Loading...
HomeMy WebLinkAboutResolution - 2021-R0377 - Contract 16023 with Johnson General Contractors Group 9.28.21Resolution No. 2021-R0377 Item No. 7.19 September 28, 2021 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, Public Works Contract No. 16023 for Abernathy Gatehouse Renovations as per RFP 21-16023-KM, by and between the City of Lubbock and Johnson General Contractors Group, LLC, of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on September 28, 2021 -L-'A -- DANIEL M. POPE, MAYOR ATTEST: �). 6" JIK� Rebecc Garza, City Secret'd APPROVED AS TO CONTENT: - ) �) 0/,, 4,. -, � Bill How n, Deputy City ger APPROVED AS TO FORM: i Leisure, Assistant City Attorney ccdocs/RES.Contract 16023 - Abernathy Gatehouse 09.02.21 PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: & - 12 - Z -27-4 PROJECT NUMBER: RFP 21-16023-KM Abernathy Gatehouse Renovations Proposal of D�Av (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Abernathy Gatehouse Renovations having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to finnish 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. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: QO (to Final Completion) (90 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and final completion within 90 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he fin ther agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five City of Lubbock RFP 21-16023-KM Price Proposal Form Johnson General Contractors Group, LLC Vendor/Description Lump Sum #0-1 - Exterior Construction: Base bid consists of the materials and labor for the necessary improvements for the above referenced project, as specified herein. Reseal all masonry joints around doors, windows, skylights, site joints and penetrations. Replace 15 windows and frames. Apply elastomeric coating to exterior walls. Johnson General Contractors Group, LLC $74,900.00 #0-2 - Interior Construction: Repair and or replace interior materials as specified in scope of work. Johnson General Contractors Group, LLC 37,700.00 Total $112,600.00 percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of S !�� ir, a,.., F„ I� Dollars ($ h is agreed shall be collected antlhetained by the Owner as liquidated da ges in the eves the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. rd�' " V.'Qg f 10 SC&� (Seal i� Ut�eror is a Corporation) ATTEST: jv-Art.,�v Secretary Offeror acknowledges receipt of the following addenda: Addenda No. _� Date 201 Addenda No. 2 Date / Addenda No. Da Addenda No. Date Date: S -17 , Z ) Au orize a Tignature -1201 To h tiSo o (Printed or Typed Name) Company 'a4? - 40 6 Address CiCounty 79AA 3— State Zip Code Telephone:_ - Fax: Email— o - CO+K FEDERAL ID or SOCIAL SECURITY No. M/WBE Firm: I I Woman I I Black American I Native American Hispanic American I I Asian Pacific American I Other (Specify) 5 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 If there are interested pardes. Complete Nos.1, 2, 3, 5, and 6 If there are no Interested pardes. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2021-798958 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Johnson General Contractors Group LLC LUBBOCK, TX United States Date Filed: 09/07/2021 2 Name of governmental entity or state agency that Is a party to the contract for which the form Is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or Identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 16023 Abernathy Gatehouse Renovations 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary JOHNSON, Cory LUBBOCK, TX United States X Johnson, Troy LUBBOCK, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address Is 349-7 4 7-7Z - 4, (sh"" (City) (etate) (-i coda) (-untry) I declare under penalty of perjury thattheforegoing is true and correct. Executed in LAA L unty, State of XhS , on the —J:�ay of 2024_.. th) (year) Sign ure of ed agent of contracting business entity (Declaw!) r-orms proviueo oy i exas tIIllcs k:ommisslon www.etnlcs.state.tx.us Version V1.1.191b5cdc CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. 1 CERTIFICATION OF FILING Certificate Number: 2021-798958 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Johnson General Contractors Group LLC LUBBOCK, TX United States Date Filed: 09/07/2021 2 Name of governmental entity or state agency that is a party tot the contract for which the orm is being filed. City of Lubbock Date Acknowledged: 09/07/2021 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 16023 Abernathy Gatehouse Renovations 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary JOHNSON, Cory LUBBOCK, TX United States X Johnson, Troy LUBBOCK, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) ruins piuviveu by i exas tmics t-ommission www.etnics.state.mus Version V1.1.191b5cdc BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: September 28, 2021 CITY OF LUBBOCK SPECIFICATIONS FOR Abernathy Gatehouse Renovations RFP 21-16023-KM CONTRACT: 16023 PROJECT NUMBER: 8637.8302.30000 Plans & Specifications may be obtained from https:Hci-lubbock-tx.bonfirehub.com/ City of bock TEXAS CITY OF LUBBOCK Lubbock, Texas Pate Intentionally Left Blank ADDENDUM Page Intentionally Left Blank 001� car of ib ock TEXAS ADDENDUM I Extension ITB 21-16023-KM Abernathy Gatehouse Renovations DATE ISSUED: August 12, 2021 New! CLOSING: August 17, 20213:00 PM 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. Extension 1. Please change closing date from Thursday, August 12, 2021, at 3:OOPM CST to Tuesday, August 17, 2021, at 3:OOAM CST. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be emailed to Kmorgan(a),mylubbock.us Questions are preferred to be posted on Bonfire: https:Hci-lbbock-tx.bonfirehub.com/ THANK YOU, 002.11. CITY OF LUBBOCK Kiara Morgan City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this 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. 001� car of ib ock TEXAS ADDENDUM 2 Revised Bid Table and Specifications ITB 21-16023-KM Abernathy Gatehouse Renovations DATE ISSUED: August 13, 2021 CLOSING: August 17, 2021 3:00 PM 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. Revised Bid Table 1. The Bid Table has been updated. Please ensure you are submitting the current version of Bid Table BT- 04NS revised August 13, 2021. Revised Specifications 2. Please remove Item 1.18C from Section 01100 General Requirements of the specifications. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be emailed to Kmorgan&mylubbock.us Questions are preferred to be posted on Bonfire: hops:Hci-lbbock-tx.bonfirehub.com/ J�GM CITY OF LUBBOCK Kiara Morgan City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this 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. 001� car of ib ock TEXAS ADDENDUM 3 Plan Drawings Clarification ITB 21-16023-KM Abernathy Gatehouse Renovations DATE ISSUED: August 13, 2021 CLOSING: August 17, 2021 3:00 PM 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. Plan Drawings Clarification Plan Drawings in the specifications dated 02/19/2020 in Addendum No. 2 replace document "04 Plan Drawings" in the file section on Bonfire dated 02/18/2020. All requests for additional information or clarification must be submitted in writing and directed to: Kiara Morgan City of Lubbock Purchasing and Contracts Management Office 1314 Ave K, Floor 9 Lubbock, Texas 79401 Questions may be emailed to Kmorgangmylubbock.us Questions are preferred to be posted on Bonfire: hops:Hci-lbbock-tx.bonfirehub.com/ THANK YOU, CITY OF LUBBOCK Kiara Morgan City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this 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. � _ .. .fit_=��.. _...��. --• �----' -�- � �— v ' v _ -' 6' --- A' k— • •�' -fir �`' r n ,. } • te r * —' - - 27 -Ir - y� .1 D" 9 vi" d' t6FECC i �., .�tEl,rF�a rrlrlal F' tag SEA I it F rl T io} t� i43 ii1Q 01 o 1a � �' I � I 1 I 1 F I F l F -- - j L't3�i F-'F -- F I - 101 Iql t'l 4w I J }' 4"1'-�" it--04 ;•4'-4-, VWI �',�� 7'y4" GENERAL ROOF NOTES A. PROVIDE ALL REQUIRED UTILITY / STRUCTURAL COMPONENTS AND/OR CONNECTIONS FOR THE FUNCTIONAL USE OF ALL CONTRACTOR SUPPLIED EQUIPMENT OR APPLIANCES, REGARDLESS OF ANY OMISSIONS OR INCONSISTENCIES ENCOUNTERED IN THE CONSTRUCTION DOCUMENTS. B. THE WORD 'PROVIDE' SHALL MEAN 'FURNISH AND INSTALL COMPLETE AND READY TO USE., C. IF DISCREPANCIES APPEAR BETWEEN THE DRAWINGS AND THE SPECIFICATIONS, THE HIGHER QUALITY, QUANTITY, AND PRICE SHALL SUPERSEDE. D. THE GENERAL CONTRACTOR AND SUBCONTRACTORS SHALL BECOME FAMILIAR WITH THE PROJECT AND THE ON -SITE / OFF -SITE CONDITIONS PRIOR TO BIDDING OR COMMENCING WORK. E. PROVIDE PREFORMED END DAMS ON ALL WINDOW SILL MATERIAL WHERE THEY OCCUR AT EACH WINDOW. F. WINDOW UNITS SHOWN ON DRAWINGS ARE GENERAL. CONTRACTOR SHALL PROVIDE FIELD VERIFIED ROUGH OPENING SIZES PRIOR TO ORDERING WINDOWS. CONTRACTOR SHALL ALSO PROVIDE APPROVED SHOP DRAWINGS FOR EACH WINDOW UNIT PRIOR TO INSTALLATION. G. CONTRACTOR SHALL TAKE CARE NOT TO DAMAGE THE EXISINT STONE UNITS IN THE EXISITNG WALL. CONTRACTOR SHALL REPLACE ANY STONE UNITS THAT ARE DAMAGED DURING THIS CONSTRUCTION PROJECT. H. ALL EXPOSED FLASHING SHALL BE PREFINISHED TO MATCH THE WINDOW UNIT FRAMING. I. CONTRACTOR SHALL PROVIDE NEW NAILERS AS REQUIRED TO PROPERLY SHIM NEW WINDOW UNITS INTO THE EXISTING OPENINGS. CONTRACTOR SHALL ALSO PROVIDE NAILERS AS DETAILED FOR INSTALLATION OF NEW WINDOW SILLS AND APRONS. J. CONTRACTOR SHALL PROVIDE NEW CAULK AND BAKER ROD AT ALL WINDOW PERIMETERS AND DISSIMILAR MATERIAL ABUTMENTS. COLOR AS SELECTED BY OWNER. SPECIFIC ROOF NOTES 1. WORK SHALL INCLUDE REMOVAL OF EXISTING EXTERIOR SEALANT (INCLUDING SITE JOINT) AT VARIOUS ELEVATIONS AS DESCRIBED IN THE PROJECT SPECIFICATIONS. CONTRACTOR SHALL INSTALL ALL SPECIFIED SEALANT AND REQUIRED ACCESSORIES AS PER THE PROJECT SPECIFICATIONS. 2. CONTRACTOR IS TO REMOVE THE EXISTING WINDOW UNITS IN THEIR ENTIRETY. CONTRACTOR IS TO REMOVE THE EXISTING SEAL AND APRON AND INSTALL NEW WINDOW SEAL, APRON (PAINT TO MATCH EXISTING FINISH). CONTRACTOR SHALL PROVIDE NEW PERIMETER 40 MIL FLEXIBLE FLASHING AROUND NEW ALUMINUM WINDOW UNITS. CONTRACTOR IS TO INSTALL NEW ALUMINUM WINDOW UNITS AS SPECIFIED, STYLE, PROFILE AND COLOR TO MATCH THE EXISTING WINDOWS. 3. CONTRACTOR IS TO REMOVE INTERIOR DRYWALL AS SHOWN ON THE DRAWINGS AND REPLACE WITH NEW DRYWALL MATERIALS AND FINISH TO MATCH EXISTING WALL SYSTEM AS SPECIFIED. 4. CONTRACTOR IS TO REMOVE THE EXISTING VCT TILE FROM THE CONCRETE FLOOR AS SPECIFIED. REMOVE ADHESISE RESIDUE, (SALT & PEPPER) GRIND POLISH AND SEAL WITH A LOW SHEEN FINISH. 5. CONTRACTOR SHALL INSTALL TWO COATS OF ELASTOMERIC COATING TO SPLIT FACE CMU ELEVATIONS OF THE EXISTING BUILDING. CONTRACTOR TO PROVIDE OWNER WITH A FIVE (5) YEAR LABOR AND MATERIALS WARRANTY AND FIVE (5) YEAR MANUFACTURER'S MATERIAL WARRANTY. 6. INSTALL DUCTLESS HVAC UNIT IN COMPLIANCE WITH SCHEDULE. SEE R1.03. 