polysulfide (Type I):
1. Two-part conforming to FS TT-S-00227E, Class A, Type I (self -leveling) or Type 2
(nonsag) as recommended by manufacturer.
2. Color: As selected by architect.
„ U4,2"p 1H,MIXpioMft3' Im. JOINT SEALERS 07900 2
February 3, 2014
Acceptable products:
a. Synthacalk GC-5, Pecora Corp.
b. 350, PRC.
C. Sonolastic, Sonneborn-Contech, Inc.
B. Chlorosulfonated Polyurethane (Type 2)
1. One part conforming to FS TT-S-230C.
2. As selected by architect.
3. Acceptable products:
a. Synthacalk, Pecora.
C. Polyurethane (Type 3):
1. Two-part conforming to FS TT-S-0000227E, Class A, Type I or II.
2. Color: As selected by architect.
3. Acceptable products:
a. NR-200, Pecora.
b. No. 200, PRC.
C. Sonolastic Paving Joint Sealant, Sonneborn-Contech.
d. THC-900/901, Tremco.
D. Polyurethane (Type 4):
1. One -part conforming to FS TT-S-000230C, Class A, Type II.
2. Color: Custom color as selected by architect.
3. Acceptable products:
a. No. 6000, PRC.
b. NP 1, Sonneborn - Contech.
C. Dymonic, Tremco.
E. Silicone (Type 5):
1. One part rubber based silicone conforming to FS TT-S-001543, Class A, Type I.
2. Color: Custom color as selected by architect.
3. Acceptable products:
a. 790 Building Sealant, Dow Corning.
b. Silproof, General Electric.
C. Proglaze, Tremco.
F. Acrylic, Solvent Cure (Type 6):
1. One -part, FS TT-S-00230.
2. Acceptable products:
a. Unicrylic, Pecora.
b. Permacryl, Schnee -Moorhead Chemicals, Inc.
C. Mono, Tremco Manufacturing Company.
G. Nondrying, Nonskinning (Type 7):
1. One -part sealing compound.
2. Acceptable products:
a. GC-55, Noncung, Goal Chemical.
b. BR-96, Pecora.
C. Curtain Wall Sealant, Tremco.
H. Bitumen Impregnated Sealant (Type 8):
1. Precompressed bitumen impregnated foam joint sealant.
2. Size: As recommended by manufacturer for joint condition as rain seal.
3. Acceptable product: Emseal compressed, Emseal Corporation.
„a° o duP1H, ahoXpiohh U et et1l c JOINT SEALERS 07900 3
February 3, 2014
I. Backer Rod: Closed cell expanded polyurethane or polyethylene "Denver" foam, compatible with
sealant; sized and shaped to control depth of sealant; and to maintain 20% to 50% compression of
material.
Joint Cleaners and Primers: As recommended by sealant manufacturer.
K. Bond Breaker: Pressure sensitive adhesive polyethylene tape.
L. Masking Tape: Pressure sensitive adhesive paper tape.
M. Sealant Tape:
1. Compressible adhesive -cohesive tape of cross -linked butyl polyisobutylene rubber that
accommodates variations and movement, sized as necessary to allow for joint movement
of + or - 25%.
2. Acceptable product: PTI 606, Protective Treatments, Inc.
N. Expansion Joint Filler:
1. Closed cell polyethylene compatible with sealant.
2. Acceptable product: Sonoflex F, Sonneborn.
3. Fire resistant to be used in at least a one hour fire rating classification.
2.3 MIXING
A. Mix components in accordance with manufacturer's recommendations.
PART 3 EXECUTION
3.1 INSPECTION
A. Examine all surfaces to receive sealant and report all conditions not acceptable. Installation shall
be deemed as acceptance of the surface.
3.2 PREPARATION
A. Clean all surfaces and joints thoroughly, removing all foreign matter, dust, oil, grease, water
surface, dirt, frost, old caulking material, and previously applied paint or primer.
B. Prime and prepare surfaces in strict accordance with sealant or caulk manufacturer's written
instructions and recommendations.
C. Remove loose mill scale from steel surfaces. Remove dirt, oil, or grease by solvent cleaning and
wipe surfaces. All surfaces must be clean and dry. Any protective coating on building materials
that will impair sealant bond shall be removed.
3.3 APPLICATION
A. Sealants:
1. Follow sealant manufacturer's instructions regarding preparation, priming, application
life, and application procedure.
2. Apply masking tape where required in continuous strips in alignment with joint edge.
Remove tape immediately after joints have been sealed and tooled as directed.
3. Apply sealant under pressure with gun having nozzle of proper size or other appropriate
means. Provide sufficient pressure to completely fill joints.
„a°rho du plUMApio�h 11%,t3'I"` JOINT SEALERS 07900 4
February 3, 2014
3.4
3.5
Neatly point or tool sealant to provide proper contour. Use clean water -wet tool or
tooling solution recommended by manufacturer when tooling white or light colored
sealant.
B. Caulking:
1. Caulking: Apply caulking joints before final coat of paint is applied to adjacent surface.
Apply caulking with a pressure gun having a nozzle of proper size to fit joint. Completely
fill joint and firmly tool against backing to make a smooth, convex bed, and assure good
adhesion. Caulking shall develop a firm skin before paint is allowed.
C. Joint Size:
1. Sealant and Caulking: Depth equal to 1/3 times joint width or as recommended by
manufacturer.
CLEANING
A. Remove excess caulking or sealant materials and smears from adjacent surfaces as work
progresses.
B. On non -porous surfaces excess uncured sealant shall be removed with a solvent moistened cloth
immediately. On porous surfaces excess sealant should be allowed to cure overnight, then removed
by lightly wirebrushing or sanding. All adjacent surfaces shall be clean and free from stains.
C. Remove all debris resulting from these operations from the site.
SCHEDULE
A. Interior and Exterior Joints Subject to Movement (Not Including Traffic): Type 1, 2, 4, or 5 at
Contractor's option and as recommended by manufacturer for joint condition and sealant color.
B. Interior and Exterior Horizontal Joints Subject to foot and Vehicular Traffic: Type 2, self -leveling.
C. Interior Horizontal and Vertical Joint Not Subject to Movement (Not Including Traffic): Type
6.
D. In contact with roofing and waterproofing materials: Type 3 or 4, low modulus, unmodified.
E. Unexposed window joints: Type 7.
F. Interior fire resistant rating of at least a one hour rated assembly subjected to minimal movement:
Type 2.
G. Secondary seal and exterior brick expansion joint secondary seals: Type 8.
END OF SECTION
„a��i o ael duP1H1 a1 Xpio�hhUte t1lnc. JOINT SEALERS 07900 5
February 3, 2014
SECTION 09900
PAINTING
PART1
GENERAL
1.1
RELATED DOCUMENTS
A.
The Drawings, General Conditions, Supplementary General Conditions apply to the work of this
Section.
1.2
WORK INCLUDED
A.
Surface preparation.
B.
Surface finish schedule.
1.3
RELATED SECTIONS
A.
Section 02510 — Asphaltic Concrete Pavement
B.
Section 02580 — Pavement Marking.
1.4
REFERENCES
A.
ANSUASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related
Products.
B.
ASTM D2016 - Test Method for Moisture Content of Wood.
C.
SSPC - SP1 - Solvent Cleaning
D.
SSPC - SP2 - Hand Tool Cleaning
1.5
DEFINITIONS
A.
Conform to ANSUASTM D 16 for interpretation of terms used in this section.
1.6
QUALITY
ASSURANCE
A.
Product Manufacturer: Company specializing in manufacturing quality paint and finish products
with five years experience.
B.
Applicator: Company specializing in commercial painting and finishing with three years
documented experience.
C.
Flame Spread: Interior finishes must meet Class II flame spread, 26-75 index, or less.
Unau thor2iseritl p1H,MI $prop ft3'I"`' PAINTING 09900 - 1
February 3, 2014
1.7 SUBMITTALS
A. Provide product data on all finishing products.
B. Submit samples under provisions of Section 01300.
C. Submit two samples 6 x 6 inch in size illustrating range of colors and textures available for each
surface finishing product scheduled, after color selection.
D. Submit manufacturer's application instructions under provisions of Section 0 13 00.
E. Certify that material installed on this project does not contain insecticide, mildewcide, and no more
than 0.06 percent lead.
1.8 FIELD SAMPLES
A. Provide one field sample panel, 12 inches long by 12 inches wide, illustrating special texture, and
finish.
B. Accepted sample may not remain as part of the work.
1.9 DELIVERY, STORAGE, AND HANDLING
A. Deliver products to site under provisions of Section 01600.
B. Store and protect products under provisions of Section 01600.
C. Deliver products to site in sealed and labelled containers; inspect to verify acceptance.
D. Container labelling to include manufacturer's name, type of paint, brand name, brand code,
coverage, surface preparation, drying time, cleanup, color designation, and instructions for mixing
and reducing.
E. Store paint materials at minimum ambient temperature of 45' F and a maximum of 90' F, in well
ventilated area, unless required otherwise by manufacturer's instructions.
F. Take precautionary measures to prevent fire hazards and spontaneous combustion.
1.10 ENVIRONMENTAL REQUIREMENTS
A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures
above 55' F for 24 hours before, during, and 48 hours after application of finishes, unless required
otherwise by manufacturer's instructions.
B. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent,
unless required otherwise by manufacturer's instructions.
C. Minimum Application Temperatures for Latex Paints: 55' F for interiors; 65' F for exterior;
unless required otherwise by manufacturer's instructions.
D. Minimum Application Temperature for Varnish Finishes: 65' F for interior or exterior, unless
required otherwise by manufacturer's instructions.
E. Provide lighting level of 50 footcandles measured mid -height at substrate surface.
Unaut4,2 plilcaho prochhUtetet�,Inc. PAINTING 09900 - 2
February 3, 2014
1.11 EXTRA STOCK
A. Provide two gallon containers of each color and surface texture to owner.
B. Label each container with color, texture, and room locations in addition to the manufacturer's
label.
PART2 PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS — PAINT
A. Glidden Coatings and Resins Division of SCM Corporation.
B. PPG Industries, Inc. Coatings and Resins Division.
C. Kelly -Moore Paint Co., Inc.
D. Sherwin Williams Company.
E. Substitutions: Under provisions of Section 01600.
2.2 MATERIALS
A. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste
consistency, capable of being readily and uniformly dispersed to a homogeneous coating.
B. Coatings: Good flow and brushing properties; capable of drying or curing free of streaks or sags.
C. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners, and other materials not
specifically indicated but required to achieve the finishes specified, of commercial quality.
2.3 FINISHES
A. Refer to outline schedule and color scheme provided on the drawings.
PART 3 EXECUTION
3.1 INSPECTION
A. Verify that surfaces are ready to receive work as instructed by the product manufacturer.
B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition
that may potentially affect proper application.
C. Measure moisture content of surfaces using an electronic moisture meter. Report any condition
that may potentially affect proper application.
1. Plaster and Gypsum Wallboard: 12 percent.
2. Masonry, Concrete, and Concrete Unit Masonry: 12 percent.
3. Interior Located Wood: 15 percent, measured in accordance with ASTM D2016.
4. Exterior Located Wood: 12 percent, measured in accordance with ASTM D2016.
D. Beginning of installation means acceptance of existing surfaces.
UnU4, zeli� p1 o IAp"iochhUft3, Inc. PAINTING 09900 - 3
February 3, 2014
3.2 PREPARATION
A. Remove electrical plates, hardware, light fixture trim, and fittings prior to preparing surfaces or
finishing.
B. Correct minor defects and clean surfaces which affect work of this section.
C. Shellac and seal marks which may bleed through surface finishes.
D. Impervious Surfaces: Remove mildew by scrubbing with solution of tri-sodium phosphate and
bleach. Rinse with clean water and allow surface to dry.
E. Gypsum Board Surfaces: Latex fill minor defects. Spot prime defects after repair.
F. Galvanized Surfaces: Remove surface contamination and oils and wash with solvent. Apply coat
of etching primer.
G. Concrete and Unit Masonry Surfaces Scheduled to Receive Paint Finish: Remove dirt, loose
mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a
solution of tri-sodium phosphate; rinse well and allow to dry. Remove stains caused by
weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting
with water. Allow to completely and thoroughly dry.
H. Plaster Surfaces: Fill hairline cracks, small holes, and imperfections with latex patching plaster.
Make smooth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces.
I. Uncoated Steel and Iron Surfaces: Remove grease, scale, dirt and rust. Where heavy coatings of
scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply
a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned.
Spot prime paint after repairs.
Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to
make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces.
Prime metal items including shop primed items.
K. Interior Wood Items Scheduled to Receive Finish: Wipe off dust and grit prior to priming. Seal
knots, pitch streaks, and sappy sections with sealer. Fill nail holes and cracks after primer has
dried; sand between coats.
L. Concrete Paving Scheduled to Receive Paint Finish: Remove foreign particles to permit adhesion
of finishing materials.
M. Hollow Metal Doors Scheduled for Painting: Seal top and bottom edges with primer.
3.3 PROTECTION
A. Protect elements surrounding the work of this section from damage or disfiguration.
B. Repair damage to other surfaces caused by work of this section.
C. Furnish drop cloths, shields and protective methods to prevent spray or droppings from disfiguring
other surfaces.
D. Remove empty paint containers from site.
Unauthor ze upl oa1Xp' ochhUtetet�, Inc. PAINTING 09900 - 4
February 3, 2014
3.4 APPLICATION
A. Apply products in accordance with manufacturer's instructions.
B. Do not apply finishes to surfaces that are not dry.
C. Apply each coat to uniform finish.
D. Apply each coat of paint slightly darker than proceeding coat unless otherwise approved.
E. Sand lightly between coats to achieve required finish.
F. Allow applied coat to dry before next coat is applied.
G. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set.
Wipe excess from surface.
H. Prime back surfaces of interior and exterior woodwork with primer paint.
I. Prime back surfaces of interior woodwork scheduled to receive stain or varnish finish with gloss
varnish reduced 25 percent with mineral spirits.
J. Apply new paint as specified on new and renovated existing surfaces. The entire renovated
surface shall be painted, not just the repaired portion. Renovated surfaces shall be painted from
floor to ceiling, corner to corner, or break in surface plane.
K. Repainting the entire surface (new, renovated, or existing): shall be required if the surface is
damaged by construction activities. The architect will make the final deternunation.
3.5 PERMANENT MARKING AND IDENTIFICATION OF FIRE WALLS
A. Permanently identify with red stenciled 3-inch high lettering all fire rated walls. Identification to
be located on the fire -rated wall/partition above ceilings and at exposed areas (such as Mechanical
and Electrical Equipment Rooms), on 10-foot intervals and as high as possible and still visible
from the finished floor and include the wording "FIRE WALL". Areas of fire -rated
walls/partitions exposed to viewing by the public shall be exempt from stenciling.
3.6 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT
A. Refer to Section 15 and Section 16 for schedule of color coding and identification banding of
equipment, ductwork, piping and conduit.
B. Paint shop primed equipment.
C. Prime and paint insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers,
brackets, collars and supports, except where items are prefinished.
D. Replace identification markings on mechanical or electrical equipment when painted accidently.
E. Paint interior surfaces of air ducts, that are visible through grilles and louvers with one coat of flat
black paint, to limit of sight line. Paint dampers exposed behind louvers, and grilles, to match face
panels.
F. Paint exposed conduit and electrical equipment occurring in finished areas.
Unauthor z"pl oa1Xp' ochhUtetet�, Inc. PAINTING 09900 - 5
February 3, 2014
G. Paint both sides and edges of plywood backboards for electrical and telephone equipment before
installing equipment.
H. Color code equipment, piping, conduit, and exposed ductwork in accordance with requirements
indicated. Color band and identify as required.