7. CONTRACTOR TO CUT GLASS FOR TICKET WINDOW. SEE DETAILS. OVERALL FLOOR PLAN 1 NOT TO SCALE PREFINISHED METAL ROOF SYSTEM PAINTED MASONRY CONTROL JOINT SPLIT FACE } CMU R NORTH AND SOUTH ELEVATIONS NOT TO SCALE SCOPE OF WORK: • WORK SHALL INCLUDE REMOVAL OF EXISTING EXTERIOR SEALANT (INCLUDING SITE JOINT) AT VARIOUS ELEVATIONS AS DESCRIBED IN THE PROJECT SPECIFICATIONS. CONTRACTOR SHALL INSTALL ALL SPECIFIED SEALANT AND REQUIRED ACCESSORIES AS PER THE PROJECT SPECIFICATIONS. CONTRACTOR IS TO REMOVE THE EXISITING WINDOW UNITS IN THEIR ENTIRETY. CONTRACTOR IS TO REMOVE THE EXISTING SEAL AND APRON AND INSTALL NEW WINDOW SEAL, APRON (PAINT TO MATCH EXISTING FINISH). CONTRACTOR SHALL PROVIDE NEW PERIMETER 40 MIL FLEXIBLE FLASHING AROUND NEW ALUMINUM WINDOW UNITS. CONTRACTOR IS TO INSTALL NEW ALUMINUM WINDOW UNITS AS SPECIFIED, STYLE, PROFILE AND COLOR TO MATCH THE EXISTING WINDOWS. CONTRACTOR IS TO REMOVE INTERIOR DRYWALL AS SHOWN ON THE DRAWINGS AND REPLACE WITH NEW DRYWALL MATERIALS AND FINISH TO MATCH EXISITNG WALL SYSTEM AS SPECIFIED. • CONTRACTOR IS TO REMOVE THE EXISTING VCT TILE FROM THE CONCRETE FLOOR AS SPECIFIED. REMOVE ADHESIVE RESIDUE, (SALT & PEPPER) GRIND POLISH AND SEAL WITH A LOW SHEEN FINISH. • CONTRACTOR SHALL INSTALL TWO COATS OF ELASTOMERIC COATING TO SPLIT FACE CMU ELEVATIONS OF THE EXISTING BUILDING. CONTRACTOR TO PROVIDE OWNER WITH A FIVE (5) YEAR LABOR AND MATERIALS WARRANTY AND FIVE (5) YEAR MANUFACTURER'S MATERIAL WARRANTY. PEE OF iF �1t o c- • kgs1�1 02/19/2020 a aRMKO Texas Registered Engineering Firm F-6498 2807 74th St., Suite 3A Lubbock, TX 79423 (806)833-6953 to a) ai v) O L •O Q C: vi Y E a) Q InEU�m L -6 C U O N O U > N O OE i UU)) 0- - a O U U 00 Z W N (.0 o 2 Z) 0 N o N 00 U O O N U H Z M } W LU o z ° OLU Q Q o J Q J_ OU < 0- LL U) L IJ E5 (n z� 00 LU< 0O OmU)(Dw Q L.L ::) 0 J W Y LU00 co 0 H w U CO - Q � R1.01 . ��• • -• • - • .4M2104161I ' ' • • �' '' I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�i�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l IIIIIIIIIIIIIIIIII�IIIIIIII ��IIIIIIIIIIIIIIIIIIIII�I�■■■■�I■■■■I■■■■I■■■■I■■■■I■■■■Iti■■■I■■■■I■■■■I■�■■ ' ' ' - IIIIIIIIdl1111111111111111111111111111111111►�,1111111111111111111111!�11111111111111111111111111111111"'"'"'"'"'"'"'"'"'"'"'"'"" • = ^ = = — — = = Ell — = — o ■OpO= ■0;0■0�■'0'0'=OD00-[�0■00=0�■ = = a OPERABLE WINDOW UNITS IN HOLLOW FRAMES NOT IN PROJECT SPECIFIC ROOF NOTES 1. WORK SHALL INCLUDE REMOVAL OF EXISTING EXTERIOR SEALANT (INCLUDING SITE JOINT) AT VARIOUS ELEVATIONS AS DESCRIBED IN THE PROJECT SPECIFICATIONS. CONTRACTOR SHALL INSTALL ALL SPECIFIED SEALANT AND REQUIRED SCOPE OF WORK: ACCESSORIES AS PER THE PROJECT SPECIFICATIONS. inEAST ELEVATION NOT TO SCALE TO EVATION O SCALE 2. CONTRACTOR IS TO REMOVE THE EXISTING WINDOW UNITS IN THEIR ENTIRETY. CONTRACTOR IS TO REMOVE THE EXISTING • WORK SHALL INCLUDE REMOVAL OF EXISTING EXTERIOR SEALANT (INCLUDING SITE JOINT) AT VARIOUS ELEVATIONS AS SEAL AND APRON AND INSTALL NEW WINDOW SEAL, APRON (PAINT TO MATCH EXISTING FINISH). CONTRACTOR SHALL PROVIDE DESCRIBED IN THE PROJECT SPECIFICATIONS. CONTRACTOR SHALL INSTALL ALL SPECIFIED SEALANT AND REQUIRED NEW PERIMETER 40 MIL FLEXIBLE FLASHING AROUND NEW ALUMINUM WINDOW UNITS. CONTRACTOR IS TO INSTALL NEW ACCESSORIES AS PER THE PROJECT SPECIFICATIONS. ALUMINUM WINDOW UNITS AS SPECIFIED STYLE PROFILE AND COLOR TO MATCH THE EXISTING WINDOWS. • CONTRACTOR IS TO REMOVE THE EXISITING WINDOW UNITS IN THEIR ENTIRETY. CONTRACTOR IS TO REMOVE THE EXISTING 3. CONTRACTOR IS TO REMOVE INTERIOR DRYWALL AS SHOWN ON THE DRAWINGS AND REPLACE WITH NEW DRYWALL MATERIALS SEAL AND APRON AND INSTALL NEW WINDOW SEAL, APRON (PAINT TO MATCH EXISTING FINISH). CONTRACTOR SHALL PROVIDE AND FINISH TO MATCH EXISTING WALL SYSTEM AS SPECIFIED. NEW PERIMETER 40 MIL FLEXIBLE FLASHING AROUND NEW ALUMINUM WINDOW UNITS. CONTRACTOR IS TO INSTALL NEW 4. CONTRACTOR IS TO REMOVE THE EXISTING VCT TILE FROM THE CONCRETE FLOOR AS SPECIFIED. REMOVE ADHESISE RESIDUE, ALUMINUM WINDOW UNITS AS SPECIFIED, STYLE, PROFILE AND COLOR TO MATCH THE EXISTING WINDOWS. (SALT & PEPPER) GRIND POLISH AND SEAL WITH A LOW SHEEN FINISH. 5. CONTRACTOR SHALL INSTALL TWO COATS OF ELASTOMERIC COATING TO SPLIT FACE CMU ELEVATIONS OF THE EXISTING BUILDING. CONTRACTOR TO PROVIDE OWNER WITH A FIVE (5) YEAR LABOR AND MATERIALS WARRANTY AND FIVE (5) YEAR MANUFACTURER'S MATERIAL WARRANTY. 6. INSTALL DUCTLESS HVAC UNIT IN COMPLIANCE WITH SCHEDULE. SEE R1.03. 7. CONTRACTOR TO CUT GLASS FOR TICKET WINDOW. SEE DETAILS. • CONTRACTOR IS TO REMOVE INTERIOR DRYWALL AS SHOWN ON THE DRAWINGS AND REPLACE WITH NEW DRYWALL MATERIALS AND FINISH TO MATCH EXISITNG WALL SYSTEM AS SPECIFIED. • CONTRACTOR IS TO REMOVE THE EXISTING VCT TILE FROM THE CONCRETE FLOOR AS SPECIFIED. REMOVE ADHESISE RESIDUE, (SALT & PEPPER) GRIND POLISH AND SEAL WITH A LOW SHEEN FINISH. • CONTRACTOR SHALL INSTALL TWO COATS OF ELASTOMERIC COATING TO SPLIT FACE CMU ELEVATIONS OF THE EXISTING BUILDING. CONTRACTOR TO PROVIDE OWNER WITH A FIVE (5) YEAR LABOR AND MATERIALS WARRANTY AND FIVE (5) YEAR MANUFACTURER'S MATERIAL WARRANTY. NOT IN PROJECT =D METAL EM JOINT IPE D i ti OF 02/19/2020 tip a aMlw0 Texas Registered Engineering Firm F-6498 2807 74th St., Suite 3A Lubbock, TX 79423 (806)833-6953 �N _ U - Ucn 7 � O o a o 0 N to U 1° E > N — a) 7z Q t6 E U fB tv � c � N � U • J ` w 0 ° ° 0 N fU6 t"6 " 0 (a N 0 -0 c o rn U rn nH -0 n 0 U IT Z LU CO o N No co U U Z N 0) 5.: H W 0 Z Z O O a o o Q J_ OU CLQ cl)LL oLU U) Z ::) 00 LU OQ 0 OmU)QCDW -i LU > Y O J co w Q co�U�Ii-3 R1.02 Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 13 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. PROPOSAL SUBMITTAL FORM 4-2. SUBMITTAL OF DOCUMENTS 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank 9 rA,IWA T E RFP 21-16023-KM Abernathy Gatehouse Renovations 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. 1.2. Electronic proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 3:00 PM on Ausust 12, 2021, 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 above referenced. 1.3. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: https://zoom.us/j/95380259251?pwd=UzZIV114N2JMOFkYR3BQOEZDbXNpUT09 Meeting ID: 953 8025 9251 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Proposals are due at 3:00 PM on August 12, 2021 and should be addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on September 14, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror 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 offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 1.6. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.7. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond ftom a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON- RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.8. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lbbock-tx.bonfirehub.coMZportal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.9. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. 2. PRE -PROPOSAL MEETING 2.1. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM, August 3, 2021, via teleconference. The Zoom meeting information is as follows: Website: https:Hzoom.us/j/93475185295?pwd=UXJkckhy UIMaVRsVE5NT2NoUEFEQT09 Meeting ID: 934 7518 5295 Passcode: 1314 2.2. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.3. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. 4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Kiara Morgan, Buyer III City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: KMorgankMylubbock.us Website: https://ci-lbbock-tx.bonfirehub.cop /portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be final completion completed within 90 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 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. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 3. GUARANTEES 3.1 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 five years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 3.2 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. 3.3 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. 3.4 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. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor, the "Safety Record Questionnaire", and the Contractor's Experience Modification Ratio (EMR). The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Five (5) points of the overall points for this criteria are based on the Experience Modification Ration (EMR) and supporting documentation submitted by the contractor. 4.1.3.1 The lowest EMR of all the proposals becomes the standard by which all the EMRs are evaluated. One at a time, each proposal is evaluated by taking the lowest EMR and dividing it by the EMR of the proposal being evaluated. That fraction is then multiplied by 5 for the EMR score. For example: (Lowest EMR/Current EMR) x 5 = EMR Score portion of this criteria) 4.1.3.2 Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. 4.1.4 For the remaining portion of this criteria, each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed 4.1.5 The "Contractor's Statement of Qualifications" is a minimum. 4.1.5.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.6 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 4.1.7 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. 4.1.8 Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $160,000.00. 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. 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. 5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the offeror, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/ and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the offeror fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 7. PROPOSAL PREPARATION COSTS 7.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. https:Hlubbocktx.fzovga.us/WEBAPP/ rs/(S(quiyirflbtihahjnyicefzMcs))/SupportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pages/public-information-act 9. LICENSES, PERMITS, Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The offeror 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. 11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 11.3 It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: hqps://www.ethics.state.tx.us/forms/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_ info_forml295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 14. PLANS FOR USE BY OFFERORS 14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 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. 17. MATERIALS AND WORKMANSHIP 17.1 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. 18. PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to a maximum of 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 19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror 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 offeror. (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 21.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24. CONTRACTOR'S REPRESENTATIVE 24.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26. LABOR AND WORKING HOURS 26.1 Attention of each offeror 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 offeror's 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 offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 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 schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 29. PREPARATION FOR PROPOSAL 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. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror'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 offeror for his inspection in accordance with the Notice to Offerors. 30.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31. OUALIFICATIONS OF OFFERORS 31.1 The offeror 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 offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror 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 offeror. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32. SELECTION 32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 32.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 32.4In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 32.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 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. 34. PROTEST 34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 35. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: & 17 - Zz::>ZI PROJECT NUMBER: R.FP 21-16023-I{M Abernathy Gatehouse Renovations Proposal of ��1�1�, n �-Ze1r1QY�aA ot� /�(' k-. rLC�'vu(, . LLG . (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Abernathy Gatehouse Renovations having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME. 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: av (to Final Completion) (90 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and final completion within 90 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal subm tied as a guarantee that offeror will enter into a contract, _ obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. City of Lubbock RFP 21-16023-KM Price Proposal Form Johnson General Contractors Group, LLC Vendor/Description Lump Sum #0-1 - Exterior Construction: Base bid consists of the materials and labor for the necessary improvements for the above referenced project, as specified herein. Reseal all masonry joints around doors, windows, skylights, site joints and penetrations. Replace 15 windows and frames. Apply elastomeric coating to exterior walls. Johnson General Contractors Group, LLC $74N0.00 #0-2 - Interior Construction: Repair and or replace interior materials as specified in scope of work. Johnson General Contractors Group, LLC 37,700.00 Total $112,600.00 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of � � „� � , n Dollars ($ u�h 't is agreed shall be collected an etained by the Owner as liquidated da ges in the eve�the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. ISGC D SCa� (Seal ir�Ction) ATTEST:PM Secretary 6z Offeror acknowledges receipt of the following addenda: Addenda No. �_ Date 91,21zoold Addenda No. 2 Date t / Addenda No. �_ Date Addenda No. Date Date: $ 17 *Imp Aut oPro ze deignature 'vi�h �o h It-Sv tJ (Printed or Typed Name) -4ph&,00Q &ev) C rasco A�k�.c.�rc�ro rv� mew Company Address LU c.2bn&L- , (JIU-I" . city County State Zip Code Telephone: Fax: Email. ki QlAft o . CO,rx. FEDE AX ID or SO IAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) 2 INSURANCE REQUIREMENTS I, 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. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub-recipients.must certify that their. organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) "Boycott Israel' means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. Agreement Example Review This sample Agreement has been reviewed and ( V�is acceptable ( ) is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company Name• ,o�nf►�'V h �r►er�oeQ- �r`�ra•+#a� �du�� `LI..� Signed By: Print Name and Title: —r'�u Date: 9— 1 Z- U 2A Endurance Endurance American Insurance Company Know all men by these presents: That we, the 3407 40TH STREET, LUBBOCK, TX 79413 WWI undersigned JOHNSON GENERAL CONTRACTORS GROUP, LLC and Endurance American Insurance Company Delaware corporation (hereinafter the City of Lubbock , as Principal (hereinafter the "Principal"), 1221 Avenue of the Americas, 18th FI, New York, NY 10020 , a "Surety"), are held and firmly bound unto , (hereinafter the "Obligee") in the penal sum of 5% OF AMOUNT BID $ 5,70 d 6d for the payment of which sum the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. Whereas, the Principal has submitted a bid for RFP 21-16-23-KM Abernathy Gatehouse 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 materials furnished in prosecution thereof, or in the event of the failure of the Principal to enter into 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 reasonably 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. The liability of the Surety hereunder shall in no event exceed the lesser of: (a) the penalty hereof; or (b) the difference between the amount specified in the Principal's bid and any larger amount for which the Obligee reasonably contracts with another party to perform the work specified in the Principal's bid. Signed and sealed this 17th day of August 2021 (SEAL) Principal: JOHNSON GENERAL CONTRACTORS GROUP, LLC its y z%HIJ By: —'— ��/� — Dry 0 e /L Name & Title: TROY JGOKSON i Sure ,ty—f' duranc`e American Insurance Company By: Name: Kirk!Killough, ATTORNEY IN FACT (Attorney -in -Fact) Endurance American Insurance Company Page 1 of 1 SUR 0205 0716 Policyholder Notice TEXAS - IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una You may call the company's telephone number for queja: information or to make a complaint at: Usted puede Ilamar al numero de telefono de la compania para informacion o para someter una queja al: 1-877-676-7575 You may write the Company at: Endurance American Insurance Company Attention: Surety 1221 Avenue of the Americas, 18th Floor New York, NY 10020 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance PO Box 149104 Austin, TX 78714-9104 FAX# (512) 490-1007 Web: http://www.tdi. texas.gov E-mail: ConsumerProtection@tdi. texas.gov 1-877-676-7575 Usted tambien puede escribir a: Endurance American Insurance Company Attention: Surety 1221 Avenue of the Americas, 18th Floor New York, NY 10020 Puede communicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi. texas.gov E-mail: ConsumerProtection@tdi. texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene dispute concerning your premium or about a claim una disputa concerniente a su prima o a un you should contact the company first. If the dispute reclamo, debe comunicarse con la compania is not resolved, you may contact the Texas primero. Si no se resuelve la disputa, puede Department of Insurance. entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This notice UNA ESTE AVISO A SU POLIZA: Este aviso es solo is for information only and does not become a part para proposito de informacion y no se convierte en or condition of the attached document. parte o condicion del documento adjunto. ENDURANCE AMERICAN INSURANCE COMPANY 090 POWER OF ATTORNEY 21[f m ad9Ken by these ('resent, that ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware corporation (the "Corporation"), with offices at 750 Third Avenue, New York, NY 10017, has made, constituted and appointed and by these presents, does make, constitute and appoint KIRK KILLOUGH, ALICIA GRUMBLES, TRACY L. MILLER, MITCHELL JENNINGS, JAMES R. REID, CAREY BRENT AYCOCK, DAWN TAYLOR, AARON ENDRIS, MARY ELLEN MOORE, TRICIA BALOLONG its true and lawful Attorney(s)-in-fact, at LUBBOCK in the State of TX and each of them to have full power to act without the other or others, to make, execute, seal and deliver for and on its behalf bonds, undertakings or obligations in surety or co -surety with others, also to execute and deliver on its behalf renewals, extensions, agreements, waivers, consents or stipulations relating to such aforesaid bonds, undertakings or obligations provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Corporatiori'for any portion of the penal sum thereof in excess of the sum of TWENTY MILLION Dollars ($20,000,000). Such bonds and undertakings for said purposes, when duly executed by said attorneys) -in -fact, shall be binding upon the Corporation as fully and to the same extent as if signed by the President of the Corporation under its corporate seal attested by its Corporate Secretary . This appointment is made under and by authority of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July, 2011, a copy of which appears below under the heading entitled 'Certificate". This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st dayof July, 2011 and said resolution has not since been revoked, amended or repealed: RESOLVED, that in granting powers of attorney pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July, 2011 the signature of such directors and officers and the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile , and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF. the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 7th day of June, 2017 at New York, New York. (Corporate Seal) ENDURANCE AMERICAN INSURANCE COMPANY ATTEST—q,� By RICHARD M. APPEL, SENIOR VICE PRESIDENT BRIAN BEGGS, EXECUTIVE VICE PRESIDENT STATE OF NEW YORK ss: MANHATTAN COUNTY OF NEW YORK On the 7th day of June, 2017 before me personally came BRIAN BEGGS to me known, who being by me duly sworn, did depose and say that (s)he resides in NEW YORK, NEW YORK that (s)he is a EXECUTIVE VICE PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that (s)he knows the seal of said Corporation; thatthe seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation , and that (s)he signed his (her) Qafne thereto by like order. (Notarya�Sef%' INO. N A, �. � : 614�53��94t Ij1Vj 4J • QI1Dt4lFl�b lK %Elq gORX cot;,., ., Nicholas James Benenati, Notary Public - My Commission Expires CnI00, >rx CERTIFICATE 7;2rt9 ,•.� STATE OF NEW YORK , F ai . I-R-ss: MANHATTAN COUNTY OF WESTCHESTER I, CHRISTOPHER SPARRO the PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware Corporation (the "Corporation"), hereby certify: 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked , amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney , and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on 21st day of July, 2011 and said resolutions have not since been revoked, amended or modified: "RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds , undertakings or obligations in surety or co -surety with others and to execute and deliver for and on behalf of the Corporation renewals, extensions, agreements, waivers, consents or stipulations relating to such aforesaid bonds, undertakings or obligations: RICHARD M. APPEL, BRIAN BEGGS And be it further RESOLVED, that each of the individuals named above is authorized to appoint attorneys -in-fact for the purpose of making, executing, sealing and delivering bonds, undertakings or obligations in surety or co -surety for and on behalf of the Corporation " 3. The undersigned further certifies that the above resolutions are true and correct copies of the reolions as //spp��r��ecorded and of the whole thereof . IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this _f_day of I 1 6 , 202111 . (Corporate Seal) tr§V* CHRISTOPHER SPARRO, PRESIDENT Any reproductions are void. �'- _f%t,•irur`i"•• •• Primar Surety Claims Submission: sure bondclaim som _ r y y ty s@ po-inll.com Surety Claims Hollins: 877-676-7575 Mailing Address: Surety Claims Department, 750 Third Avenue —10th Floor, New York, NY 10017 Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers users of similar size and scope of work. Please do not use the City of Lubbock. Government/ Company Name: Address: Contact REFERENCE ONE erson and Title: aoerny s '. �. Phone: E�ro& 1&7,---Ilql Fax: So& REFERENCE TWO Government/ Company Name: Co%, Address: O 60 *g IAjZP.