I. Replace electrical plates, hardware, light fixture trim, and fittings removed prior to finishing.
3.7 CLEANING
A. As work proceeds, promptly remove paint where spilled, splashed, or spattered.
B. During progress of work, maintain premises free of unnecessary accumulation of tools, equipment,
surplus materials, and debris.
C. Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal
containers, and remove daily from site.
3.8 SCHEDULE OF PAINTING
A. The kinds and brands of paint and number of coats required on the various surfaces shall be those
listed below. The types of paint are identified with Pittsburg Paint or Sherwin Williams numbers.
B. The owner and architect shall select color, tint, and sheen from manufacturer's standard color
chart.
C. Exterior and Interior Metal:
1. First Coat: PPG 6-208 Series Speedhide steel primer
2. Second Coat: PPG 7-282 Series Industrial Gloss Alkyd enamel
3. Third Coat: PPG 7-282 Series Industrial Gloss Alkyd enamel
D. Interior Wood: For paint finish
1. First Coat: PPG 6-6 Speedhide Alkyd enamel undercoat
2. Second Coat: PPG 6-90 Series low sheen Alkyd enamel
3. Third Coat: PPG 6-90 Series low sheen Alkyd enamel
E. Interior Wood: For transparent finish
1. First Coat: PPG Rez 77-560 line semi -transparent Alkyd stain
2. Second Coat: PPG 6-10 Speedhide wood sanding sealer
3. Third Coat: PPG REZ 77-89 Interior Polyurethane satin clear varnish
4. Fourth Coat: PPG REZ 77-89 Interior Polyurethane satin clear varnish
F. Gypsum Board Walls and Ceilings
1. First Coat: PPG 6-2 Speedhide interior Latex primer sealer
2. Second Coat: PPG 6-510 Speedhide interior semi -gloss Latex enamel
3. Third Coat: PPG 6-510 Speedhide interior semi -gloss Latex enamel
G. Galvanized Metal
1. First Coat: PPG 90-712 series Pitt -Tech Industrial DTM primer/finish enamel
2. Second Coat: PPG 7-282 Series Industrial gloss Alkyd enamel
3. Third Coat: PPG 7-282 Series Industrial gloss Alkyd enamel
H. Concrete and Asphalt Pavement
1. First Coat: PPG 11-3 Series flat Alkyd zone marking paint.
2. Second Coat: PPG 11-3 Series flat Alkyd zone marking paint.
UnU4, z"pt PIH, Inc. PAINTING 09900 - 6
February 3, 2014
Accessible parking zones to receive a second coat.
I. Concrete Unit Masonry
1. First Coat: PPG 6-7 Speedhide Latex masonry block filler.
2. Second Coat: PPG 6-2045 Series Speedhide exterior satin Acrylic Latex.
3. Third Coat: PPG 6-2045 Series Speedhide exterior satin Acrylic Latex.
Concrete Walks
1. First Coat: PPG 11-25 flat Traffic & Zone Marking Paint.
Blue unless noted otherwise. Accessible ramps and sloped walks.
END OF SECTION
eneutho elnduPIH, Rpro`hhbetetg,Inc. PAINTING 09900 _ 7
Lubbock Memorial Civic Cemm
Febmery 3, W14
CONSULTANTS' PROFESSIONAL RESPONSIBILITY
The specifications sections to be authenticated by my seal and signature are limited to the following:
DIVISION 16 - ELECTRICAL
16050
BASIC ELECTRICAL MATERIALS AND METHODS
2
16060
GROUNDING AND BONDING
3
16073
HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
5
16075
ELECTRICAL IDENTIFICATION
5
16120
CONDUCTORS AND CABLES
4
16130
RACEWAYS AND BOXES
8
16140
WIRING DEVICES
9
16461
LOW -VOLTAGE TRANSFORMERS
4
16511
LED INTERIOR LIGHTING
5
16520
SYNERGY LIGHTING CONTROLS MLX NETWORK CONTROLLER
10
16521
EXTERIOR LIGHTING
3
END OF TABLE OF CONTENTS
By: Michael T. Strahan, P.E.
BSA Consulting Engineers, PLLC
Texas Firm Registration #4415
License No. 84881
02. D3.14
��.
MICHAEL T. STRAHAN
............................
84881
DIVISION 16 TABLE OF CONTENTS
February 3, 2014
SECTION 10440
SIGNS
PART1 GENERAL
1.1 RELATED DOCUMENTS
A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this
Section.
1.2 WORK INCLUDED
A. Interior wall mounted illuminated signs — acrylic and light box.
1.3 RELATED SECTIONS
A. Section 09900 - Painting.
B. Division 16 - Electrical.
1.4 SUBMITTALS
A. Submit product data, installation instructions, color chart, and power requirements.
B. Submit letter style and colors for selection.
1.5 WARRANTY
A. Provide a minimum of 30 months on electronics and 12 months on bulbs.
PART2 PRODUCTS
2.1 ACCEPTABLE MANUFACTURER
A. Fast Signs.
B. Andco.
2.2 MATERIAL
A. Metal base, frame — anodized dark bronze finished aluminum
B. Lens - acrylic extruded sheet
C. Colors to be selected from manufacturer's standard colors.
D. Letter style from manufacturer's standard styles or Helvetica Medium.
E. Illumination — internal fluorescent
2.3 DESIGN
Bneu thor zel upl oa1X,' o�hU�te�� � SIGNS 10440 - 1
February 3, 2014
A. A heavy duty metal framed light box, narrow depth, dark bronze satin finish, internal light, back lit
colored plastic single face, text printed on lens, curved face, and able to be mounted to masonry,
steel, or aluminum.
hqp://www.fastsigns.com/sg-electric-signs/Light-Boxes
B. Submit product samples, colors, and text font for review and selection by owner and architect.
PART 3 EXECUTION
3.1 MOUNTING
A. Concession signs to be mounted to the repaired existing mezzanine plaster fascia surface.
B. The toilet room signs to be mounted to the metal door and transom frame.
3.2 CLEANING
A. Clean signs and adjacent surfaces of any adhesive residue, mastic, concrete, mortar, etc.
B. Protect signs from damage until substantial completion is accomplished and accepted by the
Architect.
C. Remove all protective covers, wrappings, or tape prior to substantial completion.
3.3 SCHEDULE
A. Two toilet signs — both on the east wall, one at the south doors and one at the north doors.
B. Two concession signs — both on the mezzanine fascia, one at the south and one at the north.
C. Review the locations of each sign on the Exhibit Hall drawings, Sheets A2.1 and A2.2.
END OF SECTION
Bneutho2",1 oa1A,' SIGNS 10440 - 2
Lubbock Memorial Civic Center
January 30, 2014
SECTION 16050
BASIC ELECTRICAL METHODS
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. Electrical equipment coordination and installation.
2. Common electrical installation requirements.
3. Utility company requirements.
1.3 SUBMITTALS
A. Submittal Data for Division 16 shall be submitted for review in one binder. There shall be a tab for each
section of the specifications requiring submittal review. Submittals shall not be in folders and the sections
requiring review shall not be submitted separately. Submittals received that are not formatted correctly will
be returned without review.
B. The engineer will review submittals twice as part of his obligation to the owner. If submittals have to be
reviewed more than twice the contractor will be pay the engineer a $100 per hour for each additional
review. Additional reviews will be performed upon receipt of charges but will not be released until the
engineer has received a check from the contractor.
1.4 QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100,
by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.
B. Comply with NFPA 70.
1.5 COORDINATION
A. Coordinate arrangement, mounting, and support of electrical equipment:
1. To allow maximum possible headroom unless specific mounting heights that reduce headroom are
indicated.
2. To provide for ease of disconnecting the equipment with minimum interference to other
installations.
3. To allow right of way for piping and conduit installed at required slope.
4. So connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions
and of the working and access space of other equipment.
B. Coordinate installation of required supporting devices and set sleeves in cast -in -place concrete, masonry
walls, and other structural components as they are constructed.
BASIC ELECTRICAL METHODS 16050 - 1
Lubbock Memorial Civic Center
January 30, 2014
C. Coordinate location of access panels and doors for electrical items that are behind finished surfaces or
otherwise concealed. Access doors and panels are specified in Division 8 Section "Access Doors and
Frames."
D. Coordinate electrical testing of electrical, mechanical, and architectural items, so equipment and systems
that are functionally interdependent are tested to demonstrate successful interoperability.
E. Coordinate chases, slots, inserts, sleeves, and openings for electrical supports, raceways, and cable with
general construction work.
F. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the
Work. Coordinate installing large equipment that requires positioning before closing in the building.
G. Coordinate location of access panels and doors for electrical items that are concealed by finished surfaces.
Access doors and panels are specified in Division 8 Section "Access Doors and Frames."
H. Where electrical identification devices are applied to field -finished surfaces, coordinate installation of
identification devices with completion of finished surface.
I. Verify extent and scope of all bid alternates with architectural.
J. Contractor shall coordinate exact locations and distances to mechanical equipment and temperature control
requirements with Mechanical Drawings.
PART2-PRODUCTS
2.1 MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product
selection:
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers specified.
PART 3 - EXECUTION
3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION
A. Comply with NECA 1.
B. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall -
mounting items.
C. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install
components and equipment to provide maximum possible headroom consistent with these requirements.
D. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both
electrical equipment and other nearby installations. Connect in such a way as to facilitate future
disconnecting with minimum interference with other items in the vicinity.
E. Right of Way: Give to raceways and piping systems installed at a required slope.
END OF SECTION 16050
BASIC ELECTRICAL METHODS 16050 - 2
Lubbock Memorial Civic Center
February 3, 2014
SECTION 16060
GROUNDING AND BONDING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes: Grounding systems and equipment.
B. Section includes grounding systems and equipment, plus the following special applications:
1. Underground distribution grounding.
1.3 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Qualification Data: For qualified testing agency and testing agency's field supervisor.
C. Field quality -control reports.
D. Operation and Maintenance Data: For grounding to include in emergency, operation, and maintenance
manuals. In addition to items specified in Division 1 Section "Operation and Maintenance Data," include
the following:
1. Instructions for periodic testing and inspection of grounding features at test wells based on
NETA MTS.
a. Tests shall determine if ground -resistance or impedance values remain within specified
maximums, and instructions shall recommend corrective action if values do not.
b. Include recommended testing intervals.
1.4 QUALITY ASSURANCE
A. Testing Agency Qualifications: Member company of NETA or an NRTL.
1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on -site testing.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a
qualified testing agency, and marked for intended location and application.
C. Comply with UL 467 for grounding and bonding materials and equipment.
GROUNDING AND BONDING 16060 - 1
Lubbock Memorial Civic Center
February 3, 2014
PART 2-PRODUCTS
2.1 CONDUCTORS
A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable
Code or authorities having jurisdiction.
B. Bare Copper Conductors:
1. Solid Conductors: ASTM B 3.
2.2 CONNECTORS
A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which
used and for specific types, sizes, and combinations of conductors and other items connected.
B. Bolted Connectors for Conductors: Copper or copper alloy, pressure type with at least two bolts.
2.3 GROUNDING ELECTRODES
A. Ground Rods: Copper -clad steel; 3/4 inch by 10 feet in diameter.
PART 3 - EXECUTION
3.1 EQUIPMENT GROUNDING
A. Install insulated equipment grounding conductors with all feeders and branch circuits.
B. Install insulated equipment grounding conductors with the following items, in addition to those required
by NFPA 70:
1. Branch circuits.
2. Lighting circuits.
3. Receptacle circuits.
C. Signal and Communication Equipment: In addition to grounding and bonding required by NFPA 70,
provide a separate grounding system complying with requirements in TIA/ATIS J-STD-607-A.
1. For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG
minimum insulated grounding conductor in raceway from grounding electrode system to each
service location, terminal cabinet, wiring closet, and central equipment location.
2. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on
a 1/4-by-4-by-12-inch grounding bus.
3. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal.
GROUNDING AND BONDING 16060 - 2
Lubbock Memorial Civic Center
February 3, 2014
3.2 INSTALLATION
A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or
required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain,
impact, or damage.
B. Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade unless otherwise
indicated.
3.3 LABELING
A. Comply with requirements in Division16 Section "Electrical Identification" Article for instruction signs.
The label or its text shall be green.
3.4 FIELD QUALITY CONTROL
A. Perform tests and inspections.
Manufacturer's Field Service: Engage a factory -authorized service representative to inspect
components, assemblies, and equipment installations, including connections, and to assist in
testing.
B. Tests and Inspections:
After installing grounding system but before permanent electrical circuits have been energized,
test for compliance with requirements.
Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical
connections with a calibrated torque wrench according to manufacturer's written instructions.
Test completed grounding system at each location where a maximum ground -resistance level is
specified, at service disconnect enclosure grounding terminal, at ground test wells , and at
individual ground rods. Make tests at ground rods before any conductors are connected.
a. Measure ground resistance no fewer than two full days after last trace of precipitation and
without soil being moistened by any means other than natural drainage or seepage and
without chemical treatment or other artificial means of reducing natural ground resistance.
b. Perform tests by fall -of -potential method according to IEEE 81.
Prepare dimensioned Drawings locating each test well, ground rod and ground -rod assembly, and
other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of
tests and observations. Include the number of rods driven and their depth at each location, and
include observations of weather and other phenomena that may affect test results. Describe
measures taken to improve test results.
C. Grounding system will be considered defective if it does not pass tests and inspections.
D. Prepare test and inspection reports.
E. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly
and include recommendations to reduce ground resistance.
END OF SECTION 16060
GROUNDING AND BONDING 16060 - 3
Lubbock Memorial Civic Center
February 3, 2014
SECTION 16073
HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Hangers and supports for electrical equipment and systems.
2. Construction requirements for concrete bases.
1.3 DEFINITIONS
A. EMT: Electrical metallic tubing.
B. IMC: Intermediate metal conduit.
C. RMC: Rigid metal conduit.
1.4 PERFORMANCE REQUIREMENTS
A. Delegated Design: Design supports for multiple raceways, including comprehensive engineering analysis
by a qualified professional engineer, using performance requirements and design criteria indicated.
B. Design supports for multiple raceways capable of supporting combined weight of supported systems and
its contents.
C. Design equipment supports capable of supporting combined operating weight of supported equipment
and connected systems and components.
D. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or
imposed for this Project, with a minimum structural safety factor of five times the applied force.
1.5 SUBMITTALS
A. Product Data: For the following:
1. Steel slotted support systems.
2. Nonmetallic slotted support systems.
HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 1
Lubbock Memorial Civic Center
February 3, 2014
12
Shop Drawings: Signed and sealed by a qualified professional engineer. Show fabrication and
installation details and include calculations for the following:
1. Trapeze hangers. Include Product Data for components.
2. Steel slotted channel systems. Include Product Data for components.
3. Nonmetallic slotted channel systems. Include Product Data for components.
4. Equipment supports.
Welding certificates.
QUALITY ASSURANCE
Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code -
Steel."
Comply with NFPA 70.
COORDINATION
Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete,
reinforcement, and formwork requirements are specified in Division 3.
Coordinate installation of roof curbs, equipment supports, and roof penetrations. These items are
specified in Division 7 Section "Roof Accessories."
PART2-PRODUCTS
2.1
A.
In
SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS
Steel Slotted Support Systems: Comply with MFMA-4, factory -fabricated components for field
assembly.
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. Allied Tube & Conduit.
b. Cooper B-Line, Inc.; a division of Cooper Industries.
C. ERICO International Corporation.
d. GS Metals Corp.
e. Thomas & Betts Corporation.
f. Unistrut; Tyco International, Ltd.
g. Wesanco, Inc.
2. Metallic Coatings: Hot -dip galvanized after fabrication and applied according to MFMA-4.
3. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied
according to MFMA-4.
4. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4.