�A-' iJ4�.' i61l C. U.P.-U Person4%;Jw &- � �, Contact- Phone: Fax: ernAd t *-CDYI rt. REFERENCE THREE Government/ Company Name: �nh ��� CDY� rn\� Page Intentionally Left Blank Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As noSr Business Address of Principle Office F Telephone Numbers Main Number arpZ - Fax Number / Web Site Address CO vv' Form of Business (Check One) Corporation A Partnership An Individual If a Corporation Date of Incorporation 2015" State of Incorporation j- S Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name 'TQp Date of Organization State whether partnership is general or limited Name Business Address all individuals not previously nained.which exert a significant amount of business control over the organizationIdentify v a, 7o J Indicators of Organization Size Average Number of Current Full Time Average Estimate ofRevenue forthe S+ Employees Current Year Contractor's Organizational Experience r-. Organization Doing Business As D r( Business Address of Regional Office Name of Regional Office Manager Telephone Numbers Main Number ?jZ /4 Fax Number Web Site Address p yrt Organization History List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Orga ' on From Date To Date WI-MAV List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Years experience in projects similar to the proposed project: As a General Contractor As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? If yes provide full details in a separate attachment See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? 0 If yes provide full details in a separate attachment See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local state, or federal agency within the last five ears? ` , N O If yes provide fall details in a separate attachment See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? �� If yes provide firll details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? , }p A If yes provide full details in a separate attachment See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As 90- �IJr 0 RP i Proposed ProjectOrganization Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. pFtGlCe A nq�e�bPin of-)'Yt4naaeFt. Cdre�j,P�rL3au Pro � �,� s e.� �QrVezr - �De r, •� ��t a.�n� J Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. /� L Wolf Jotns�n - �r► �Gz �atn03e rn e» Cory ��a� - 1�r�J c� /?larva n , &t r✓etr t_r PersonnelExperience of Key Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager arse 49 A+r vA t'�D 4>Gb1 Project Superintendent r p Project Safety Officer ,r 44 VZ7)) A30.,) -L a7 Quality Control Manager ASQk If key personnel are to fulfill more than one of the roles listed above, p de a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Gorgep Years of Experience as Project Manager .- Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions p t- Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date LA RJO s s r Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name e4z.it Name % r �S Title/ Position Title/ Position Organization Organization Telephone s, Tel hone E-mail owds *-AA Project o'ect Candidate role on Project �Q Candidates role on Project Alternaten... �J�Q / -UU3 Name of Individual Years of Experience as Project Manager t Years of Experience with this organization Number of similar projects as Project Manager p Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name i r's Name Title/ Position W C 2 Title/ Position Organization fft Ina Organization Telephone, Telephone E-mail 1.it Project Project Candidate role on Project () Candidate role on Project v V `1ow%c Proposed Project Superintendent Organization Doing Business As CandidatePrimary Name of Individual Q L Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions it 040 IF - Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Laubwcl ZoZZ , 1 Reference Contact Information (listingpLmes indicates ap al to contacting the names individuals as a reference Name ! Name b CLMA v Title/ Position /L Title/ Position q Or anization RIA9111P IiW Organization 1 Telephone Telephone E-mail Project 3 Project Candidate role on Project ( 1 1/J {'n Candidate role on e»n\ ProjecAlternate t }P Candidate Name of Individual n��7 Years of Experience as Project Superintendent •� Years of Experience with this organization Number of similar projects as Superintendent 20 4- Number of similar projects in other positions (n Fj + Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date (12 ILLA fit, LO 31.&47c,% Reference Contact Name Information (listing names indicates approval r to contacting the Name names individuals as a reference) r1 aV Title/ Position a r-t Title/ Position it - Organization Organization it Jr - Telephone 3 Telephone y E-mail mail Project VLJA Project 1J Candidate role on Project Candidate role on Project Lklr-- Proposed Project Safety Officer Organization Doing Business As Sp �tbcn h r� S y. CandidatePrimary Name of Individual Cy r Q'i, A n S 0-) Years of Experience as Project Safety Officer �- Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions DO'f` Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date n ZZ /D �s-1-Zozl Reference Contact Information listin -names indicates ap oval to contactingthe names in ' 'duals as a reference Name Name C-01 a Title/ Position A— Title/ Position Or tion �a Organization � Tel hone Telephone o 7 4(0 4 E-mail E-mail La>iQ� � Project Project Candidate role on Project O -Q, C�_ fjyJ `� `xt /� IQl1 Y Candidate role on Project Alternatend.. Name of Individual it a o v Years of Experience as Project Safety Officer z� Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions V00 t Cur ent Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date ZbZ- r Name Mad �k Name Title/ Position Title/ Position V -m Organization Organization Telephone - 4 3 Tele bone S,o 3 7-9 E-mail IALmail Project $ .. L.C3 Project Candidate role on Project Candidate role on Project M ram' T,Tl�� I At-i= Proposed Project Quality Control Manager Organization Doing Business As CandidatePrimary (,k� Name of Individual Years of Experience as Quality Control Manager } Years of Experience with this organization Number of similar projects as Quality Manager -- Number of similar projects in other positions VQD Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date J CO - Zo zz LIAW Cow s n 21 Reference Contact Information_(listingparnes indicates ap val to contacting the names individuals as a reference Name er s Name 1 Title/ Position Title/ Position Organization Organization Telephone 'Z Telephone 1-71 E-mail E-mail Project ^r Project Candidate role on /�_ } Project CandidateAlternate Name of Individual Candidate role on Prole L co 2e9 0 Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date n sb Reference Contact Information (listing names indicates approval to contacting the Name names individuals as a reference) L,kr iS Name L Title/ Position _ Title/ Position r Organization a Organization Telephone Tele hone E-mail t Project S Project Candidate role on Project Candidate role on Project U - .J ?Ci , C00, 10"0- . CD ^ a.AL Contractor's Project Experience and Resources Organization Doing Business As S Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Partici ation Goal Equipment Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will Lease fZ Division of Work between Organization and Subcontractor What work will a organization complete using its own resources? -pim04 , s (.�? M► / f rt(� What work does the organization propose to subcontract on this prcject9 ,:fe ,Ca1,J'YI &n"1, S.©,&�cg Zns4i0y,'T Wig, wry Contractor's Subcontractors and Vendors Organization Doing Business As �fsplj rter�� !1 D L Project.. Provide a list of subcontractors that will provide more than 10 vercentof the work axed on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm /f_ eS T s t� fn Provide information on the proposed key personnel, project experience and a description of past relationship and work ex erience for each subcontractor listed above using the Project Information Forms. Equipment•. Provide a list of major equipment o osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/1v1 WBE Firm �' cam Hans s A ,� C�SSr�rfa �-- S 10 Attachment A Current Projects and Project Completed within the last 10 Years IMMMMII • , : I n 1 1 ' • : 1 III' • • : : 1 : ti '- • : I11'ti II Itil I :111 • II Y:I 1 1 :III' �. •�✓�� _� L.• I�� �.'�� I II I.: I 11 . :I; 1 III 111 r Y _ -- • ,n1 At Aar ala!1-ne_•tl u: .4_ i !�• ' , : . • 1 �a� • . :.. : Ilt' 7 a 'If --,% 0177.113 .I • I 1 • 1 : I : ! - _A • • : I I \•' 1 1' I 1 ' 11 ! 11 Y ! 1 I 1 1 �\•mil•. // �� t it IY' I, a . • I:I 1 111 :11::� MWI Alle.� 11 •0.4 on Na Ley 4009 ,PC.r-. cq b('W' . Fla .tQN Attachment B Prnieet information Project Owner I P I Project Name r General Description of Project e. r Q BudgetProject n. Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 4.9— rYl Notice to Proceed 2 •• j) Zp Zp Change Orders ip 0'/ , Contract Substantial Completion Date at Notice to Proceed Z • Ze -ya 7i Owner Enhancements Contract Final Completion Date at Notice to Proceed 2) ?- Unforeseen Conditions Change Order Authorized Substantial Completion Date 7 • e • Zn7.t Design Issues Change Order Authorized Final Completion Date ze, - 2OZ4 Z Total Actual / Estimated Substantial Completion Date // - 22 • = Final Cost ] Actual / Estimated Final Completion Date • ZOLi 3 Key Project Project Manager Project Sup Safety Officer Quality Control Manager Name r m .j A-9-- v n5v Percentage of Time Devoted to the Project 2p 1 '• p Proposed for this Project Z• %, r[ Sal. Did Individual Start and Complete the Project? C S e 5 If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Organization Telephone E-mail Name Titl lo-n Owner n %S, l DOT/� rvr6 Designer y- 1111 Pr tr• v/ S O Construction Manager , �p Suretu Are Issues / Disputes Resolved or Pending Resolution by Arbitration, Litigation Total Amount involved in p Resolved Issues or Dispute 0 Revie-,. Boards Number of Issues Total Amount Pending n Resolved Issues involved in Number of Issues Resolved 12 CQT City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State .Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: UESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? / YES NO ✓/ If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO�� If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your conpany's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rej ected. Signature v U34PLR Title PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Qs as,Lie. m G`a Ss ❑ �/ 2. 4&A,,VWle,rie ❑ �- 3. / /�'2 !/ 4. e ❑ t� 5. I&AC ° 6. 7. 