5. Channel Dimensions: Selected for applicable load criteria.
Nonmetallic Slotted Support Systems: Structural -grade, factory -formed, glass -fiber -resin channels and
angles with 9/16-inch- diameter holes at a maximum of 8 inches o.c., in at least 1 surface.
HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 2
Lubbock Memorial Civic Center
February 3, 2014
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. Allied Tube & Conduit.
b. Cooper B-Line, Inc.; a division of Cooper Industries.
C. Fabco Plastics Wholesale Limited.
d. Seasafe, Inc.
Fittings and Accessories: Products of channel and angle manufacturer and designed for use with
those items.
Fitting and Accessory Materials: Same as channels and angles, except metal items may be
stainless steel.
Rated Strength: Selected to suit applicable load criteria.
C. Raceway and Cable Supports: As described in NECA 1 and NECA 101.
D. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed for types
and sizes of raceway or cable to be supported.
E. Support for Conductors in Vertical Conduit: Factory -fabricated assembly consisting of threaded body
and insulating wedging plug or plugs for non -armored electrical conductors or cables in riser conduits.
Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual
conductors or cables supported. Body shall be malleable iron.
F. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and
bars; black and galvanized.
G. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports
to building surfaces include the following:
Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement concrete,
steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and
building materials where used.
a. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1) Hilti Inc.
2) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.
3) MKT Fastening, LLC.
4) Simpson Strong -Tie Co., Inc.; Masterset Fastening Systems Unit.
Mechanical -Expansion Anchors: Insert -wedge -type, zinc -coated steel, for use in hardened
portland cement concrete with tension, shear, and pullout capacities appropriate for supported
loads and building materials in which used.
a. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1) Cooper B-Line, Inc.; a division of Cooper Industries.
2) Empire Tool and Manufacturing Co., Inc.
3) Hilti Inc.
4) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.
5) MKT Fastening, LLC.
Concrete Inserts: Steel or malleable -iron, slotted support system units similar to MSS Type 18;
complying with MFMA-4 or MSS SP-58.
HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 3
Lubbock Memorial Civic Center
February 3, 2014
Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached
structural element.
Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325.
Toggle Bolts: All -steel springhead type.
Hanger Rods: Threaded steel.
2.2 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES
A. Description: Welded or bolted, structural -steel shapes, shop or field fabricated to fit dimensions of
supported equipment.
B. Materials: Comply with requirements in Division 5 Section "Metal Fabrications" for steel shapes and
plates.
PART 3 - EXECUTION
3.1 APPLICATION
A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment
and systems except if requirements in this Section are stricter.
B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMT,
IMC, and RMC as required by NFPA 70. Minimum rod size shall be 1/4 inch in diameter.
C. Multiple Raceways or Cables: Install trapeze -type supports fabricated with steel slotted or other support
system, sized so capacity can be increased by at least 25 percent in future without exceeding specified
design load limits.
1. Secure raceways and cables to these supports with two -bolt conduit clamps.
D. Spring -steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch and
smaller raceways serving branch circuits and communication systems above suspended ceilings and for
fastening raceways to trapeze supports.
3.2 SUPPORT INSTALLATION
A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article.
B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC, and RMC may be
supported by openings through structure members, as permitted in NFPA 70.
C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be
adequate to carry present and future static loads within specified loading limits. Minimum static design
load used for strength determination shall be weight of supported components plus 200 lb.
D. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical
items and their supports to building structural elements by the following methods unless otherwise
indicated by code:
To Wood: Fasten with lag screws or through bolts.
To New Concrete: Bolt to concrete inserts.
HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 4
Lubbock Memorial Civic Center
February 3, 2014
To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor
fasteners on solid masonry units.
To Existing Concrete: Expansion anchor fasteners.
Instead of expansion anchors, powder -actuated driven threaded studs provided with lock washers
and nuts may be used in existing standard -weight concrete 4 inches thick or greater. Do not use
for anchorage to lightweight -aggregate concrete or for slabs less than 4 inches thick.
To Steel: Welded threaded studs complying with AWS Dl.1/D1.1M, with lock washers and nuts.
To Light Steel: Sheet metal screws.
Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets,
panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and
other devices on slotted -channel racks attached to substrate by means that meet seismic -restraint
strength and anchorage requirements.
E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars.
3.3 INSTALLATION OF FABRICATED METAL SUPPORTS
A. Comply with installation requirements in Division 5 Section "Metal Fabrications" for site -fabricated
metal supports.
B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to
support and anchor electrical materials and equipment.
C. Field Welding: Comply with AWS D1.1/D1.1M.
3.4 CONCRETE BASES
A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than
supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base.
B. Use 3000-psi, 28-day compressive -strength concrete. Concrete materials, reinforcement, and placement
requirements are specified in Division 3 Section "Cast -in -Place Concrete."
C. Anchor equipment to concrete base.
Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings,
templates, diagrams, instructions, and directions furnished with items to be embedded.
Install anchor bolts to elevations required for proper attachment to supported equipment.
Install anchor bolts according to anchor -bolt manufacturer's written instructions.
3.5 PAINTING
A. Touchup: Comply with requirements in Division 9 painting Sections for cleaning and touchup painting
of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal.
B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing -repair
paint to comply with ASTM A 780.
END OF SECTION 16073
HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 5
Lubbock Memorial Civic Center
February 3, 2014
SECTION 16075
ELECTRICAL IDENTIFICATION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Identification for raceways.
2. Identification of power and control cables.
3. Identification for conductors.
4. Underground -line warning tape.
5. Warning labels and signs.
6. Instruction signs.
7. Equipment identification labels.
8. Miscellaneous identification products.
1.3 SUBMITTALS
A. Product Data: For each electrical identification product indicated.
B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions,
and graphic features of identification products.
C. Identification Schedule: An index of nomenclature of electrical equipment and system components used
in identification signs and labels.
1.4 QUALITY ASSURANCE
A. Comply with ANSI A13.1 and IEEE C2.
B. Comply with NFPA 70.
C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.
D. Comply with ANSI Z535.4 for safety signs and labels.
E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label
printers, shall comply with UL 969.
ELECTRICAL IDENTIFICATION 16075 - 1
Lubbock Memorial Civic Center
February 3, 2014
1.5 COORDINATION
A. Coordinate identification names, abbreviations, colors, and other features with requirements in other
Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams,
and the Operation and Maintenance Manual; and with those required by codes, standards, and
29 CFR 1910.145. Use consistent designations throughout Project.
B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where
devices are to be applied.
C. Coordinate installation of identifying devices with location of access panels and doors.
D. Install identifying devices before installing acoustical ceilings and similar concealment.
PART 2-PRODUCTS
2.1 POWER RACEWAY IDENTIFICATION MATERIALS
A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field
for each raceway size.
B. Colors for Raceways Carrying Circuits at 600 V or Less:
Black letters on an orange field.
Legend: Indicate voltage and system or service type.
C. Snap -Around, Color -Coding Bands for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned,
flexible, solid -colored acrylic sleeve, 2 inches long, with diameter sized to suit diameter of raceway or
cable it identifies and to stay in place by gripping action.
2.2 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS
A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field
for each raceway and cable size.
B. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches
long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping
action.
2.3 CONDUCTOR IDENTIFICATION MATERIALS
A. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches
long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping
action.
2.4 WARNING LABELS AND SIGNS
A. Comply with NFPA 70 and 29 CFR 1910.145.
ELECTRICAL IDENTIFICATION 16075 - 2
Lubbock Memorial Civic Center
February 3, 2014
B. Self -Adhesive Warning Labels: Factory -printed, multicolor, pressure -sensitive adhesive labels,
configured for display on front cover, door, or other access to equipment unless otherwise indicated.
2.5 INSTRUCTION SIGNS
A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. inches
and 1/8 inch thick for larger sizes.
1. Engraved legend with black letters on white face.
2. Punched or drilled for mechanical fasteners.
3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment.
2.6 EQUIPMENT IDENTIFICATION LABELS
A. Self -Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white letters on
a dark -gray background. Minimum letter height shall be 3/8 inch.
2.7 CABLE TIES
A. General -Purpose Cable Ties: Fungus inert, self extinguishing, one piece, self locking, Type 6/6 nylon.
1. Minimum Width: 3/16 inch.
2. Tensile Strength at 73 deg F, According to ASTM D 638: 12,000 psi.
3. Temperature Range: Minus 40 to plus 185 deg F.
4. Color: Black except where used for color -coding.
B. Plenum -Rated Cable Ties: Self extinguishing, UV stabilized, one piece, self locking.
1. Minimum Width: 3/16 inch.
2. Tensile Strength at 73 deg F, According to ASTM D 638: 7000 psi.
3. UL 94 Flame Rating: 94V-0.
4. Temperature Range: Minus 50 to plus 284 deg F.
5. Color: Black.
2.8 MISCELLANEOUS IDENTIFICATION PRODUCTS
A. Paint: Comply with requirements in Division 9 painting Sections for paint materials and application
requirements. Select paint system applicable for surface material and location (exterior or interior).
B. Fasteners for Labels and Signs: Self -tapping, stainless -steel screws or stainless -steel machine screws
with nuts and flat and lock washers.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Verify identity of each item before installing identification products.
ELECTRICAL IDENTIFICATION 16075 - 3
Lubbock Memorial Civic Center
February 3, 2014
B. Location: Install identification materials and devices at locations for most convenient viewing without
interference with operation and maintenance of equipment.
C. Apply identification devices to surfaces that require finish after completing finish work.
D. Self -Adhesive Identification Products: Clean surfaces before application, using materials and methods
recommended by manufacturer of identification device.
E. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the
location and substrate.
F. System Identification Color -Coding Bands for Raceways and Cables: Each color -coding band shall
completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side.
Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot maximum intervals in
straight runs, and at 25-foot maximum intervals in congested areas.
G. Cable Ties: For attaching tags. Use general-purpose type, except as listed below:
Outdoors: UV -stabilized nylon.
In Spaces Handling Environmental Air: Plenum rated.
H. Underground -Line Warning Tape: During backfilling of trenches install continuous underground -line
warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of
multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall.
I. Painted Identification: Comply with requirements in Division 9 painting Sections for surface preparation
and paint application.
3.2 IDENTIFICATION SCHEDULE
A. Concealed Raceways, Duct Banks, More Than 600 V, within Buildings: Tape and stencil 4-inch- wide
black stripes on 10-inch centers over orange background that extends full length of raceway or duct and is
12 inches wide. Stencil legend "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3-inch-
high black letters on 20-inch centers. Stop stripes at legends. Apply to the following finished surfaces:
Floor surface directly above conduits running beneath and within 12 inches of a floor that is in
contact with earth or is framed above unexcavated space.
Wall surfaces directly external to raceways concealed within wall.
Accessible surfaces of concrete envelope around raceways in vertical shafts, exposed in the
building, or concealed above suspended ceilings.
B. Accessible Raceways,More Than 600 V: Self-adhesive vinyl labels. Install labels at 10-foot maximum
intervals.
C. Accessible Raceways, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A, and
120 V to ground: Identify with self-adhesive vinyl label. Install labels at 30-foot maximum intervals.
D. Accessible Raceways and Cables within Buildings: Identify the covers of each junction and pull box of
the following systems with self-adhesive vinyl labels with the wiring system legend and system voltage.
System legends shall be as follows:
1. Power.
ELECTRICAL IDENTIFICATION 16075 - 4
Lubbock Memorial Civic Center
February 3, 2014
E. Power -Circuit Conductor Identification, More than 600 V: For conductors in vaults, pull and junction
boxes, manholes, and handholes, use nonmetallic plastic tag holder with adhesive -backed phase tags, and
a separate tag with the circuit designation.
F. Install instructional sign including the color -code for grounded and ungrounded conductors using
adhesive -film -type labels.
G. Conductors to Be Extended in the Future: Attach write -on tags to conductors and list source.
H. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting,
communication, and control wiring and optical fiber cable.
1. Install underground -line warning tape for both direct -buried cables and cables in raceway.
I. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self-adhesive
warning labels.
Comply with 29 CFR 1910.145.
Identify system voltage with black letters on an orange background.
Apply to exterior of door, cover, or other access.
For equipment with multiple power or control sources, apply to door or cover of equipment
including, but not limited to, the following:
a. Power transfer switches.
b. Controls with external control power connections.
Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of
electrical systems and items to which they connect. Install instruction signs with approved legend where
instructions are needed for system or equipment operation.
K. Equipment Identification Labels: On each unit of equipment, install unique designation label that is
consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to
disconnect switches and protection equipment, central or master units, control panels, control stations,
terminal cabinets, and racks of each system. Systems include power, lighting, control, communication,
signal, monitoring, and alarm systems unless equipment is provided with its own identification.
Labeling Instructions:
a. Indoor Equipment: Self-adhesive, engraved, laminated acrylic or melamine label. Unless
otherwise indicated, provide a single line of text with 1/2-inch- high letters on 1-1/2-inch-
high label; where two lines of text are required, use labels 2 inches high.
b. Unless provided with self-adhesive means of attachment, fasten labels with appropriate
mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure.
Equipment to Be Labeled:
a. Panelboards: Typewritten directory of circuits in
manufacturer. Panelboard identification shall b
END OF SECTION 16075
e
ELECTRICAL IDENTIFICATION 16075 - 5
Lubbock Memorial Civic Center
February 3, 2014
SECTION 16120
CONDUCTORS AND CABLES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Building wires and cables rated 600 V and less.
2. Connectors, splices, and terminations rated 600 V and less.
3. Sleeves and sleeve seals for cables.
B. Related Sections include the following:
1. Division 16 Section "Voice and Data Communication Cabling" for cabling used for voice and data
circuits.
1.3 DEFINITIONS
A. EPDM: Ethylene-propylene-diene terpolymer rubber.
B. NBR: Acrylonitrile-butadiene rubber.
1.4 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Qualification Data: For testing agency.
C. Field quality -control test reports.
1.5 QUALITY ASSURANCE
A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct
the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a
nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is
acceptable to authorities having jurisdiction.
1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical
Testing Association or the National Institute for Certification in Engineering Technologies to
supervise on -site testing specified in Part 3.
CONDUCTORS AND CABLES 16120 - 1
Lubbock Memorial Civic Center
February 3, 2014
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended
use.
C. Comply with NFPA 70.
1.6 COORDINATION
A. Set sleeves in cast -in -place concrete, masonry walls, and other structural components as they are
constructed.
PART2-PRODUCTS
2.1 CONDUCTORS AND CABLES
A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:
1. American Insulated Wire Corp.; a Leviton Company.
2. General Cable Corporation.
3. Senator Wire & Cable Company.
4. Southwire Company.
B. Copper Conductors: Comply with NEMA WC 70.
C. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN.
D. Manufacturers: Subject to compliance with requirements, provide products by one of the following:
1. Hubbell Power Systems, Inc.
2. O-Z/Gedney; EGS Electrical Group LLC.
3. 3M; Electrical Products Division.
4. Tyco Electronics Corp.
E. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class
for application and service indicated.
2.2 SLEEVES FOR CABLES
PART 3 - EXECUTION
3.1 CONDUCTOR MATERIAL APPLICATIONS
A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.
B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.
3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING
METHODS
A. Service Entrance: Type THHN-THWN, single conductors in raceway.
CONDUCTORS AND CABLES 16120 - 2
Lubbock Memorial Civic Center
February 3, 2014
B. Exposed Feeders: Type THHN-THWN, single conductors in raceway.
C. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-THWN, single
conductors in raceway.
D. Feeders Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN-THWN, single
conductors in raceway.
E. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-THWN, single conductors in raceway.
F. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in
raceway.
G. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN-THWN,
single conductors in raceway.
H. Branch Circuits Installed below Raised Flooring: Type THHN-THWN, single conductors in raceway.
I. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless -steel, wire -
mesh, strain relief device at terminations to suit application.
J. Class 1 Control Circuits: Type THHN-THWN, in raceway.
K. Class 2 Control Circuits: Power -limited tray cable, in cable tray.
3.3 INSTALLATION OF CONDUCTORS AND CABLES
A. Conceal cables in finished walls, ceilings, and floors, unless otherwise indicated.
B. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not
deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling
tensions and sidewall pressure values.
C. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not
damage cables or raceway.
D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow
surface contours where possible.
E. Support cables according to Division 16 Section "Electrical Supports and Seismic Restraints."
F. Identify and color -code conductors and cables according to Division 16 Section "Electrical
Identification."
3.4 CONNECTIONS
A. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening
values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.
B. Make splices and taps that are compatible with conductor material and that possess equivalent or better
mechanical strength and insulation ratings than unspliced conductors.
1. Use oxide inhibitor in each splice and tap conductor for aluminum conductors.
CONDUCTORS AND CABLES 16120 - 3
Lubbock Memorial Civic Center
February 3, 2014
C. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches of slack.
3.5 FIRESTOPPING
A. Apply firestopping to electrical penetrations of fire -rated floor and wall assemblies to restore original
fire -resistance rating of assembly according to Division 7 Section "Through -Penetration Firestop
Systems."
3.6 FIELD QUALITY CONTROL
A. Perform tests and inspections and prepare test reports.
B. Tests and Inspections:
1. After installing conductors and cables and before electrical circuitry has been energized,
test service entrance and feeder conductors, and conductors feeding the following critical
equipment and services for compliance with requirements.
a. Insert, in separate subparagraphs, critical equipment and services to be tested.
2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance
Testing Specification. Certify compliance with test parameters.
3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final
Acceptance, perform an infrared scan of each splice in cables and conductors No. 3 AWG and
larger. Remove box and equipment covers so splices are accessible to portable scanner.
a. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each splice
11 months after date of Substantial Completion.
b. Instrument: Use an infrared scanning device designed to measure temperature or to detect
significant deviations from normal values. Provide calibration record for device.
C. Record of Infrared Scanning: Prepare a certified report that identifies splices checked and
that describes scanning results. Include notation of deficiencies detected, remedial action
taken, and observations after remedial action.
C. Test Reports: Prepare a written report to record the following:
1. Test procedures used.
2. Test results that comply with requirements.
3. Test results that do not comply with requirements and corrective action taken to achieve
compliance with requirements.
D. Remove and replace malfunctioning units and retest as specified above.
END OF SECTION 16120
CONDUCTORS AND CABLES 16120 - 4
Lubbock Memorial Civic Center
February 3, 2014
SECTION 16130
RACEWAYS AND BOXES
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 raceways, fittings, boxes, enclosures, and cabinets for electrical wiring.
1.3 DEFINITIONS
A. EMT: Electrical metallic tubing.
B. ENT: Electrical nonmetallic tubing.
C. EPDM: Ethylene-propylene-diene terpolymer rubber.
D. FMC: Flexible metal conduit.
E. IMC: Intermediate metal conduit.
F. LFMC: Liquidtight flexible metal conduit.
G. LFNC: Liquidtight flexible nonmetallic conduit.
H. NBR: Acrylonitrile-butadiene rubber.
I. RNC: Rigid nonmetallic conduit.
1.4 SUBMITTALS
A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and
cabinets.
B. Shop Drawings: For the following raceway components. Include plans, elevations, sections, details, and
attachments to other work.
1. Custom enclosures and cabinets.
2. For handholes and boxes for underground wiring, including the following:
a. Duct entry provisions, including locations and duct sizes.
b. Frame and cover design.
C. Grounding details.
RACEWAYS AND BOXES 16130 - 1
Lubbock Memorial Civic Center
February 3, 2014
d. Dimensioned locations of cable rack inserts, and pulling -in and lifting irons.
e. Joint details.
C. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown
and coordinated with each other, based on input from installers of the items involved:
1. Structural members in the paths of conduit groups with common supports.
2. HVAC and plumbing items and architectural features in the paths of conduit groups with common
supports.
3. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and
describe mounting and anchorage provisions.
4. Detailed description of equipment anchorage devices on which the certification is based and their
installation requirements.
D. Qualification Data: For professional engineer and testing agency.
E. Source quality -control test reports.
1.5 QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended
use.
B. Comply with NFPA 70.
PART2-PRODUCTS
2.1 METAL CONDUIT AND TUBING
A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:
1. Alflex Inc.
2. Allied Tube & Conduit; a Tyco International Ltd. Co.
3. Anamet Electrical, Inc.; Anaconda Metal Hose.
4. Electri-Flex Co.
5. Maverick Tube Corporation.
6. O-Z Gedney; a unit of General Signal.
7. Wheatland Tube Company.
B. Rigid Steel Conduit: ANSI C80.1.
C. Aluminum Rigid Conduit: ANSI C80.5.
D. IMC: ANSI C80.6.
E. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit.
1. Comply with NEMA RN 1.
2. Coating Thickness: 0.040 inch, minimum.
F. EMT: ANSI C80.3.
RACEWAYS AND BOXES 16130 - 2
Lubbock Memorial Civic Center
February 3, 2014
G. FMC: Zinc -coated steel.
H. LFMC: Flexible steel conduit with PVC jacket.
I. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1;
listed for type and size raceway with which used, and for application and environment in which installed.
1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886.
2. Fittings for EMT: Steel, compression type.
3. Coating for Fittings for PVC -Coated Conduit: Minimum thickness, 0.040 inch, with overlapping
sleeves protecting threaded joints.
J. Joint Compound for Rigid Steel Conduit or IMC: Listed for use in cable connector assemblies, and
compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their
conductivity.
2.2 NONMETALLIC CONDUIT AND TUBING
A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:
1. AFC Cable Systems, Inc.
2. Anamet Electrical, Inc.; Anaconda Metal Hose.
3. Arnco Corporation.
4. CANTEX Inc.
5. CertainTeed Corp.; Pipe & Plastics Group.
6. Condux International, Inc.
7. ElecSYS, Inc.
8. Electri-Flex Co.
9. Lamson & Sessions; Carlon Electrical Products.
10. Manhattan/CDT/Cole-Flex.
11. RACO; a Hubbell Company.
12. Thomas & Betts Corporation.
B. ENT: NEMA TC 13.
C. RNC: NEMA TC 2, Type EPC-40-PVC, unless otherwise indicated.
D. LFNC: UL 1660.
E. Fittings for ENT and RNC: NEMA TC 3; match to conduit or tubing type and material.
F. Fittings for LFNC: UL 514B.
2.3 OPTICAL FIBER/COMMUNICATIONS CABLE RACEWAY AND FITTINGS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:
1. Arnco Corporation.
2. Endot Industries Inc.
3. IPEX Inc.
4. Lamson & Sessions; Carlon Electrical Products.
B. Description: Comply with UL 2024; flexible type, approved for plenum installation.
RACEWAYS AND BOXES 16130 - 3
Lubbock Memorial Civic Center
February 3, 2014
2.4 METAL WIREWAYS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:
1. Cooper B-Line, Inc.
2. Hoffinan.
3. Square D; Schneider Electric.
B. Description: Sheet metal sized and shaped as indicated, NEMA 250, Type 1, unless otherwise indicated.
C. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down
straps, end caps, and other fittings to match and mate with wireways as required for complete system.
D. Wireway Covers: Hinged type.
E. Finish: Manufacturer's standard enamel finish.
2.5 BOXES, ENCLOSURES, AND CABINETS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:
1. Cooper Crouse -Hinds; Div. of Cooper Industries, Inc.
2. Erickson Electrical Equipment Company.
3. Hoffinan.
4. Hubbell Incorporated; Killark Electric Manufacturing Co. Division.
5. O-Z/Gedney; a unit of General Signal.
6. RACO; a Hubbell Company.
7. Thomas & Betts Corporation.
8. Walker Systems, Inc.; Wiremold Company (The).
9. Woodhead, Daniel Company; Woodhead Industries, Inc. Subsidiary.
B. Sheet Metal Outlet and Device Boxes: NEMA OS 1.
C. Cast -Metal Outlet and Device Boxes: NEMA FB 1, ferrous alloy, Type FD, with gasketed cover.
D. Metal Floor Boxes: Sheet metal, fully adjustable, rectangular.
E. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.
F. Cast -Metal Access, Pull, and Junction Boxes: NEMA FB 1, cast aluminum with gasketed cover.
G. Hinged -Cover Enclosures: NEMA 250, Type 1, with continuous -hinge cover with flush latch, unless
otherwise indicated.
1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel.
2. Nonmetallic Enclosures: Plastic, finished inside with radio -frequency -resistant paint.
H. Cabinets:
1. NEMA 250, Type 1, galvanized -steel box with removable interior panel and removable front,
finished inside and out with manufacturer's standard enamel.
2. Hinged door in front cover with flush latch and concealed hinge.
3. Key latch to match panelboards.
4. Metal barriers to separate wiring of different systems and voltage.
RACEWAYS AND BOXES 16130 - 4
Lubbock Memorial Civic Center
February 3, 2014
Accessory feet where required for freestanding equipment.
PART 3 - EXECUTION
3.1 RACEWAY APPLICATION
A. Outdoors: Apply raceway products as specified below, unless otherwise indicated:
Exposed Conduit: Rigid steel conduit.
Concealed Conduit, Aboveground: IMC.
Underground Conduit: RNC, Type EPC-40-PVC, direct buried.
Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric
Solenoid, or Motor -Driven Equipment): LFMC.
Boxes and Enclosures, Aboveground: NEMA 250, Type 3R.
Application of Handholes and Boxes for Underground Wiring:
a. Handholes and Pull Boxes in Driveway, Parking Lot, and Off -Roadway Locations, Subject
to Occasional, Nondeliberate Loading by Heavy Vehicles: Polymer concrete, SCTE 77,
Tier 15 structural load rating.
b. Handholes and Pull Boxes in Sidewalk and Similar Applications with a Safety Factor for
Nondeliberate Loading by Vehicles: Heavy-duty fiberglass units with polymer -concrete
frame and cover, SCTE 77, Tier 8 structural load rating.
C. Handholes and Pull Boxes Subject to Light -Duty Pedestrian Traffic Only: Fiberglass -
reinforced polyester resin, structurally tested according to SCTE 77 with 3000-lbf vertical
loading.
B. Comply with the following indoor applications, unless otherwise indicated:
Exposed, Not Subject to Physical Damage: EMT.
Exposed, Not Subject to Severe Physical Damage: EMT.
Exposed and Subject to Severe Physical Damage: Rigid steel conduit. Includes raceways in the
following locations:
a. Loading dock.
b. Corridors used for traffic of mechanized carts, forklifts, and pallet -handling units.
C. Mechanical rooms.
Concealed in Ceilings and Interior Walls and Partitions: EMT.
Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric
Solenoid, or Motor -Driven Equipment): FMC, except use LFMC in damp or wet locations.
Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4, stainless steel in
damp or wet locations.
C. Minimum Raceway Size: 1/2-inch trade size.
D. Raceway Fittings: Compatible with raceways and suitable for use and location.
Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise
indicated.
PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with that material.
Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings.
Use sealant recommended by fitting manufacturer.
RACEWAYS AND BOXES 16130 - 5
Lubbock Memorial Civic Center
February 3, 2014
E. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are
installed for such circuits and pass through concrete, install in nonmetallic sleeve.
F. Do not install aluminum conduits in contact with concrete.
3.2 INSTALLATION
A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except
where requirements on Drawings or in this Article are stricter.
B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install
horizontal raceway runs above water and steam piping.
C. Complete raceway installation before starting conductor installation.
D. Support raceways as specified in Division 16 Section "Electrical Supports and Seismic Restraints."
E. Arrange stub -ups so curved portions of bends are not visible above the finished slab.
F. Install no more than the equivalent of three 90-degree bends in any conduit run except for
communications conduits, for which fewer bends are allowed.
G. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated.
H. Raceways Embedded in Slabs:
1. Run conduit larger than 1-inch trade size, parallel or at right angles to main reinforcement. Where
at right angles to reinforcement, place conduit close to slab support.
2. Arrange raceways to cross building expansion joints at right angles with expansion fittings.
3. Change from ENT to RNC, Type EPC-40-PVC, rigid steel conduit, or IMC before rising above
the floor.
I. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed
compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's
written instructions.
J. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect
conductors, including conductors smaller than No. 4 AWG.
K. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than
200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire.
L. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with listed
sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover
plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the
following points:
1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces.
2. Where otherwise required by NFPA 70.
M. Expansion -Joint Fittings for RNC: Install in each run of aboveground conduit that is located where
environmental temperature change may exceed 30 deg F, and that has straight -run length that exceeds 25
feet.
RACEWAYS AND BOXES 16130 - 6
Lubbock Memorial Civic Center
February 3, 2014
Install expansion joint fittings for each of the following locations, and provide type and quantity
of fittings that accommodate temperature change listed for location:
a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change.
b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change.
C. Indoor Spaces: Connected with the Outdoors without Physical Separation: 125 deg F
temperature change.
d. Attics: 135 deg F temperature change.
Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length
of straight run per deg F of temperature change.
Install each expansion joint fitting with position, mounting, and piston setting selected according
to manufacturer's written instructions for conditions at specific location at the time of installation.
3.3 INSTALLATION OF UNDERGROUND CONDUIT
A. Direct -Buried Conduit:
Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom
as specified in Division 2 Section "Earthwork" for pipe less than 6 inches in nominal diameter.
Install backfill as specified in Division 2 Section "Earthwork."
After installing conduit, backfill and compact. Start at tie-in point, and work toward end of
conduit run, leaving conduit at end of run free to move with expansion and contraction as
temperature changes during this process. Firmly hand tamp backfill around conduit to provide
maximum supporting strength. After placing controlled backfill to within 12 inches of finished
grade, make final conduit connection at end of run and complete backfilling with normal
compaction as specified in Division 2 Section "Earthwork."
Install manufactured duct elbows for stub -ups at poles and equipment and at building entrances
through the floor, unless otherwise indicated. Encase elbows for stub -up ducts throughout the
length of the elbow.
Install manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at
building entrances through the floor.
a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling
with 3 inches of concrete.
b. For stub -ups at equipment mounted on outdoor concrete bases, extend steel conduit
horizontally a minimum of 60 inches from edge of equipment pad or foundation. Install
insulated grounding bushings on terminations at equipment.
3.4 PROTECTION
A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without
damage or deterioration at time of Substantial Completion.
Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer.
Repair damage to PVC or paint finishes with matching touchup coating recommended by
manufacturer.
END OF SECTION 16130
RACEWAYS AND BOXES 16130 - 7
Lubbock Memorial Civic Center
February 3, 2014
SECTION 16140
WIRING DEVICES
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. Receptacles, receptacles with integral GFCI, and associated device plates.
2. Twist -locking receptacles.
3. Wall -box motion sensors.
4. Isolated -ground receptacles.
5. Snap switches and wall -box dimmers.
6. Wall -switch and exterior occupancy sensors.
7. Pendant cord -connector devices.
8. Cord and plug sets.
9. Floor service outlets, poke -through assemblies, service poles, and multioutlet assemblies.
1.3 DEFINITIONS
A. EMI: Electromagnetic interference.
B. GFCI: Ground -fault circuit interrupter.
C. Pigtail: Short lead used to connect a device to a branch -circuit conductor.
D. RFI: Radio -frequency interference.
E. TVSS: Transient voltage surge suppressor.
F. UTP: Unshielded twisted pair.
1.4 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: List of legends and description of materials and process used for premarking wall plates.
C. Samples: One for each type of device and wall plate specified, in each color specified.
D. Field quality -control test reports.
WIRING DEVICES 16140 - 1
Lubbock Memorial Civic Center
February 3, 2014
E. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing label
warnings and instruction manuals that include labeling conditions.