8. ° ° 9. ° ° 10. ❑ ❑ 11. ° ° 12. ° ° 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ° ° THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (PRINT NAME OF COMPA ) Pate Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Company Name Location Services Provided ,A., # a C7 lab I - f � I Cwt " �.Aj it'. e IA ."'Ori. OF M - WVA4& Minority Owned Yes No ❑ r!' ❑ � ❑ �---_ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ SUBMITTED BY: 50Aasv,2��enereL'�Onta�ruk„rs�n,,,� � (PRINT�NAME OF COMPANY) � s THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 21-16023-KM Abernathy Gatehouse Renovations Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank BOND ##EAI C090000152 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 Johnson General Contractors Group, LLC. (hereinafter called the Principal(s), as Principal(s), and ENDURANCE AMERICAN INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Hundred Twelve Thousand and Six Hundred Dollars ($112,600) 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 28th day of September, 2021, to REP 21-16023-KM Abernathy Gatehouse Renovations and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 28TH day of SEPTEMBER 2021. ENDURANCE AMERICAN INSURANCE COMPANY Surety i (Title) DAWN TAYLOR, ATTORNEY IN FACT JOHNSON GENERAL CONTRACTORS GROUP (Company Name) By: TROY JOHNSON (Printed Name) (Signakdr"e') (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates KIRK KILLOUGH 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. ENDURANCE AMERICAN INSURANCE COMPANY Surety By: (Title) DAWN TAY LO R, ATTORNEY IN FACT Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank PERFORMANCE BOND Pate Intentionally Left Blank BOND #EAIC090000152 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 Johnson General Contractors Group, LLC. (hereinafter called the Principal(s), as Principal(s), and ENDURANCE AMERICAN INSURANCE COMPANY (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Hundred Twelve Thousand and Six Hundred Dollars ($112,600) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28 th day of September, 2021, to RFP 21-16023-KM Abernathy Gatehouse Renovations and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 28TFday of SEPTEMBER , 2021. ENDURANCE AMERICAN INSURANCE COMPANY Surety G1 y.X, (Title) DAWN TAYL R, ATTORNEY IN FACT JOHNSON GENERAL CONTRACTORS GROUP (Company Name) $y; TROY JOHNSON (Printed Name) (SignaturC)4 t21 (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates KIRK KILLOUGH 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. ENDURANCE AMERICAN INSURANCE COMPANY Surety (Title) DAWN TAYLOR, ATTORNEY IN FACT Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 Pate Intentionally Left Blank ENDURANCE AMERICAN INSURANCE COMPANY 090 POWER OF ATTORNEY Know aff Men by tFiese (Present, that ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware corporation (the "Corporation"), with offices at 750 Third Avenue, New York, NY 10017, has made, constituted and appointed and by these presents, does make, constitute and appoint KIRK KILLOUGH, ALICIA GRUMBLES, TRACY L. MILLER, MITCHELL JENNINGS, JAMES R. REID, CAREY BRENT AYCOCK, DAWN TAYLOR, AARON ENDRIS, MARY ELLEN MOORE, TRICIA BALOLONG its true and lawful Attorneys) -in -fact, at LUBBOCK in the State of TX and each of them to have full power to act without the other or others, to make, execute, seal and deliver for and on its behalf bonds, undertakings or obligations in surety or co -surety with others, also to execute and deliver on its behalf renewals, extensions, agreements, waivers, consents or stipulations relating to such aforesaid bonds, undertakings or obligations provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Corporation for any portion of the,penal sum thereof in excess of the sum of TWENTY MILLION Dollars ($20,000,000). Such bonds and undertakings for said -purposes, when duly executed by said attorneys) -in -fact, shall be binding upon the Corporation as fully and to the same extent as if signed by the President of the. Corporation under its corporate seal attested by its Corporate Secretary . This appointment is made under and by authority of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July, 2011, a copy of which appears below under the heading, entitled "Certificate". This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July, 2011 and said resolution has not since been revoked, amended or repealed: RESOLVED, that in granting powers of attorney pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July, 2011 the signature of such directors an officers and the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile , and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 7th day of June, 2017 at New York, New York. (Corporate Seal) ENDURANCE AMERICAN INSURANCE COMPANY ATTEST t F: B y RICHARD M. APPEL, SENIOR VICE PRESIDENT BRIAN BEGGS, EXECUTIVE VICE PRESIDENT STATE OF NEW YORK ss: MANHATTAN COUNTY OF NEW YORK On the 7th day of June, 2017 before me personally came BRIAN BEGGS to me known, who being by me duly sworn, did depose and say that (s)he resides in NEW YORK, NEW YORK that (s)he is a EXECUTIVE VICE PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that (s)he knows the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation , and that (s)he signed his (her) name thereto by like order..;: (Notarial Seal) 'ru; ssH Nicholas James Benenati, Notary Public - My Commission Expires 12/0712019 '. CERTIFICATE STATE OF NEW. YORK M-• ss: MANHATTAN COUNTY OF WESTCHESTER I, CHRISTOPHER SPARRO' the PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware Corporation (the "Corporation"), hereby certify: 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked , amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney , and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on 21st day of July, 2011 and said resolutions have not since been revoked, amended or modified: "RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds , undertakings or obligations in surety or co -surety with others and to execute and deliver for and on behalf of the Corporation renewals , extensions, agreements, waivers, consents or stipulations relating to such aforesaid bonds, undertakings or obligations: RICHARD M. APPEL, BRIAN BEGGS And be it further RESOLVED, that each of the individuals named above is authorized to appoint attorneys -in-fact for the purpose of making, executing, sealing and delivering bonds, undertakings or obligations in surety or co -surety for and on behalf of the Corporation." 3. The undersigned further certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof . IN WITNESS WHEREOF, I have hereunto ;set my hand and affixed the corporate seal this 28th day of September 20 21 (Corporate Seal) �L Yet �°" i 7�,s.q��.laPv, ' "s•,��'�Qy� �'7. ^� �6y `� t 4v.`r` "��,� �,} ; CHRISTOPHER SPARRO, PRESIDENT x` Any reproductions are void. r E % Primary Surety Claims Submission: suretybondclaims@sompo-intl.com Surety Claims Hotline: 877-676-7575 Mailing Address: Surety Claims Department, 750 Third Avenue —10th Floor, New York, NY 10017 aZ � Policyholder Notice TEXAS - IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una You may call the company's telephone number for queja: information or to make a complaint at: Usted puede Ilamar al numeeo de telefono de la compania para informacion o para someter una queja al: 1-877-676-7575 You may write the Company at: Endurance American Insurance Company Attention: Surety 1221 Avenue of the Americas, 18th Floor New York, NY 10020 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance PO Box 149104 Austin, TX 78714-9104 FAX# (512) 490-1007 Web: http://www.tdi. texas.gov E-mail: ConsurnerProtection@tdi. texas.gov 1-877-676-7575 Usted tambien puede escribir a: Endurance American Insurance Company Attention: Surety 1221 Avenue of the Americas, 18th Floor New York, NY 10020 Puede communicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi. texas.gov E-mail: Cons umerProtection@tdi. texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene dispute concerning your premium or about a claim una disputa concerniente a su prima o a un you should contact the company first. If the dispute reclamo, debe comunicarse con la compania is not resolved, you may contact the Texas primero. Si no se resuelve la disputa, puede Department of Insurance. entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This notice UNA ESTE AVISO A SU POLIZA: Este aviso es solo is for information only and does not become a part para proposito de informacion y no se convierte en or condition of the attached document. parte o condicion del documento adjunto. CERTIFICATE OF INSURANCE Pate 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 f 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. Injury $ ❑ 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 Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos 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 $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE 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. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. 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 be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. Pate Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 16023 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this _ day of , 2021 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 Johnson General Contractors Group, LLC. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 21-16023-KM Abernathy Gatehouse Renovations and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to famish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Johnson General Contractors Group, LLC.'s proposal dated August 17, 2021, is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this Texas in the year and day first above written. CONTRACTOR: CITY CIF L Johnson General Contractors Group, LLC By: By: PRINTED N E: TITLE: Q COMPLETE ADDRESS: Johnson General Contractors Group, LLC 3407 401h St Lubbock, TX 79413 ATTEST: Corporate Secr ary Daniel M. Pope, in Lubbock, Lubbock County, (OWNER): ATTEST: AdJA Rebec t Garza, City Sec APPROVED AS TO CONTENT: [[� (Omyl— Facilities Management Name (Printed) Date M TO FOB�M: K lli Leisure, Assistant City Attorney Pate Intentionally Left Blank NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY A S.0 -W being first duly sworn, on his/her oath, says that the bid above submitted il a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham , or any other person or corporation to refrain from a statement of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. l (_n" —'s Name Signature Title Subscribed and sworn to Notary My me this day of l 2021 yp MY LINDA GARCIA Notary Public, State of Texas Comm. Expires 09-05-2023 ,,,�� Notary ID 13216964-3 NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION 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 Johnson General Contractors Group, LLC 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 Rodney Unrein, Project Manager, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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 will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 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 will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. it. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons 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 workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 4 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor ftom its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be 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 workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a 0 requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether 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. 