1.5 QUALITY ASSURANCE
A. Source Limitations: Obtain each type of wiring device and associated wall plate through one source from
a single manufacturer. Insofar as they are available, obtain all wiring devices and associated wall plates
from a single manufacturer and one source.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended
use.
C. Comply with NFPA 70.
1.6 COORDINATION
A. Receptacles for Owner -Furnished Equipment: Match plug configurations.
1. Cord and Plug Sets: Match equipment requirements.
1.7 EXTRA MATERIALS
A. Furnish extra materials described in subparagraphs below that match products installed and that are
packaged with protective covering for storage and identified with labels describing contents.
1. Floor Service Outlet Assemblies: One for every 10, but no fewer than one.
PART2-PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers'
names are used in other Part 2 articles:
1. Cooper Wiring Devices; a division of Cooper Industries, Inc. (Cooper).
2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell).
3. Leviton Mfg. Company Inc. (Leviton).
4. Pass & Seymour/Legrand; Wiring Devices & Accessories (Pass & Seymour).
2.2 STRAIGHT BLADE RECEPTACLES
A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 configuration 5-20R,
and UL 498.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Cooper; 5351 (single), 5352 (duplex).
b. Hubbell; HBL5351 (single), CR5352 (duplex).
WIRING DEVICES 16140 - 2
Lubbock Memorial Civic Center
February 3, 2014
2.3 GFCI RECEPTACLES
A. General Description: Straight blade, feed -through type. Comply with NEMA WD 1, NEMA WD 6,
UL 498, and UL 943, Class A, and include indicator light that is lighted when device is tripped.
B. Duplex GFCI Convenience Receptacles, 125 V, 20 A:
1. Products: Subject to compliance with requirements, provide one of the following:
a. Cooper; GF20.
b. Pass & Seymour; 2084.
2.4 SNAP SWITCHES
A. Comply with NEMA WD 1 and UL 20.
B. Switches, 120/277 V, 20 A:
1. Products: Subject to compliance with requirements, provide one of the following:
a. Cooper; 2221 (single pole), 2222 (two pole), 2223 (three way), 2224 (four way).
b. Hubbell; CS1221 (single pole), CS1222 (two pole), CS1223 (three way), CS1224 (four
way).
2.5 WALL PLATES
A. Single and combination types to match corresponding wiring devices.
1. Plate -Securing Screws: Metal with head color to match plate finish.
2. Material for Finished Spaces: 0.035-inch- thick, satin -finished stainless steel
3. Material for Unfinished Spaces: Galvanized steel.
4. Material for Damp Locations: Cast aluminum with spring -loaded lift cover, and listed and labeled
for use in "wet locations."
B. Wet -Location, Weatherproof Cover Plates: NEMA 250, complying with type 3R weather -resistant , die-
cast aluminum with lockable cover.
2.6 FLOOR SERVICE FITTINGS
A. Type: Modular, flush -type, dual -service units suitable for wiring method used.
B. Compartments: Barrier separates power from voice and data communication cabling.
C. Service Plate: Rectangular, with satin finish.
D. Power Receptacle: NEMA WD 6 configuration 5-20R, gray finish, unless otherwise indicated.
E. Voice and Data Communication Outlet: Two modular, keyed, color -coded, RJ-45 Category 5e jacks for
UTP cable.
2.7 FINISHES
A. Color: Wiring device catalog numbers in Section Text do not designate device color.
WIRING DEVICES 16140 - 3
Lubbock Memorial Civic Center
February 3, 2014
Wiring Devices Connected to Normal Power System: As selected by Architect, unless otherwise
indicated or required by NFPA 70 or device listing.
Isolated -Ground Receptacles: As specified above, with orange triangle on face.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Comply with NECA 1, including the mounting heights listed in that standard, unless otherwise noted.
B. Coordination with Other Trades:
1. Take steps to insure that devices and their boxes are protected. Do not place wall finish materials
over device boxes and do not cut holes for boxes with routers that are guided by riding against
outside of the boxes.
2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint,
and other material that may contaminate the raceway system, conductors, and cables.
3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the
joint is troweled flush with the face of the wall.
4. Install wiring devices after all wall preparation, including painting, is complete.
C. Conductors:
Do not strip insulation from conductors until just before they are spliced or terminated on devices.
Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring
or nicking of solid wire or cutting strands from stranded wire.
The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300,
without pigtails.
Existing Conductors:
a. Cut back and pigtail, or replace all damaged conductors.
b. Straighten conductors that remain and remove corrosion and foreign matter.
C. Pigtailing existing conductors is permitted provided the outlet box is large enough.
D. Device Installation:
1. Replace all devices that have been in temporary use during construction or that show signs that
they were installed before building finishing operations were complete.
2. Keep each wiring device in its package or otherwise protected until it is time to connect
conductors.
3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible
moment.
4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length.
5. When there is a choice, use side wiring with binding -head screw terminals. Wrap solid conductor
tightly clockwise, 2/3 to 3/4 of the way around terminal screw.
6. Use a torque screwdriver when a torque is recommended or required by the manufacturer.
7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice
No. 12 AWG pigtails for device connections.
8. Tighten unused terminal screws on the device.
9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device
mounting screws in yokes, allowing metal -to -metal contact.
E. Receptacle Orientation:
WIRING DEVICES 16140 - 4
Lubbock Memorial Civic Center
February 3, 2014
Install ground pin of vertically mounted receptacles up, and on horizontally mounted receptacles
to the right.
Install hospital -grade receptacles in patient -care areas with the ground pin or neutral blade at the
top.
F. Device Plates: Do not use oversized or extra -deep plates. Repair wall finishes and remount outlet boxes
when standard device plates do not fit flush or do not cover rough wall opening.
G. Dimmers:
Install dimmers within terms of their listing.
Verify that dimmers used for fan speed control are listed for that application.
Install unshared neutral conductors on line and load side of dimmers according to manufacturers'
device listing conditions in the written instructions.
H. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with
grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates.
I. Adjust locations of floor service outlets and service poles to suit arrangement of partitions and
furnishings.
3.2 IDENTIFICATION
A. Comply with Division 16 Section "Electrical Identification."
Receptacles: Identify panelboard and circuit number from which served. Use hot, stamped or
engraved machine printing with black -filled lettering on face of plate, and durable wire markers or
tags inside outlet boxes.
3.3 FIELD QUALITY CONTROL
A. Perform tests and inspections and prepare test reports.
1. Test Instruments: Use instruments that comply with UL 1436.
2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or
illuminated LED indicators of measurement.
B. Tests for Convenience Receptacles:
Line Voltage: Acceptable range is 105 to 132 V.
Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not acceptable.
Ground Impedance: Values of up to 2 ohms are acceptable.
GFCI Trip: Test for tripping values specified in UL 1436 and UL 943.
Using the test plug, verify that the device and its outlet box are securely mounted.
The tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker,
poor connections, inadequate fault current path, defective devices, or similar problems. Correct
circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified
above.
END OF SECTION 16140
WIRING DEVICES 16140 - 5
Lubbock Memorial Civic Center
February 3, 2014
SECTION 16461
LOW -VOLTAGE TRANSFORMERS
PART 1-GENERAL
1.1 SUMMARY
A. Section Includes: Distribution dry -type transformers rated 600 V and less, with capacities up to 1500
kVA.
1.2 ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Shop Drawings:
1. Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method
of field assembly, components, and location and size of each field connection.
2. Vibration Isolation Base Details: Detail fabrication including anchorages and attachments to
structure and to supported equipment.
3. Include diagrams for power, signal, and control wiring.
1.3 INFORMATIONAL SUBMITTALS
A. Seismic Qualification Certificates: For transformers, accessories, and components, from manufacturer.
B. Qualification Data: For testing agency.
C. Source quality -control reports.
D. Field quality -control reports.
1.4 CLOSEOUT SUBMITTALS
A. Operation and maintenance data.
1.5 QUALITY ASSURANCE
A. Testing Agency Qualifications: Member company of NETA or an NRTL.
1. Testing Agency's Field Supervisor: Certified by NETA to supervise on -site testing.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Temporary Heating: Apply temporary heat according to manufacturer's written instructions.
LOW -VOLTAGE TRANSFORMERS 16461 - 1
Lubbock Memorial Civic Center
February 3, 2014
PART 2-PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:
1. Eaton Electrical Inc.; Cutler -Hammer Business Unit.
2. General Electric Company; GE Consumer & Industrial - Electrical Distribution.
3. Siemens Energy & Automation, Inc.
4. Square D; a brand of Schneider Electric.
2.2 GENERAL TRANSFORMER REQUIREMENTS
A. Description: Factory -assembled and -tested, air-cooled units for 60-Hz service.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a
qualified testing agency, and marked for intended location and application.
C. Transformers Rated 15 kVA and Larger: Comply with NEMA TP 1 energy -efficiency levels as verified
by testing according to NEMA TP 2.
1. Coil Material: Copper.
D. Encapsulation: Transformers smaller than 30 kVA shall have core and coils completely resin
encapsulated.
2.3 DISTRIBUTION TRANSFORMERS
A. Comply with NFPA 70, and list and label as complying with UL 1561.
B. Provide transformers that are constructed to withstand seismic forces specified in Section 16074 "Seismic
Controls for Electrical Systems."
C. Cores: One leg per phase.
D. Enclosure: Ventilated.
1. NEMA 250, Type 2: Core and coil shall be encapsulated within resin compound to seal out
moisture and air.
E. Transformer Enclosure Finish: Comply with NEMA 250.
1. Finish Color: NSF/ANSI 61 gray.
F. Taps for Transformers 7.5 to 24 kVA: One 5 percent tap above and one 5 percent tap below normal full
capacity.
G. Taps for Transformers 25 kVA and Larger: Two 2.5 percent taps above and four 2.5 percent taps below
normal full capacity.
H. Insulation Class, Smaller than 30 kVA: 185 deg C, UL-component-recognized insulation system with a
maximum of 115-deg C rise above 40-deg C ambient temperature.
LOW -VOLTAGE TRANSFORMERS 16461 - 2
Lubbock Memorial Civic Center
February 3, 2014
I. Insulation Class, 30 kVA and Larger: 220 deg C, UL-component-recognized insulation system with a
maximum of 115-deg C rise above 40-deg C ambient temperature.
J. Wall Brackets: Manufacturer's standard brackets.
2.4 IDENTIFICATION DEVICES
A. Nameplates: Engraved, laminated -plastic or metal nameplate for each distribution and buck -boost
transformer, mounted with corrosion -resistant screws. Nameplates and label products are specified in
Section 16075 "Electrical Identification."
2.5 SOURCE QUALITY CONTROL
A. Test and inspect transformers according to IEEE C57.12.01 and IEEE C57.12.91.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Verify that ground connections are in place and requirements in Section 16060 "Grounding and Bonding"
have been met. Maximum ground resistance shall be 5 ohms at location of transformer.
B. Environment: Enclosures shall be rated for the environment in which they are located. Covers for
NEMA 250, Type 4X enclosures shall not cause accessibility problems.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
D. Install wall -mounted transformers level and plumb with wall brackets fabricated by transformer
manufacturer.
1. Coordinate installation of wall -mounted and structure -hanging supports with actual transformer
provided.
2. Brace wall -mounted transformers as specified in Section 16074 "Seismic Controls for Electrical
Systems."
E. Install transformers level and plumb on a concrete base with vibration -dampening supports. Locate
transformers away from corners and not parallel to adjacent wall surface.
F. Construct concrete bases according to Section 03300 "Cast -in -Place Concrete" and anchor floor -mounted
transformers according to manufacturer's written instructions and requirements in Section 16073
"Hangers and Supports for Electrical Systems."
1. Coordinate size and location of concrete bases with actual transformer provided. Cast anchor -bolt
inserts into bases. Concrete, reinforcement, and formwork requirements are specified with
concrete.
G. Secure transformer to concrete base according to manufacturer's written instructions.
H. Secure covers to enclosure and tighten all bolts to manufacturer -recommended torques to reduce noise
generation.
LOW -VOLTAGE TRANSFORMERS 16461 - 3
Lubbock Memorial Civic Center
February 3, 2014
I. Remove shipping bolts, blocking, and wedges.
3.2 CONNECTIONS
A. Ground equipment according to Section 16060 "Grounding and Bonding."
B. Connect wiring according to Section 16120 "Conductors and Cables."
C. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening
values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B.
D. Provide flexible connections at all conduit and conductor terminations and supports to eliminate sound
and vibration transmission to the building structure.
3.3 FIELD QUALITY CONTROL
A. Perform tests and inspections and prepare test reports.
Perform each visual and mechanical inspection and electrical test stated in NETA ATS for dry -
type, air-cooled, low -voltage transformers. Certify compliance with test parameters.
B. Remove and replace units that do not pass tests or inspections and retest as specified above.
C. Infrared Scanning: Two months after Substantial Completion, perform an infrared scan of transformer
connections.
Use an infrared -scanning device designed to measure temperature or detect significant deviations
from normal values. Provide documentation of device calibration.
Perform two follow-up infrared scans of transformers, one at four months and the other at 11
months after Substantial Completion.
Prepare a certified report identifying transformer checked and describing results of scanning.
Include notation of deficiencies detected, remedial action taken, and scanning observations after
remedial action.
3.4 ADJUSTING
A. Record transformer secondary voltage at each unit for at least 48 hours of typical occupancy period.
Adjust transformer taps to provide optimum voltage conditions at secondary terminals. Optimum is
defined as not exceeding nameplate voltage plus 5 percent and not being lower than nameplate voltage
minus 3 percent at maximum load conditions. Submit recording and tap settings as test results.
B. Output Settings Report: Prepare a written report recording output voltages and tap settings.
END OF SECTION 16461
LOW -VOLTAGE TRANSFORMERS 16461 - 4
Lubbock Memorial Civic Center
February 3, 2014
SECTION 16511
LED INTERIOR LIGHTING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Interior solid-state luminaires that use LED technology.
2. Lighting fixture supports.
1.2 DEFINITIONS
A. CCT: Correlated color temperature.
B. CRI: Color Rendering Index.
C. Fixture: See "Luminaire."
D. IP: International Protection or Ingress Protection Rating.
E. LED: Light -emitting diode.
F. Lumen: Measured output of lamp and luminaire, or both.
G. Luminaire: Complete lighting unit, including lamp, reflector, and housing.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product, arranged by designation.
B. Shop Drawings: For nonstandard or custom luminaires.
1. Include plans, elevations, sections, and mounting and attachment details.
2. Include details of luminaire assemblies. Indicate dimensions, weights, loads, required clearances,
method of field assembly, components, and location and size of each field connection.
3. Include diagrams for power, signal, and control wiring.
C. Product Schedule: For luminaires and lamps. Use same designations indicated on Drawings.
1.4 INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Reflected ceiling plan(s) and other details, drawn to scale and coordinated with
each other, using input from installers of the items involved:
B. Seismic Qualification Certificates: For luminaires, accessories, and components, from manufacturer.
LED INTERIOR LIGHTING 16511 - 1
Lubbock Memorial Civic Center
February 3, 2014
C. Product Certificates: For each type of luminaire.
D. Sample warranty.
1.5 CLOSEOUT SUBMITTALS
A. Operation and maintenance data.
1.6 WARRANTY
A. Warranty: Manufacturer and Installer agree to repair or replace components of luminaires that fail in
materials or workmanship within specified warranty period.
B. Warranty Period: Five year(s) from date of Substantial Completion.
PART 2-PRODUCTS
2.1 PERFORMANCE REQUIREMENTS
A. Seismic Performance: Luminaires shall withstand the effects of earthquake motions determined according
to ASCE/SEI 7.
B. Seismic Performance: Luminaires and lamps shall be labeled vibration and shock resistant.
1. The term "withstand" means "the luminaire will remain in place without separation of any parts
when subjected to the seismic forces specified."
2.2 LUMINAIRE REQUIREMENTS
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a
qualified testing agency, and marked for intended location and application.
B. NRTL Compliance: Luminaires for hazardous locations shall be listed and labeled for indicated class and
division of hazard by an NRTL.
C. FM Global Compliance: Luminaires for hazardous locations shall be listed and labeled for indicated class
and division of hazard by FM Global.
D. Recessed Fixtures: Comply with NEMA LE 4.
E. CRI of minimum 80. CCT of 4100 K .
F. Rated lamp life of 50,000 hours.
G. Lamps dimmable from 100 percent to 0 percent of maximum light output.
H. Internal driver.
I. Nominal Operating Voltage: 277 V ac.
LED INTERIOR LIGHTING 16511 - 2
Lubbock Memorial Civic Center
February 3, 2014
1. Lens Thickness: At least 0.125 inch minimum unless otherwise indicated.
J. Housings:
1. Extruded -aluminum housing and heat sink.
2. Clear powder -coat finish.
2.3 HIGH BAY
A. Minimum 48,000 lumens. Minimum allowable efficacy of 80 lumens per watt.
B. Universal mounting bracket.
2.4 STRIP LIGHT
A. Minimum 12000 lumens. Minimum allowable efficacy of 80 lumens per watt.
B. Integral junction box with conduit fittings.
2.5 MATERIALS
A. Metal Parts:
1. Free of burrs and sharp corners and edges.
2. Sheet metal components shall be steel unless otherwise indicated.
3. Form and support to prevent warping and sagging
B. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating
conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames,
lenses, diffusers, and other components from falling accidentally during relamping and when secured in
operating position.
C. Diffusers, and Globes:
1. prismatic acrylic
2. Acrylic: One hundred percent virgin acrylic plastic, with high resistance to yellowing and other
changes due to aging, exposure to heat, and UV radiation.
3. Glass: Annealed crystal glass unless otherwise indicated.
4. Lens Thickness: At least 0.125 inch minimum unless otherwise indicated.
D. Housings:
1. Extruded -aluminum housing and heat sink.
2. Clear anodized finish.
2.6 METAL FINISHES
A. Variations in finishes are unacceptable in the same piece. Variations in finishes of adjoining components
are acceptable if they are within the range of approved Samples and if they can be and are assembled or
installed to minimize contrast.
LED INTERIOR LIGHTING 16511 - 3
Lubbock Memorial Civic Center
February 3, 2014
2.7 LUMINAIRE SUPPORT COMPONENTS
A. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for channel
and angle iron supports and nonmetallic channel and angle supports.
B. Single -Stem Hangers: 1/2-inch steel tubing with swivel ball fittings and ceiling canopy. Finish same as
luminaire.
C. Wires: ASTM A 641/A 641 M, Class 3, soft temper, zinc -coated steel, 12 gage.
D. Rod Hangers: 3/16-inch minimum diameter, cadmium -plated, threaded steel rod.
E. Hook Hangers: Integrated assembly matched to luminaire, line voltage, and equipment with threaded
attachment, cord, and locking -type plug.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Comply with NECA 1.
B. Install luminaires level, plumb, and square with ceilings and walls unless otherwise indicated.
C. Install lamps in each luminaire.
D. Supports: Sized and rated for luminaire weight.
E. Flush -Mounted Luminaire Support: Secured to outlet box.
F. Wall -Mounted Luminaire Support:
1. Attached to a minimum 20 gauge backing plate attached to wall structural members.
2. Do not attach luminaires directly to gypsum board.
G. Ceiling -Mounted Luminaire Support:
1. Ceiling mount with two 5/32-inch- diameter aircraft cable supports adjustable to.
2. Ceiling mount with pendant mount with 5/32 diameter aircraft cable supports 120 inches in length.
3. Ceiling mount with hook mount.
H. Suspended Luminaire Support:
1. Pendants and Rods: Where longer than 48 inches, brace to limit swinging.
2. Stem -Mounted, Single -Unit Luminaires: Suspend with twin -stem hangers. Support with approved
outlet box and accessories that hold stem and provide damping of luminaire oscillations. Support
outlet box vertically to building structure using approved devices.
3. Continuous Rows of Luminaires: Use tubing or stem for wiring at one point and tubing or rod wire
support for suspension for each unit length of luminaire chassis, including one at each end.
4. Do not use ceiling grid as support for pendant luminaires. Connect support wires or rods to
building structure.
I. Ceiling -Grid -Mounted Luminaires:
LED INTERIOR LIGHTING 16511 - 4
Lubbock Memorial Civic Center
February 3, 2014
1. Secure to any required outlet box.
2. Secure luminaire using approved fasteners in a minimum of four locations, spaced near corners of
luminaire.
J. Comply with requirements in Section 260519 "Low -Voltage Electrical Power Conductors and Cables" for
wiring connections.
K. Identify system components, wiring, cabling, and terminals. Comply with requirements for identification
specified in Section 260553 "Identification for Electrical Systems."
3.2 FIELD QUALITY CONTROL
A. Perform the following tests and inspections:
1. Operational Test: After installing luminaires, switches, and accessories, and after electrical
circuitry has been energized, test units to confirm proper operation.
2. Test for Emergency Lighting: Interrupt power supply to demonstrate proper operation. Verify
transfer from normal power to battery power and retransfer to normal.
B. Luminaire will be considered defective if it does not pass operation tests and inspections.
C. Prepare test and inspection reports.
END OF SECTION 16511
LED INTERIOR LIGHTING 16511 - 5
Lubbock Memorial Civic Center
February 3, 2014
Synergy Lighting Controls MLX Network Controller
Division 16520
PART L GENERAL
1.1 INTRODUCTION
A. The intent of this specification is to provide for furnishing, installing, testing and placing into
operation, a complete and functional lighting control system with provision for integrated switching
and dimming control of the indicated lighting.
1.2 DESCRIPTION OF WORK
A. Extent of lighting control system work is indicated by drawings and by the requirements of this
section. It is defined to include lighting control panels, control stations and other user interface
devices, wiring, and ancillary programming equipment. Type of lighting control equipment and
wiring specified in this section includes the following:
1. Programmable relay/dimmer panels
2. Over -ride switch stations
3. Preset dimming control stations
4. Daylighting controls
5. Lighting control PC workstation
6. Network routing and repeating devices
B. Requirements are indicated elsewhere in these specifications for work including, but not limited to,
raceways, electrical boxes and fittings required for installation of the lighting control system, which
are not part of this section.
1.3 QUALITY ASSURANCE
A. Independent Testing Laboratory - The control panels shall be tested and listed under the UL 916
Energy Management Equipment standards.
B. System Checkout and training - A factory trained technician or other factory authorized personnel
shall functionally test the system and verify performance after contractor installation. Factory
authorized personnel shall conduct a training session (8 hours max) to train the building operations
personnel on the set-up, programming, operation and maintenance of the lighting control system.
C. Factory Programming — The system shall be turned over to the owner fully programmed and ready for
immediate operation. It shall be the responsibility of the contractor to coordinate with the owner and
supply the necessary "as -installed" information and desired schedules to the manufacturer in a timely
manner.
D. Manufacturer experience - To insure a uniform installation and single responsibility, all switching and
dimming equipment described herein shall be supplied by a single manufacturer. Manufacturer shall
have a minimum of 10 years experience in lighting control systems.
E. Manufacturer shall be: Synergy Lighting Controls
One Lithonia Way
Conyers, GA 30012
Toll Free 1-800-533-2719, Fax 1-770-987-1002
www.synergylightingcontrols.com
F. Product shall be Synergy Lighting Control System. Alternate products meeting prior approval
requirements may be proposed as add or deduct alternate only.
1.4 CODES AND STANDARDS
A. Network- ANSI 875.1, ARCNET®
B. Protocol - ASHRAE 135 — 1995, BACnet®
Synergy Lighting Controls MLX Network Controller l 6520 - 1
Lubbock Memorial Civic Center
February 3, 2014
C. IEEE Std 2000.1-1998
D. UL 916 Energy Management Equipment
E. California Energy Commission
1.5 SUBMITTALS
Prior to fabrication manufacture shall submit the following materials for approval.
A. Manufacturer's published catalog data sheets for all equipment and components of the lighting control
system.
B. Shop Drawings - Submit detailed drawings and documentation of lighting control system
components and interconnection. As a minimum, the shop drawings shall include the
following:
1. One -line schematic diagram with wire type details
2. Network wiring details
3. Lighting control panel load schedules
4. Input and output wiring details
5. Programming worksheets for system configurations
6. A complete BACnet Protocol Implementation Conformance Statement (PICS).
PART 2. PRODUCTS
2.1 SYSTEM DESCRIPTION
A. The lighting control system shall provide seamless control and monitoring of all lighting included in
the scope of work regardless of whether it is relay switched or dimmed. All relay and dimmer panels,
unless otherwise noted, shall be interconnected by a communication bus making possible the sharing
of control functions and status system wide. Control inputs shall be transferable over the network to
affect lighting control patterns and zones regardless of to which relay or dimmer panel the loads are
connected. Overrides for after hour use or cleaning shall be accomplished via pushbutton switch,
voice guided telephone interface, or [option] via individual user workstations. A single PC software
application shall provide the means to configure, set-up, and monitor the operation of all lighting
control panels. Individual lighting control panels shall provide a user interface and display permitting
local set-up, override, monitoring and diagnostics.
2.2 HARDWARE
A. Enclosures
1. Shall be NEMA 1 rated, code gage steel cabinet. Enclosure and contents shall be designed to
operate in interior spaces with temperatures of 32°-104° F (0°-40° C) and , 0-90% non
condensing humidity. Enclosure shall be available with optional recessed mounting hardware.
See drawings for mounting requirements.
2. Enclosure Dimensions:
a.) Small - 21"(533mm) H X 20"(508mm) W X 6"(152mm) two power modules
maximum.
b.) Medium - 34.5"(876mm) H X 20"(508mm) W X 6"(152mm) four power modules
maximum.
c.) Large - 48"(1,219mm) H X 20"(508mm) W X 6"(152mm) six power modules maximum.
3. Multi -tapped Transformer - The enclosure shall be supplied with multi -tapped transformer and
shall not require specification of voltage for each control location. Provide a dedicated power
feed of 120/230/277, 50/60 Hz, 225 VA. for each enclosure. An optional multi -tapped
transformer shall be available for 120/347V, 60Hz if project is located in Canada.
4. Modular Design - The power modules and system controller shall be modular and designed for
ease of field service or upgrade.
B. Relay Power Modules
Synergy Lighting Controls MLX Network Controller 16520 - 2
Lubbock Memorial Civic Center
February 3, 2014
1. Mechanical - All Relay Power Module components shall be mounted to heavy steel back plane.
Module shall install into enclosure with keyed tab and slot hardware, secured in place with
heavy duty screws.
2. Relay Power Module shall provide eight relay outputs designed for the control of lighting
circuits. The Power Module shall be operable without the system controller installed for direct
operation of lighting loads or with the system controller for programmable input to output
mapping. Terminal block shall accept two (2) #8 AWG maximum wire(s).
3. Relay Certification — Relays shall be Underwriters Lab (UL) and (CUL) listed.
4. Relay Status Indicators - The system shall provide LED status indicators for all relay outputs.
5. Relay Ratings - Relays shall be SPST, mechanically latching, individually replaceable with
enclosed contacts. Relays shall be rated to at least 18K SCCR, 30 amps at 277 VAC electronic
or HID ballast, 15 amps 120VAC tungsten, 20A at 347V. A limited 3-year warranty shall be
provided on the individual relays.
6. Relay Response - Relays shall be individually settable to respond as normally open, normally
closed, momentary on, momentary off, Inteliswitch, or for Sweep Switch operation through the
System Controller.
7. Standard Inputs — The Relay Power Module shall provide:
a.) One (1) HOA switch to manually force all relays On, Off or Automatic control. Whenever
active, the On or Off override condition shall be visually and audibly annunciated via the
User Interface Panel (UIP) on the System Controller.
b.) One (1) Remote override switch input shall be provided to accept a dry contact closure
from a remote control device such as an AN system, building automation system, fire
alarm panel or other similar device to force all relays on or off. Terminal block shall be
removable. Whenever active, the On or Off override condition shall be visually and
audibly annunciated via the UIP on the System Controller.
8. Input/Output Expansion Module - The I/O expansion module shall connect directly to the
Relay Power Module and provide:
a.) Eight (8), programmable dry contact low voltage switch/occupancy sensor inputs with
removable terminal blocks. Momentary or maintained contacts shall be supported as 3-
wire momentary, 2-wire momentary, alternate action or 2-wire maintained contact.
24VDC power shall be provided to power occupancy sensors. Inputs shall be dry contact
and internally sourced. Inputs shall be linkable to any number of relays for override
control.
b.) Two (2) inputs per module shall be capable of monitoring external analog sensing devices
such as a photocell. It shall be possible to control the output relays in response to analog
input values with 100 steps of analog control resolution. Terminal block shall be
removable.
c.) Eight (8), pilot light outputs with removable terminal blocks. Pilot light output voltages
shall be jumper selectable for 5V, 20V or 24V.
d.) Eight (8), 0-1Ovdc analog outputs for dimming control of 0-1Ovdc dimmable ballasts.
9. Fade Time — The system shall support an adjustable fade rate from 0 to 99 minutes with a 1 sec
resolution when changing from a preset level to another preset level.
10. Removable Low Voltage Terminal Blocks — All low voltage terminal blocks shall be removable
to provide the capability for the installer to remove the connector from the header when
terminating wire. Systems that do not provide removable low voltage terminal blocks shall not
be acceptable.
11. BACnet integration — Provide the capability for relays/analog outputs, dry contact low voltage
switch inputs, and analog inputs to be accessible from BACnet network when used with a
networked System Controller.
C. Dimming Power Modules
1. Mechanical - All power module components shall be mounted to heavy steel back plane.
Module shall install into enclosure with keyed tab and slot hardware, secured in place with
heavy duty screws. All module electronics and power device elements shall be mounted to a
removable sub -assembly and shall be replaceable without removal of the dimmer module.
2. Input/output features - Dimmer module shall provide low voltage switch input terminals, analog
input terminals, and line voltage output terminals for control of lighting loads. Dimmer modules
Synergy Lighting Controls MLX Network Controller 16520 - 3
Lubbock Memorial Civic Center
February 3, 2014
shall be operable without the system controller installed for direct operation of lighting loads or
with the system controller for programmable input to output mapping. Each module shall
provide the following:
a.) Six 20 amp relays with output terminal blocks
b.) Six universal dimmers with output terminal blocks
c.) Two switch inputs, configurable for raise/lower or on/off operation
d.) Three analog inputs for 0 — IOVDC operation
e.) Two 24VDC accessory power terminals
f.) Six 20 amp circuit breakers at 120 volts or four 20 amp circuit breakers at 277 volts.
3. Dimmed Status Indicators - The system shall provide an LED status indicator for each dimmer
output.
4. Relays - Air gap relays shall be SPST, normally open with enclosed silver cadmium -oxide
isolated contacts. Relays shall be rated to at least 16 amps at 277 VAC electronic or HID ballast,
15 amps 120VAC tungsten. The relays shall be magnetically held by DC current.
5. Sources - Dimmers shall be "universal' type rated for use with incandescent, low voltage, neon,
cold cathode, and fluorescent. Digital firing circuits shall ensure that all dimmers set to the same
intensity will track together. No adjustments shall be required to ensure this operation.
6. Rise Time - Dimmers shall use toroidal filters to reduce RFI and lamp filament noise. Filter
design shall limit current rise time of output wave form to a minimum of 350 microseconds,
measured between 10 and 90 percent of total rise with dimmer control set at one half.