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. 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. 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 $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Med Exp (Any one Person) B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED E. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor 8 and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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; 9 G (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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. 10 (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site 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: 11 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state.t--us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: G) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 12 (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the 13 Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $2,000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $2,000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 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 in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 15 proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's 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 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. 16 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: (i) in the event the total value of the contract is five million dollars or more, 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; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. 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 fifteen (15) calendar 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. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. 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 17 otherwise. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of five years from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner 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 18 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 persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinbbove 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. 19 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 be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 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 20 obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) 21 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. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 22 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: hlWs:Hci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Vendors/Contractors/Providers must be in compliance with the provisions of §2252.152 and §2252.153 of the Texas Government Code, which states in part, contracts with companies engaged in business with Iran, Sudan, or Foreign Terrorist Organizations are prohibited. A governmental entity may not enter into a contract with any company listed on the Comptroller of the State of Texas website identified under Section 806.051 or Section 2253.253, which do business with Iran, Sudan or any Foreign Terrorist Organization. By submitting a signed response to this request, contractor verified to Lubbock County that it is not on any such list. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 The Contractor warrants that it complies with Chapter 2271.002 of the Texas Government Code by verifying that: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. Pursuant to Section 2271.002, Texas Government Code: (1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 23 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 24 CITY OF LUBBOCK WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters -Acoustical Ceiling Installation 16.00 Carpenter -Rough 13.00 Carpenter -All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers -Carpet and Resilient 18.00 Floor Layers -Specialty 18.00 Floor Layers -Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers -Mechanical 12.00 Irrigator -Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender -Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator -Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 Crane, Lattice Boom 80 Tons or Less 30.00 Loader/Backhoe 18.00 Roller/Other 15.00 Welder Certified/Structural Steel Weld 25.00 EXHIBIT C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standard Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank REVISED Project Manual for BUILDING ENVELOPE REPAIR PROJECT WEST TEXAS REGIONAL DISPOSAL FACILITY ����P�E OF TEx�s�11 �•fAN +{o��s'3 cENSVN4w 02-19-2020 Armko Industries, Inc. Texas Registered Engineering Firm F-006498 V z cd LU A KO z M 2807 74t" Street, Ste. 3a Lubbock, TX 79423 Tel 806 833-6953 Fax 806 833-8539 GATE HOUSE BUILDING Ikki F4 4 Oro 01 f lubbc'otyOck February 19, 2020 Project Number 20-1062-48 Set Number 00010 TABLE OF CONTENTS LIST OF SPECIFICATIONS DIVISIONS AND SECTIONS DIVISION 00 BID DOCUMENTS NO. OF PAGES 010 Table of Contents 1 DIVISION 01 GENERAL NO. OF PAGES 070 Architectural Abbreviations 4 100 General Requirements 8 322 Photographic Documentation 2 330 Submittals and Substitutions 6 DIVISION 02 SITE CONSTRUCTION Not Used DIVISION 03 CONCRETE NO. OF PAGES 360 Concrete Polishing System 4 DIVISION 04 MASONRY NO. OF PAGES 815 Through -Wall Flashing System 8 DIVISION 05 METALS Not Used DIVISION 06 CARPENTRY NO. OF PAGES 100 Rough Carpentry 7 DIVISION 07 THERMAL AND MOISTURE PROTECTION NO. OF PAGES 920 Sealants and Caulking 6 DIVISION 08 DOORS & WINDOWS NO. OF PAGES 511 Aluminum Windows 5 DIVISION 09 FINISHES NO. OF PAGES 250 Gypsum Drywall Construction 4 900 Painting and Finishes 7 963 Elastomeric Wall Coating Specification 3 DIVISION 10 thru 17 Not Used SECTION 01070 ARCHITECTURAL ABBREVIATIONS AND SYMBOLS PART 1 - GENERAL 1.01 SCOPE A. Various abbreviations and symbols used in the drawings and specifications. 1.02 QUALITY ASSURANCE A. In case of conflict between abbreviations, or between abbreviations and symbols, most stringent requirement shall govern. B. Submit conflicts to Architect for clarification. PART2-PRODUCTS 2.01 SCHEDULE OF ABBREVIATIONS AND SYMBOLS ABV Above BUR Build-up Roof AFF Above finish floor BBD Bulletin Board ACOUST Acoustical ADD Addendum ADH Adhesive CAB Cabinet ADJC Adjacent CAD Cadmium ADJ Adjustable CPT Carpet (ed) AGG Aggregate CS Carpet strip A/C Air Conditioning Cl Cast Iron AHU Air Handling Unit CLG Ceiling ALT Alternate CHT Ceiling Height ALUM Aluminum CEM Cement ANOD Anodized CER Ceramic APPROX Approximate CT Ceramic tile ARCH Architect/Architectural CM -TILE Ceramic mosaic tile ASPH Asphalt CHBD Chalkboard @ At CIR Circle AUD Auditorium CLR Clear dimension CLST Closet BSMT Basement CFMF Cold Formed Metal Framing BM Beam CR Cold rolled BRG Bearing COL Column BEL Below COMP Compress(ed)(ion)(ible) BFF Below finish floor CONC Concrete BM Bench Mark CMU Concrete Masonry Unit BET Between CONST Construction BIT Bituminous CONT Continuous BLK Block CJ Control Joint BLKG Blocking CORR Corridor BD Board CFL Counterflashing BW Both Ways CRS Course(s) BOT Bottom CFT Cubic Foot ARCHITECTURAL ABBREVIATIONS AND SYMBOLS 01070 - 1 BRK Brick CY Cubic Yard BLDG Building DMPF Dampproofing GYP.BD. Gypsum Board DEM Demolish, Demolition GVL Gravel DEPT Department GB Grab Bar D Depth GL Glass, Glazing DIA Diameter GALV Galvanized DIM Dimension GA Gage, Gauge DR Door DWL Dowels HC Handicapped DN Down HDW Hardware DS Downspout HDWD Hardwood DWR Drawer HTG Heating DWG Drawing HVAC Heating/Ventilation/AC DF Drinking Fountain HT Height HM Hollow Metal EA Each HORIZ Horizontal E East HB Hose Bibb ELEC Electrical HWH Hot Water Heater EWC Electric Water Cooler HR Hour ELEV Elevation/elevator EOD Emergency overflow drain INCAND Incandescent EOS Emergency overflow scupper IN Inch EPO Emergency Power Off INCL Include (d) (ing) EQ Equal INSTRU Instruments EQUIP Equipment INSUL Insulation EST Estimate INT Interior EXH Exhaust INTM Intermediate EXIST Existing INV Invert EJ Expansion Joint EXP Exposed JAN Janitor EXT Exterior JT Joint EIFS Exterior Insulation and Finish JF Joint Filler System JST Joist FB Face Brick KPL Kick plate FO Face of KIT Kitchen FOF Face of Finish FOM Face of Masonry LAB Laboratory FOS Face of Studs LAD Ladder FIN Finish (ed) LAM Laminated FIN FL Finish Floor LAV Lavatory FE Fire Extinguisher LICLG Lay -in ceiling FEC Fire Extinguisher Cab. LH Left Hand FECR Fire Extinguisher Cab. Rated L Length FHC Fire Hose Cabinet LT Light FVC Fire Valve Cabinet LTWT Light weight FLG Flashing LOC Location FLX Flexible LVR Louver FL Floor LPT Low Point FD Floor Drain FLUOR Fluorescent MFD Manufactured FS Federal Specification MFR Manufacturer ARCHITECTURAL ABBREVIATIONS AND SYMBOLS 01070 - 2 FT Foot/feet MH Manhole FTG Footing MAS Masonry FR Frame MO Masonry Opening FUT Future MATL Material FUR Furring MAX Maximum FURR-DN Furrdown MECH Mechanical MED Medium MEMB Membrane REM Remove MTL Metal REQ'D Required MIL Thousandth inch RET Return MIN Minimum R/A Return Air MIR Mirror REV Revision, Revised MISC Miscellaneous ROW Right of Way MT Mount (ed)(ing) RD Roof Drain MULL Mullion RFH Roof Hatch RM Room NIL Nailable RO Rough Opening NAT Natural NRC Noise Reduction Coefficient SCHED Schedule NOM Nominal dimension SNT Sealant N North SECT Section NIC Not in Contract SHTH Sheathing NTS Not to Scale SHT Sheet NO Number SIM Similar SKL Skylight OBS Obscure SL Sleeve O.C. On Center SC Solid Core O.C.E.W. On Center Each Way SCWD Solid Core Wood Door OPNG Opening S South OPP Opposite SPK Speaker OPP.HAND Opposite Hand SPCL Special OA Overall SPEC Specification OH Overhead SPKLR Sprinkler SQ Square PTD Painted SS Stainless Steel PR Pair STD Standard PNL Panel STL Steel PAR Parallel STOR Storage PKG Parking STRUC Structure, structural PART'N Partition SUSP Suspended PVMT Pavement SYM Symmetr(y) (ical) PERIM Perimeter SYST System PLAS Plaster PLAS.LAM Plastic Laminate TKBD Tackboard P.LAM Plastic Laminate TKS Tackstrip PL Plate TEL Telephone PLUMB Plumbing TV Television Outlet PLBG Plumbing TEMP Temporary PLYWD Plywood TEMP.GL Tempered Glass PVC Polyvinyl Chloride TERR Terrazo PCF Pound per Cubic Foot THK Thick(ness) PSF Pounds per Square Foot THRESH Threshold PSI Pounds per Square Inch TA Toilet Accessories ARCHITECTURAL ABBREVIATIONS AND SYMBOLS 01070 - 3 PROJ Projection TOL Tolerance PROP Property T & G Tongue and Groove T.O.B. Top of Beam Q-TILE Quarry tile TC Top of Curb T.O.J. Top of Joist R Radius, riser T.O.SL. Top of Slab RE: Reference T.O.S. Top of Steel REFL Reflected TB Towel Bar REFR Refrigerator T Tread REG Register TYP Typical RCP Reinforced Concrete Pipe REINF Reinforcing UL Underwriter's Laboratories UNO Unless noted otherwise WC Water Closet UR Urinal WP Waterproofing WWF Welded Wire Fabric VB Vapor Barrier W West VNR Veneer W Width VERT Vertical W/ With VIN Vinyl W/O Without VCT Vinyl Composition Tile WG Wire Glass VWC Vinyl Wall Covering WD Wood WPT Working Point WH Wall Hung END OF SECTION 01070 ARCHITECTURAL ABBREVIATIONS AND SYMBOLS 01070 - 4 SECTION 01100 GENERAL REQUIREMENTS 1.01 DESCRIPTION OF WORK A. It is the intent of the specification that the new work will provide a watertight facility. The attached specifications describe the minimum acceptable standards of construction and finish. B. WEST TEXAS REGIONAL DISPOSAL FACILITY— GATE HOUSE BUILDING 1. Work shall include removal of existing sealant at all masonry control joints, masonry to metal joints around doors, site joints, vertical skylight panel joints and penetrations on exterior wall elevations as described in the project specifications. Contractor shall install all specified sealant and required accessories as per the project specifications. Contractor shall provide Owner with a five (5) year labor and materials warranty and a five (5) year manufacturer's material warranty. 