7. Response to Control — Dimmer response curve shall be selectable provide a means to optimize
the dimmer response to control for the lamp type being controlled.
8. High/low trim — It shall be possible to set high end and low end trim limits for each dimmer
individually.
9. Switch Inputs - Each dimmer module shall provide two (2) sets of dry contact input terminals.
Momentary or maintained contacts shall be supported as latching 3-wire momentary, 2-wire
momentary alternate action or 2-wire maintained contact. Inputs shall be dry contact with 24
VDC, 12 mA. internally sourced. Inputs shall be linkable to any number of relays or dimmers
for control.
10. Analog Inputs - Three inputs per dimmer module shall be capable of responding to external
analog devices such as a photocell or potentiometer. It shall be possible, through the system
logic, to control the output relays and dimmers in response to analog input values with 100 steps
of analog control resolution.
11. Fade Time — The system shall support an adjustable fade rate from 0 to 99 minutes with a 1 sec
resolution when changing from a preset level to another preset level.
12. Diagnostic features — It shall be possible to manually set dimmer intensity, read current dimmer
intensity level and read input control signal values via the UIP on the system controller.
13. Service Override Switch - Each dimming module shall have an On/Auto/Off service override
switch that shall control all outputs on the module. Whenever active, the On or Off override
condition shall be visually and audibly annunciated via the UIP on the system controller.
14. BACnet integration — Provide the capability for relays/analog outputs, dry contact low voltage
switch inputs, and analog inputs to be accessible from BACnet network when used with a
networked controller.
D. Intelligent Ballast Power Modules
1. General Description — The Intelligent Ballast Power Module will allow existing input devices,
schedules, and user interfaces to control, retrieve status, and retrieve diagnostic information from
devices that conform to the DALI/SIMPLY5 standard. The DALI/SIMPLY5 Module shall
conform to the Acuity Brands Lighting DALI/SIMPLY5 standard as applicable. The module
will also conform to the DALI standard to allow simultaneous control of DALI/SIMPLY5 and
Lutron EcoSystem ballasts.
2. Ballast Network - Provide three independent networks. Each network shall support up to 64
digitally controllable ballasts and provide individual dimming control of each digitally
controllable ballast. Network power and control shall be provided by the DALI/SIMPLY5
Power Module.
Synergy Lighting Controls MLX Network Controller 16520 - 4
Lubbock Memorial Civic Center
February 3, 2014
Mechanical - All power module components shall be mounted to heavy steel back plane.
Module shall install into enclosure with keyed tab and slot hardware, secured in place with
heavy duty screws.
Overrides — The DALI/SIMPLY5 Power Module shall provide:
a.) One (1) HOA switch to manually force all ballasts On, Off or Automatic control.
Whenever active, the On or Off override condition shall be visually and audibly
annunciated via the User Interface Panel (UIP) on the System Controller.
b.) One (1) Remote override switch input shall be provided to accept a dry contact closure
from a remote control device such as an AN system, building automation system, fire
alarm panel or other similar device to force all ballasts on or off. Terminal block shall be
removable. Whenever active, the On or Off override condition shall be visually and
audibly annunciated via the UIP on the System Controller.
Fade Time — The system shall support an adjustable fade rate from 0 to 99 minutes with a 1 sec
resolution when changing from a preset level to another preset level.
BACnet integration — Provide the capability for DALI/SIMPLY5 and Lutron EcoSystem ballasts
to be controlled as well as diagnostic information read from a BACnet network when used with a
networked controller.
E. System Controller
1. Mechanical - The system controller shall be supplied as a modular chassis consisting of the user
interface panel, system control electronics, and provision for installation of up to four industry
standard half length ISA accessory boards. The system controller shall plug -into the enclosure
as an assembly for ease of installation, service, or upgrade. All system controllers shall be
installed into the enclosures only after the rough -in phase of installation is complete.
2. User Interface Panel (UIP) - The user interface shall provide a simple means to set-up, program,
and monitor the lighting control system. Provide as a minimum the following features:
a.) Multi-lingual operation in English, Spanish or French
b.) Four line, eighty character LCD display with back light
c.) Four multi -function menu selection keys graphically associated with the LCD display
d.) A twelve key, numeric keypad with Enter and Back functions
e.) A four key menu navigation and selection keypad with Up, Down, plus (+) and minus (-)
function keys
f.) LED status indicators for Network, DMX512 input and Local input/output bus.
3. Capacity - The system controller shall have the capacity to operate up to 12 power modules in
two enclosures, permitting up to 96 points of control from each system controller.
4. RS232 Port - Provide a front mounted DB9 serial connector for connection of a personal
computer or other external serial device. Provide a second DB9 serial connector within the
enclosure for permanent connection of serial devices. Option to add up to an additional 4 more
serial ports
5. RS485 ARCNET port — Provide a removable terminal block connection for the network bus
wire connection.
6. Ethernet Port — Provide an Ethernet port for connection to a Local Area Network.
7. RS485 Control Station port — Provide a removable terminal block connection for the dimming
control station and/or addressable network button station bus.
8. Program Back-up - The user program shall be stored in non volatile memory. The system shall
utilize a memory back-up device that is system integrated, maintenance free and not require
batteries for retention of memory.
9. Modem for Remote Access — The System Controller shall be provided with a modem for remote
access to program and trouble shoot the system. Owner shall be responsible for providing a
modem compatible analog telephone line to the modem through a dedicated telephone line or a
shared fax line. If a shared fax line is used, the owner shall supply a device to automatically
direct incoming calls on the fax line to the modem while the fax is not in use.
a.) Off-line programming - It shall be possible to program the system off-line via personal
computer or laptop located at a remote site.
b.) On-line monitoring and control - It shall be possible to monitor and override the status of
the system in real time via personal computer located at a remote site. This shall include
Synergy Lighting Controls MLX Network Controller 16520 - 5
Lubbock Memorial Civic Center
February 3, 2014
the current status of individual loads, input status, event log, relay run time/start counters,
and graphic screen operation as a minimum.
c.) System programming via email — Provide the capability for emailing as an attachment the
owner's system programming database to factory support such that the factory personnel
can open the programming database to modify the programming and operating problems
and email the corrected database back to the owner for upload into "System" via
Configuration Software listed in this section.
d.) Factory support - Provide free remote dial -in factory support capability for the life of the
system such that factory personnel can assist the owner with the diagnosis and resolution or
programming and operation problems. It shall be possible for the factory to read the
software version currently installed at the site and download an updated version to the site
if required without interruption of the user program.
F. [option] Telephone Override
1. Hardware — The telephone interface shall be a plug-in assembly and shall install completely
within the system controller module. Modem speed shall be rated at a minimum of 33.6K baud.
2. Connection — The user shall provide one modem compatible analog phone line connection to
each controller equipped with telephone interface.
3. [option] Telephone override - It shall be possible to override the status of output loads ON, OFF,
or level 1-99% using any touch-tone telephone set. The system shall answer incoming calls with
a human voice prompt and guide the user through operation. The system shall support the use of
up to 9999 unique control zone codes.
G. [option] DMX512 Control Input
1. Hardware — The DMX interface card shall mount completely within the system controller
module. Wire connection method shall be via removable terminal block assembly intended for
permanent installation.
2. Channels - The DMX512 interface shall allow 48 of the 512 possible DMX control channels to
be monitored from an external DMX controller. If more than 48 channels are needed, then a
second DMX interface can be added for an additional 48 channels. The Synergy system
controller will not broadcast DMX control commands. If DMX command broadcasting is
required the accessory SYSC BACGATE DMX device shall be required. The beginning DMX
channel number shall be individually set -able for each DMX interface.
3. Take Control - Loads associated with DMX control channels shall automatically assume
exclusive DMX control upon initiation of a live signal from the theatrical device. Control shall
automatically relinquish to the architectural controls when the theatrical control device is
switched off or the DMX control stream is otherwise interrupted.
H. Network
1. Communication - System controllers shall be capable of panel -to -panel communications over a
high-speed 156Kbps, hard -wired data network or Ethernet LAN.
2. Wire - Network wire shall be twisted and shielded pair, installed in a daisy chain configuration,
and rated for EIA-485 data communication. Network wire type and installation shall be per the
lighting control system manufacturer's requirements without exception. For Ethernet LAN
applications wire shall be Cat 5 cable.
3. Protocol - . Network protocol shall be BACnet® over ARCNET® (ANSI 878.1) token passing
or BACnet IP. Systems utilizing proprietary networking schemes shall not be acceptable
I. Networked Preset Dimming Control Stations
1. Capacity — Preset control stations shall provide 6 presets, master raise/lower, individual
raise/lower, and OFF control for 4, 8, 12, or 16 control channels as indicated from the front of
the control station.
2. Finish - Faceplates shall attach to mounting frame without visible screws and, when in place,
shall provide a clean architectural appearance. Full-length piano hinge shall allow faceplate to
fold down flat against wall when open. Faceplate finish shall be brushed stainless steel or as
otherwise directed by the architect.
Synergy Lighting Controls MLX Network Controller 16520 - 6
Lubbock Memorial Civic Center
February 3, 2014
3. Presets — Control stations shall be capable of storing and recalling a total of 16 presets, each with
fade time set -able as 5, 10, 15, 30, 45 seconds or 1, 5, 10, 30, 60 minutes..
4. Level Indication - Each channel shall have an associated 10 segment LED bar graph which shall
indicate the intensity of the lighting.
5. Master - Master raise/lower function shall adjust intensity of all control channels simultaneously.
Channels set as non -dim shall be excluded from master raise/lower operation.
6. Exclusion from Presets — It shall be possible to individually exclude channels from saved
presets.
7. Tamper Proofing — Provide a hidden switch on each control station to disable the preset save
function to prevent unauthorized or accidental overwriting of scenes.
Networked Switch Control Stations
1. Finish — Faceplates shall attach to the mounting frame without visible screws and, when in place,
shall provide a clean architectural appearance. Faceplate finish shall be brushed stainless steel or
as otherwise directed by the architect.
2. Buttons — Stations shall support up nine programmable buttons per station with associated status
LED indicators. Each button shall be individually programmable for function and load
controlled. Stations shall support the following button function types:
a.) ON
b.) OFF
c.) Raise
d.) Lower
e.) Maintained contact ON/OFF
f.) Alternate action ON/OFF
g.) Preset recall
h.) Room assignment partition control
3. IR Remote Receiver —Provide network switch control stations with an infrared receiver for
wireless remote control. The function of each IR receiver shall be programmable and provide
the following functions as a minimum:
a.) Preset recall
b.) Preset raise/lower
c.) Channel raise/lower
d.) ON/OFF
e.) Saving of presets with fade times
4. External Input/Output — Where indicated, provide network switch control stations with remote
input and output capability for localized control functions. Local input and output control
functions shall be network visible to the System Controller and to other BACnet building
systems. Provide the following input and output capabilities:
a.) Switched Input - contact closure from an occupancy sensor or other device.
b.) Analog Input - 0- 10 VDC variable input from a photocell or other device.
c.) Two (2) Switched Outputs — 24V active high outputs that can switch the lighting load
through a SensorSwitch power pack.
d.) Two (2) Analog Outputs — 0- 10 VDC control signal outputs for control of dimmable
fluorescent or LED lighting equipped with four wire dimming ballast. Where localized
fluorescent/LED dimming is associated with photocell input for daylighting applications,
provide circuitry within the station to automatically adjust the dimmed light level based the
amount of ambient light present. Raise/lower buttons on the station shall provide manual
dimming override and establishment of the user set point for the daylight dimming
function. The user set point shall also be adjustable via network command.
K. Control Station LAN Network — Control stations shall be connected to the system via a four wire
digital communication bus network wire. The system shall support one control station LAN for each
system controller. Each control station LAN shall support a maximum of sixty stations.
2.3 FIRMWARE FEATURES
Synergy Lighting Controls MLX Network Controller 16520 - 7
Lubbock Memorial Civic Center
February 3, 2014
A. Open Protocol Networking - To insure interoperability with other building systems, the lighting
control panels shall communicate using the BACnet® (ASHRAE 135- 1995) communication standard.
As a minimum, all relays, dimmers, switches, groups and analog inputs shall be represented as
standard BACnet objects and shall support read/write services. Systems requiring a gateway device
for BACnet communications shall provide at least one BACnet gateway point for each lighting
control relay, dimmer, switch input and analog input on the project. It shall be the sole responsibility
of the lighting control system supplier to map all proprietary lighting control points through the
gateway and supply complete written documentation cross referencing the lighting zones to the
BACnet points. This documentation shall clearly indicate which BACnet properties and services are
provided by the gateway and which properties and services are actually supported by the proprietary
lighting control devices to which the gateway is connected. All lighting control devices conforming
to the BACnet protocol shall have a Protocol Implementation Conformance Statement (PICS) that
identifies all of the portions of BACnet that are implemented.
B. Groups - It shall be possible to associate output relays and dimmers into logical control zone groups.
Groups shall be assign -able to schedule events, switch inputs, analog inputs, control station channel,
presets, DMX output, or telephone override. It shall not be necessary to program functions or
schedules individually for each output. Groups shall be network visible to other building systems as
standard BACnet objects.
C. Astronomic Clock - The system clock shall of the astronomical type and be capable of calculating the
correct time for sunrise and sunset at the installed location. It shall be possible to set control functions
to occur at or up to 99 minutes before or after sunrise or sunset.
D. Daylight Savings Time - The system shall automatically adjust for daylight savings time. It shall be
possible to disable this function.
E. Schedules - The system shall support up to 99 unique lighting control schedules. The quantity of time
schedule events contained in the schedules shall be limited only by the available system memory and
shall be dynamically allocated to the schedules such as to not limit the capacity of any single
schedule.
F. Schedule Assignment - Unique schedules may be assigned to each day of the week facilitating a
rotating Monday through Sunday weekly operating scenario. A unique holiday schedule shall
automatically supercede assigned weekday schedules based on a list of holiday dates. Additionally,
schedules may be assigned to specific calendar dates. A schedule assigned to a calendar date shall
have priority over a schedule assigned to a Monday through Sunday upon which the calendar date
occurs such that only one schedule runs on any given day.
G. Overrides - It shall be possible to override schedule operation and force outputs to an ON or OFF
state. Overrides shall be initiated from a variety of system sources including switch inputs, analog
inputs, telephone interface, modem, or network. Four types of override shall be available:
1. Priority Normal - Under normal conditions, a group can be overridden ON or OFF by any
available input source programmed to control the group. The group will remain in the
overridden condition until changed by a schedule event or by another override source.
2. Priority ON - The priority ON override shall force the group ON and not allow further control
until the priority ON override is released by the source. In the event of overlap, priority On shall
take precedence over priority OFF.
3. Priority OFF — The priority Off override shall force the group OFF and not allow further control
until the priority Off override is released by the source.
4. Priority Low — The priority low condition shall allow layering of control strategies to optimize
operation. Switches or other inputs set to low priority shall be subservient to normal priority
overrides or schedules.
H. Inter -Panel Control - Each system controller input and output shall include provision to annunciate
actuation over the network making events available for use by all controllers connected to the
network. This function shall be set -able via the UIP on the system controller and not require the use
of a personal computer for inter -panel operation over the network.
I. Flash to Find - It shall be possible to set any output to continuously flash on and off to facilitate easy
location of undocumented loads. The flash to find function shall automatically cancel after two
minutes.
J. Status - Each system controller shall be capable of displaying the current real time status of all inputs
and outputs associated with the controller.
Synergy Lighting Controls MLX Network Controller 16520 - 8
Lubbock Memorial Civic Center
February 3, 2014
1. Input Status — The current state of each input shall be displayed as ON or OFF for switch inputs
or as a value for analog inputs.
2. Output Status — The current state of each output shall be displayed as ON or OFF for relay
outputs or as a percentage value for dimmed outputs.