2. Contractor is to remove the existing window units in their entirety. Contractor is to remove the existing seal, apron and install new window seal, apron (paint to match existing finish). Contractor shall provide new perimeter 40 mil flexible flashing around new aluminum window units. Contractor is to install new aluminum window units as specified, style, profile and color to match the existing windows. Contractor is to cut glass and install a half round ticket window detail in glazing panels as indicated on the drawings. 3. Contractor is to remove interior drywall as shown on the drawings and replace with new drywall materials with finish to match the existing wall system as specified. 4. Contractor is to remove existing VCT the (as noted on drawings) from the concrete floor as specified. Removal of adhesive residue, (salt & pepper) grind polish and seal with low sheen finish. 5. Work shall include an application of two (2) coats of elastomeric coating to plaster elevations of the building as described in the project specifications. Contractor shall install all specified sealant and required accessories as per the project specifications. Contractor shall provide Owner with a five (5) year labor and materials warranty and a five (5) year manufacturer's material warranty. 6. Contractor is to install a new mini -split outdoor unit and mini -split indoor unit as per the schedule on drawing R1.03 and indicated on the drawings. 1.02 CHANGES A. Changes to specifications and drawings will not be acceptable unless approved in writing by the Owner/Owner's Representative. 1.03 INSPECTION A. An inspection shall be made by a representative of the material manufacturer of the completed project to ensure that said project was installed in accordance with the manufacturer's specifications and illustrated details. Upon this approval of the project, the specified warranty or warranties shall be written. GENERAL REQUIREMENTS 01100 - 1 1.04 INDEMNIFICATION A. Successful proposer shall defend, indemnify and save harmless Owner and Owner's Representative and all of its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property arising out of the award of the contract or on account of any negligent act or fault of the successful proposer, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any Contractor which may result from Proposal and shall pay any judgment costs which may be obtained against Owner and Owner's Representative growing out of such injury or damages. 1.05 QUALITY ASSURANCE A. All work and materials hereinafter specified shall be best of kind described and, unless specified otherwise, shall be new and of best quality. The specified roofing system shall have been used successfully in the United States for a minimum of ten (10) years. B. All materials will be securely fastened in place in a watertight, neat and workmanlike manner. All workmen shall be thoroughly experienced in the particular class of work upon which employed. All work shall be done in accordance with these specifications and shall meet the approval in the field of the Owner's representative. Contractor's representative and/or job supervisor shall have a complete copy of specifications and drawings on job site at all times. C. Contractor shall plan and conduct the operations of the work so that each section started on one day is complete, details installed and thoroughly protected before the close of work for that day. D. Where any material is specified by proprietary name, trade name, name of manufacturer, generic name, or catalog number with the addition of such expressions as "equivalent as determined by Owner's Representative", it is understood that the material named is intended and no substitution will be allowed without written approval by the Owner's representative. E. Should a specified material not be available, a substitution shall require approval (in writing) of the Owner's representative and the roof system manufacturer issuing the warranty before being utilized on this project. F. Unless otherwise indicated, the materials to be used in this specification are those specified and denote the type, quality, performance, etc. required. All proposals shall be based upon the use of specified material. G. A Contractor who proposes to quote on the basis of an "equivalent as determined by Owner's Representative" alternate material or system shall submit to the Owner's representative the following information, at least ten (10) calendar days prior to scheduled proposal opening. Only one request for substitution will be considered for each material or system. When substitution is not accepted, specified product or system shall be used. 1. A five (5) gallon sample of any adhesive, coating, mastic, or sealant and a three foot by five foot (3' x 5') sample of any sheeting or rolled goods as may be specified. 2. A certificate from an accredited testing laboratory comparing the physical and performance attributes of the proposed material with those of the specified materials. GENERAL REQUIREMENTS 01100 - 2 3. A list of at least three (3) local jobs where the proposed alternate material was used under similar conditions and written documentation showing successful installation in the United States of similar size and scope for a minimum of ten (10) years. These jobs must be available for inspection by the Owner's representative. 4. In the event a substitution is acceptable by the Owner, all contractors shall be notified of the acceptable alternate within five (5) calendar days prior to proposal opening by Addenda. 5. During the course of work, the Owner's representative may secure from the containers at the job site, samples of the materials being used and submit the samples to an independent testing laboratory for comparison. If the results of the independent testing laboratory prove that the materials are not comparable and equal to the specified materials, the Contractor shall pay for the testing and the Owner reserves the right to reduce the amount of the proposal by twenty percent (20%) if all work has already been completed before the test results become known. If the contract work is not completed when the test results become known, the Owner shall impose a penalty in proportion to the amount of work already completed, and all remaining work shall be completed with the specified materials. H. Application of materials shall be in strict accordance with the manufacturer's recommendations. In the instance of a conflict between these specifications and those of the manufacturer, the most stringent shall take precedence. Roofing system manufacturer shall have approval for and shall meet Underwriter's Laboratory fire rating Class A. 1.06 PRE -CONSTRUCTION CONFERENCE A. A conference shall be scheduled by the Owner's representative and conducted at the work site prior to start of work. The Contractor's project supervisor or foreman and the Owner's representative shall attend. Job schedule, submittals, existing conditions, and specifications shall be reviewed and any questions arising shall be resolved to the satisfaction of all parties prior to start of work. Contractor shall begin work within five (5) calendar days following Owner's signing of contract and/or issuance of the written notice to proceed with work, weather permitting. 1.07 SUBMITTALS A. Upon receipt of Notice of Acceptance of this proposal, the Contractor shall submit the following items. All submittals shall be submitted to the Owner/Owner's representative within ten (10) calendar days of the date on the Notice of Acceptance and prior to the award of contract. 1. Contractor's executed insurance certificate. 2. Material manufacturer's approval/acceptance of the specifications and details as written or noted for this project, fastener pattern layout, insulation, fasteners and all related materials. 3. Contractor's executed payment and performance bonds as required. 4. Shop drawings of all perimeter, penetration and projection details, and sheet metal details approved by manufacturer, for Owner's approval if proposed details differ from those included with this proposal package. These drawings shall be approved by the membrane manufacturer and submitted at the preconstruction conference for Owner review and approval prior to work start. 5. Approved applicator must submit a roof drawing which will be employed in the project if proposed drawing differs from that included with this proposal package. 6. Shop Drawings and Product Data: GENERAL REQUIREMENTS 01100 - 3 a) Manufacturer's Details: All termination details and other details normally required by the membrane manufacturer's Technical Specifications, including both standard details and special details, shall be furnished by the Contractor and shall be approved in writing by the manufacturer, the company project manager, and the Owner's representative prior to final installation. b) Minimum drawing size shall be eight and one-half inches by eleven inches (8-1 /2" x 11 "). c) Submit sufficient copies of manufacturer's descriptive data including catalog sheets for materials, equipment and fixtures, showing dimensions, performance characteristics and capacities, diagrams and controls, schedules, and other pertinent information required. d) Submit brochures and other submittal data that cannot be reproduced economically, in such quantities to allow the Owner to retain four copies of each after review. Mark product data to show the name of project, Owner, Contractor, originating Subcontractor, manufacturer or supplier, and separate details if pertinent. e) Product data shall completely identify specification sections and locations at which materials or equipment are to be installed. f) Accompany each submittal with a separate transmittal letter in duplicate, containing date, project title and number, Contractor's name and address, number of each shop drawing, product data and samples submitted, and notification of deviations from Contract Documents. 7. Detailed project sequencing, staging, material loading, manpower plans, and detailed project construction schedule for approval. 8. Sample of warranty that is to be issued upon project completion. 9. Submit list of all mechanical, electrical, rigging, sheet metal, and other Subcontractors with evidence of Subcontractor's insurance coverage in compliance with contract requirements. 10. Contractor shall submit written statement that their company or any Subcontractor they may use is not employing workers classified as undocumented workers on this project. 11. Samples of all materials not supplied or prior approved by the roofing membrane manufacturer shall be submitted to the manufacturer for written approval prior to installation start. 