3. Network Status — The network status display shall indicate that the system controller is actively
communicating on the local input/output bus and the network by displaying network message
traffic expressed as a percentage of capacity. This display shall also indicate the currently
available system RAM and flash disk memory.
K. Logging - The system controller shall automatically retain a record of system control events and run
times and shall make this information available to the user via the UIP on the system controller.
1. Event Log - The system shall automatically log in memory key actions performed by the system
controller. Each log entry shall be time and date stamped. It shall be possible to view or print
the event log via the UIP or PC software. A minimum of 2000 system events shall be saved
before the system begins to overwrite the oldest data. Logged actions shall include but not be
limited to:
a.) Power up
b.) Power down
c.) Input change of state
d.) Output change of state
e.) Manual override
i) Network event
g.) New script
h.) Alarms
2. Relay Run Time - A cumulative "ON" time record shall be accumulated for each output. It shall
be possible to view and reset the run-time for each output via the UIP or PC software.
3. Relay Starts - A counter shall track the quantity of starts for each output. It shall be possible to
view or reset the number of starts for each output from the UIP or PC software.
L. Script File - All system parameters and user programming shall be stored within the system controller
in the form of an editable text file. It shall be possible to upload and download the file between the
system controller and a personal computer.
M. Script Logic - The system controller logic shall support the creation of customized logical control
scenarios. Scenarios shall be created off line using the optional Windows® based configuration
software package. As a minimum, the system shall understand and process "basic" IF, AND, OR,
THEN, ELSE, _ (equal), < (less than), and > (greater than) logical statements. Commands and
operations to be tested and/or acted upon shall include as a minimum: DAY, DATE, TIME, INPUT,
OUTPUT, TIMER, INC COUNTER # (increment counter #), DEC COUNTER (decrement counter
#), and RESET COUNTER.
N. Room Partition Control — It shall be possible to configure the system to accommodate areas where
movable partitions are used to sub -divide a large room into several smaller rooms. The system shall
provide for a dimensional array of possible room combination scenarios making possible the re -
mapping of the channel to preset relationships in situations where the architectural relationship of the
lighting changes with the reconfiguration of the room. It shall be possible to provide a unique set of
presets for each possible room combine scenario Systems that simply overlap the channels of
combined rooms in a one to one relationship are not acceptable.
2.4 CONFIGURATION SOFTWARE
A. Provide PC software for off-line programming and editing of lighting control panel script files. The
application shall run on any personal computer using the Windows XPNista/Windows 7 32bit
operating system and shall support the BACnet file transfer services allowing co -installation and
network operation with other BACnet building automation workstations.
B. It shall be possible to upload, edit, and download user program and log data through a direct
connection to the lighting control system network or remotely through the use a telephone modem.
C. The configuration software shall have the ability to "learn" the hardware components that are present
in the system and automatically configure a script file using default values which may then be edited
by the user.
D. The system shall support the simultaneous use of multiple personal computers.
Synergy Lighting Controls MLX Network Controller 16520 - 9
Lubbock Memorial Civic Center
February 3, 2014
E. The application shall be BACnet compliant and designed to co -reside on a PC workstation running
other BACnet building control applications.
F. The configuration software shall utilize a local database to store all system parameters. The
programming database shall be capable of being Emailed to the lighting control manufacture for
review, editing and technical support, then Emailed back to the customer for upload into the lighting
control system.
G. Provide a graphical control and monitoring module integral to the configuration software application
to provide for real time monitoring and control of lighting zones via control and status icons
superimposed over customized screen graphic images. It shall be possible to import graphic images
from a variety of sources in a number of formats including: jpg, bmp, gif, dib, and wmi Control
elements shall be user selectable from a tool bar menu and shall include: status box, ON button, OFF
button, custom button, text box, intensity slider, and "LED" indicator icon. It shall be possible to
create screen "hot spots" to facilitate the calling of other graphic screen images via position sensitive
mouse click in a hyperlink fashion.
PART 3. EXECUTION
3.01 Equipment Installation and Documentation
A. Installation - The control system shall be installed and connected as shown on the plans and as
directed by the manufacturer. The contractor shall complete all electrical connections to all control
circuits, network terminations, RS-232 connections, sensors and override wiring.
B. Telephone Lines - The electrical contractor shall arrange for all required telephone lines and touch-
tone telephone override wiring as shown on the plans with the appropriate data communication
contractor. All phone connections shall be terminated into RJ-I I modular telephone. If multiple lines
are required, they shall be installed on a rotating line such that when one line is busy the call will
automatically switch to the next line. Only analog phone lines are acceptable.
C. Documentation - The contractor shall provide accurate "as built" drawings to the owner indicating the
correct and latest program in each controller. The "as -built drawings" shall clearly indicate the
lighting control panel identification, the load controlled by each relay, and the device connected to
each input.
D. Operation and Service Manuals — Provide operation and service manuals for all system components as
indicated in the General Provisions.
3.02 PRODUCT SUPPORT AND SERVICE
A. System Start-up
Provide a factory authorized technician to verify the installation, test the system, and train the owner on proper
operation and maintenance of the system. Before requesting start-up services, the installing contractor shall verify
that:
1. The control system has been fully installed in accordance with manufacturer's installation
instructions.
2. Phone lines have been checked for dial tone.
3. Low voltage wiring for overrides and sensors is completed.
4. Accurate "as -built" load schedules have been prepared for each lighting control panel.
5. Proper notification of the impending start-up has been provided to the owner's representative.
A Start-up Request form must be completed by the contractor and submitted to the Lighting Control Manufacture
prior to scheduling a Start-up.
B. Factory Support
Factory telephone support shall be available at no cost to the owner for the life of the system. Factory assistance
shall consist of assistance in solving programming or other application issues pertaining to the control equipment.
The factory shall provide a toll -free number for technical support.
3.03 WARRANTY
Manufacturer shall provide a three (3) limited warranty on the lighting control system and software.
END OF SECTION
Synergy Lighting Controls MLX Network Controller 16520 - 10
Lubbock Memorial Civic Center
February 3, 2014
SECTION 16521 - EXTERIOR LIGHTING
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. Exterior luminaires..
2. Poles
B. Related Sections include the following:
1.
2. Division 16 Section "LED Interior Lighting" for exterior luminaires normally mounted on exterior surfaces of
buildings.
1.3 SUBMITTALS
A. Product Data: For each luminaire, arranged in the order of lighting unit designation. Include data on features,
accessories, finishes, and the following:
1. Physical description of fixture, including dimensions and verification of indicated parameters.
2. Luminaire dimensions, effective projected area, details of attaching luminaires, accessories, and installation and
construction details.
3. Luminaire materials.
4. Photoelectric relays.
5. Electrical and energy -efficiency data for ballasts.
B. Operation and Maintenance Data: For luminaires to include in maintenance manuals.
C. Warranties: Special warranties specified in this Section.
1.4 QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing
agency acceptable to authorities having jurisdiction, and marked for intended use.
C. Comply with IEEE C2, "National Electrical Safety Code."
D. Comply with NFPA 70.
EXTERIOR LIGHTING 16521 - l
Lubbock Memorial Civic Center
February 3, 2014
1.5 COORDINATION
A. Coordinate exterior luminaires with mounting and wind load requirements in Division 2 Section "Lighting Poles and
Standards."
1.6 WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace luminaires or
components of luminaires and lamps that fail in materials or workmanship; corrode; or fade, stain, or chalk due to
effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage,
hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage.
1. Warranty Period for Luminaires: Five years from date of Substantial Completion.
a. Warranty Period for Metal Corrosion: Five years from date of Substantial Completion.
b. Warranty Period for Color Retention: Five years from date of Substantial Completion.
2. Warranty Period for Lamps: Replace lamps and fuses that fail within 12 months from date of Substantial
Completion; furnish replacement lamps and fuses that fail within the second 12 months from date of Substantial
Completion.
PART2-PRODUCTS
2.1 MANUFACTURERS
A. Products: Provide products as specified or a pre -approved equal. Proposed substitutions must be submitted to the
engineer not less than 7 working days before the bid date. Approval will be indicated in writing in the form of an
addendum. Submittals containing manufacturers not approved prior to bid will be rejected without review. The
contractor shall pay the engineer $100/hr for each additional submittal review after the initial post bid review.
2.2 LUMINAIRES, GENERAL
A. Complying with UL 1598 and listed for installation in wet locations.
B. Comply with IESNA RP-8 for parameters of lateral light distribution patterns indicated for luminaires.
C. Metal Parts: Free of burrs and sharp corners and edges.
D. Sheet Metal Components: Corrosion -resistant aluminum, unless otherwise indicated. Form and support to prevent
warping and sagging.
E. Housings: Rigidly formed, weather- and light -tight enclosures that will not warp, sag, or deform in use. Provide
filteribreather for enclosed luminaires.
F. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and
designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other
components from falling accidentally during relamping and when secured in operating position. Doors shall be
removable for cleaning or replacing lenses. Designed to disconnect ballast when door opens.
G. Exposed Hardware Material: Stainless steel.
H. Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation.
I. Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated:
1. White Surfaces: 85 percent.
EXTERIOR LIGHTING 16521 - 2
Lubbock Memorial Civic Center
February 3, 2014
2. Specular Surfaces: 83 percent.
3. Diffusing Specular Surfaces: 75 percent.
J. Lenses and Refractors Gaskets: Use heat- and aging -resistant resilient gaskets to seal and cushion lenses and refractors
in luminaire doors.
2.3 FACTORY FINISHES
A. Finish: Manufacturer's standard paint applied to factory -assembled and -tested luminaire before shipping. Where
indicated, match process and color of pole or support materials specified in Division 2 Section "Lighting Poles and
Standards."
a.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install lamps in each fixture.
B. Luminaire Attachment: Fasten to indicated structural supports.
C. Adjust luminaires that require field adjustment or aiming.
3.2 CONNECTIONS
A. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If
manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.
END OF SECTION 16521
EXTERIOR LIGHTING 16521 -3
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Marsha Sharp
fcwy
} \ 1B� LL
F
bF
�k
4 U
UPPER LEVEL WALK
LOWER LEVEL WALK
FOUR EXI5TIN6 GA5T METAL AREA DRAINS AND
6RILLE5 DO NOT DAMA6E. GLEAN EACH DRAIN
RELIEVER AND PIPE, TE5T FOR PROPER FLOW,
PROVIDE AND IN5TALL NEW DRAIN 6RILLE5 AT
FOUR DRAINS. METAL DRAIN 6RATE5 ARE WADE.
H12 NPG21262ll, CONTACT MORR15ON 5UPPLY,
DAVID WIL5ON, FOR REPLAGEMENT5.
LOADING
bOGc
PAVEMENT REPAIR
CAREFULLY REMOVE EXISTING BROKEN GONRETE, TO LIMITS
1. REFER TO ELECTRICAL 51TE DRAMIIN65 FOR P05510LE A5PHALT
SHOWN. PROTECT ADJACENT 5URFAGE5. DO NOT DAMA6E ANY
REPAIR IF ALTERNATE I OHTIN6 BID 15 AOGEPTED. IF THE
OF THE EXI5TIN6 BUILDIN6 OR RETAININ6 WALL.
I OHTIN6 ALTERNATE 15 AGGEPTED, THE WE5T, NORTH, EA5T,
AND LIBRARY PARKIN6 I OT5 ARE AFFECTED. CONTRACTOR
BAGKFILI AND REGOMPAGT 5UB-6RADE TO 95% DENSITY A5
5HALL INGWDE THE G05T OF A5PHALT REPAIR AND REWORKIN6
NEGE55ARY TO PROVIDE AT LEA5T A 4" THICK NEW WALK,
EXI5TIN6 PARKIN6 5TRIPES IN BID.
NEW CONCRETE WALK TO BE 3000P51, #3 REBAR AT 12"x 12" OG,
2. REFER TO THE NORTH ENTRY DEMOLITION AND THE NORTH
><3x12" SMOOTH DOWEL 5 AT 24" OG THROUGH EXPAN51ON JOINTS
RENOVATION DRAWIN65 FOR PAVEMENT AFFECTED OT NEW
AND INTO EXISTING WALKS AND STRUCTURE, BROOMS FINISH NEW
N COCRETE CURB ANTTERS D GU. CONTRACTOR TO INCLUDE THE
CONCRETE, TOP OF NEW WALK TO MATCH FORMER ELEVATIONS
005T OF REPAIRIN6 A5PHALT AND REWORKIN6 EXISTING AND
ON ALL SIDES.
ADDIN6 NEW PAINTED 6RAPHIG5 TO A5PHALT A5 SHOWN.
LAWN
PARKING
lJ/
Mac i�avis
EA5T PARKING
050111rj; 0ara24aIEre,
LIBRARY PARKING
5OUTH PARKING
O O
qth
O517E PLAN - ftl?T}hhb jG. NDIT10N5
1 " = 100'-0" �i
6
DRIVE
O
0
9th 5TREET
E
OENLARGED 50UTH ENTRY - DEMO / RENOVATION
1" = 20-0"
EX1571NS LMGG PARKING
NON-AGGE55IBLE
AGGE55IBLE
POWER PLANT
113
2
WE5T PARKIN6
212
-
NORTH PARKIN6
155
16
EA5T PARKIN6
356.
-
5OUTH PARKIN6
12
6
50UTHEAST PARKIN6
129
-
PROVIDED
1,15'I
24
TA5 Table 205.2
1001 ELL U5 5PAGE5 20
1 AGGE55 PER 100 5PAGE5 2
REOJIRED AGGE55IBLE 5PAGE5 22
TMO MORE AGGE55IBLE 5PAGE5 PROVIDED THAN REOJIRED.
F-XI571NS LIBRARY PARKING
NON-AGGESSIBLE AGGESSIBLE
WE5T PARKIN6 96 -I
TA5 Table 205.2
-I6 - 100 5PAGE5 4
THREE MORE AGGE551BLE 5PAGE5 PROVIDED THAN REOUIRED.
LAWN
RENOVATED LMGG PARKING
NON-AGGE55IBLE
ACGE551BLE
POWER PLANT
113
2
WE5T PARKIN6
212
-
NORTH PARKIN6
149
19
EA5T PARKIN6
356
-
5OUTH PARKIN6
12
6
50UTHEAST PARKIN6
129
-
PROVIDED
1,151.
2'I
TA5 Table 205.2
1001 ELL U5 5PAGE5 20
1 AGGE55 PER 100 5PAGE5 2
REOJIRED AGGE55IBLE 5PAGE5 22
FIVE MORE AGGE551BLE 5PAGE5 PROVIDED THAN REOJIRED.
LAWN
GHA DRA^NG INDEX
G1
51TE PLAN / SOUTH ENTRY
02
ENLARGED NORTH ENTRY
G3
TEXA5 AGGE55IBILITT STANDARDS
A2.1
EXHIBIT HALL - FLOOR PLAN - PAINT
A2.2
I EXHIBIT HALL - INTERIOR ELEVATIONS - PAINT
PARKIN6
U
p'D Oo
Z
n
�o
�
x
a
U
(` W E
E — o
L U
r T
`o
L
2 O
U a
0
L
cc
✓�/ U
3
U 3 Q
T O
o ><
a � �
0
O y
m U
O
N�
0 2010CHAPMAN HARVBV ARCHITECTS, INC.
UNAUTHORIZED DUPLICATION PROHIBITED.
C
(n
(6
L
U
N
N
E
� �
o
�y w
06 W N
�av
� � m
U
L
U
' r X
O
U �Y
0 C 0 a
Lij "tJ dll >
■
�
O
Z
O
_
H
H
U
t9
U
44
O
U
U�
�n
o U Y
date:
02.03.14
job:
1227
revisions:
1
2
ED °A
10
sheet
1
C1
Of
3
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.