1.08 USE OF PREMISES A. The Contractor is advised that the Owner will occupy the building at all times, and the Contractor must provide all safeguards required to protect personnel and to keep noise levels as low as reasonably possible for each operation. B. The Contractor shall: 1. Coordinate work in such a manner as to not interfere with the normal operation of the building. 2. Assume full responsibility for protection and safekeeping of products stored on premises. 3. Agree to hold the Owner harmless in any and all liability of every nature and description that may be suffered through bodily injuries, including death of any persons by reason of negligence of the Contractor, agents, employees, or Subcontractors. 4. The Contractor and all Subcontractors shall take all necessary precautions to prevent the use of alcoholic beverages on the Owner's premises. GENERAL REQUIREMENTS 01100 - 4 1.09 SAFETY A. The contractor and all Subcontractors shall take all necessary precautions to keep the premises free of fire and safety hazards. The contractor shall prevent all agents, employees, licensees and invitees of the contractor from smoking on the Owner's premises and from operating or using any flame, spark or explosion hazard producing devices anywhere on or about the premises without the written approval of the Owner's representative. 1.10 INSPECTION OF WORK IN PROGRESS A. The Owner's representative will require the material manufacturer's representative to periodically examine the work in progress, as well as on completion, in order to assist in ascertaining the extent the materials and labor procedures conform to the requirements of the specifications. B. The authorized material manufacturer's field representative shall be responsible for: 1. Keeping the Owner's representative informed after periodic inspections as to the progress and quality of the work observed. 2. Calling to the attention of the Contractor those matters observed which are considered to be in violation of the contract requirements. 3. Reporting to the Owner's representative, in writing, any failure or refusal of the Contractor to correct unacceptable practices called to his attention. 4. Confirming, after completion of the work and based on his observation and test, that he has observed no application procedures in conflict with these specifications. Final payment will not be released until all specified warranties have been received by the Owner. 1.11 FIELD INSPECTION AND CONTRACTOR RESPONSIBILITY A. The Owner's representative shall at all times have access to the job site and work areas. The Contractor will provide proper and safe facilities for such access and inspection. B. Any time during the course of the project, an inspection may be deemed necessary by the Owner/Owner's representative to have one or all of the following members of the Contractor's organization present in person to inspect the work along with the Owner/Owner's representative: Owner, a Majority Stockholder, President and/or Chief Executive Officer of the contracting firm. C. The Owner/Owner's representative, if deemed necessary, will notify in writing who in the Contractor's organization they want to inspect the work on the roof in addition to the Contractor's normal inspection. If the designated person or persons requested by the Owner/Owner's representative fails to respond within forty-eight (48) hours to the request, the work may be suspended, payment withheld and/or liquidated damages outlined in the specifications assessed until such time the individual(s) inspect(s) the work with the Owner/Owner's representative. GENERAL REQUIREMENTS 01100 - 5 D. Neither the presence nor absence of the Owner's representative nor the manufacturer's representative, nor an inspection by the manufacturer of the work or operation of the Contractor, nor any failure by the manufacturer to detect, pinpoint, or object to any defect in the work completed, nor any deviation from these specifications, nor the acceptance by the manufacturer of any such defect or the approval of the manufacturer of any such deviation shall relieve the Contractor, or reduce, or in any way limit or divide, his full responsibility for the full performance of the work required of him under these specifications. E. It shall be understood that such field inspection as the Owner's representative may cause to be performed by the material manufacturer will be performed by the material manufacturer solely for the benefit of the Owner and in an attempt to assist with the requirements of this specification. These requirements bind the Contractor even without such inspection. F. No inspection or any act or omission of either the Owner's representative or the manufacturer's representative in connection with such inspection shall prejudice the Owner's right to strict conformance, or under any circumstances be construed to excuse or mitigate any mistake or non-conformance by the Contractor. 1.12 ON -SITE SUPERVISION A. The Contractor is responsible for the management and control of the work. He shall give his personal superintendence of the work or have a competent resident manager or superintendent satisfactory to the Owner on the job site at all times while work is in progress, with full authority to act for the Contractor as his agent. 1.13 ROOFTOP EQUIPMENT A. All air conditioning units and other rooftop equipment shall be moved by the roofing Contractor as required to install roofing materials complete and in accordance with the plans and specifications. When units or equipment are to be moved, they shall be disconnected and moved by the roofing Contractor to a protected area so as not to damage any part or component thereof, and shall be reset by the roofing Contractor and reconnected at the Contractor's expense, all according to local building codes. All disconnection and reconnection shall be performed by a mechanical and/or electrical company licensed to perform such work and approved by the Owner's representative. B. Contractor shall follow refrigerant recycling requirements as outlined in section 608 of the Clean Air Act, 1990, as amended (CAA), including final regulations published on May 14, 1993 (58 FIR 28660), and the prohibition on venting that became effective on July 1, 1992. C. Where mechanical items, conduits, cables, raceways, piping or any other roof -top mounted item must be moved in any manner, or disconnected and reconnected as made necessary by the reroofing of the specified areas at the facility, all roof -top equipment, piping, insulation, wires, fiber optic cable, any information systems components, conduits, panels, motor starters, raceways, switches, antennas, satellite components, etc. shall be replaced or renewed to match existing if damaged by Contractor. NOTE: It is the responsibility of the Contractor to review the condition of any and all of the above noted, or similar, items with authorized Owner personnel to determine condition of said items PRIOR TO START OF WORK. If this review is not completed as prescribed, any and all damage found at the end of the work will be repaired solely at the contractor's expense. GENERAL REQUIREMENTS 01100 - 6 D. Any action by roofing contractor personnel which causes interruption of the ongoing works of the Owner's facility will be repaired at the sole expense of the roofing contractor. Upon interruption of the Owner's ability to meet required tasks, Owner may immediately, and without the contractor's permission, take such action as necessary to repair said damage so that the Owner's work may be resumed. The Owner has the obligation to notify the contractor of such action as soon as possible, but in all cases must notify the contractor in writing within 48 hours of the occurrence of the incident. 1.14 FINAL INSPECTION A. Upon job completion, a final inspection will be made by Owner's representative. Final payment will not be authorized for the work done until such inspection has been made and all work is found to have been performed in accordance with the specifications and to the satisfaction of the building Owner, and the specified warranties are issued. B. The Contractor shall promptly remove any work that does not meet the requirements of the plans and specifications or is incorrectly installed or otherwise disapproved by the Owner as failing to meet with the plans and specifications. The Contractor shall promptly replace any such work without expense to the Owner and shall bear the cost of making good all work of other contractors or the Owner, destroyed or damaged by such removal or replacement. 1.15 DEMOLITION A. All abandoned pitch pans, equipment, vents, curbs, and other such debris shall be removed by the Contractor. Abandoned items that require deck placement shall be marked by the Owner prior to proposal due date and/or the commencement of work. Contractor shall install new decking of like dimensions to provide a suitable substrate in areas where penetrations through the deck are removed. 1.16 CREWS AND EQUIPMENT A. Contractor shall provide sufficient crews and equipment so that the project may progress without interruption or unnecessary delay. 1.17 FUTURE REPAIRS A. Contractor certifies by acceptance of this project that any future repairs or alterations he might be called upon to execute after the project is complete, will be performed in accordance with the manufacturer's recommended procedures so as to not void the warranty. 1.18 NAILERS AND ROOF DECK A. Contractor shall notify the Owner's representative of unforeseen areas of damaged decking, wet insulation or deteriorated nailers. Where the damage is serious and extensive, it will be the Owner's prerogative to authorize removal and replacement. B. Any areas of unusual deck deflection noticed by the Contractor during the course of the job that will cause an area of ponding water should be brought to the attention of the Owner's representative by the Contractor. GENERAL REQUIREMENTS 01100 - 7 C. The Contractor shall furnish the Owner with a unit price for removal and replacement of the damaged decking, wet insulation or deteriorated nailers. All nailers required for the new roofing application shall be provided by the roofing Contractor, and included in the proposal amount. Unit cost for nailers applies only to existing deteriorated nailers. If lumber is required to make "flush" interior parapet wall, cost shall be included in Base Proposal. 1.19 CONTRACT DOCUMENTS A. In the event of a conflict between the reroofing specifications and the Owner's contract documents, the Owner's contract documents shall take precedence. END OF SECTION 01100 GENERAL REQUIREMENTS 01100 - 8 SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Final Completion construction photographs. 1.03 UNIT PRICES A. Basis for Bids: Base number of construction photographs on ten (10) photographs per week over the duration of Project. 1.04 COORDINATION A. Auxiliary Services: Cooperate with photographer and provide auxiliary services requested, including access to Project site and use of temporary facilities, including temporary lighting required to produce clear, well -lit photographs without obscuring shadows. 1.05 USAGE RIGHTS A. Obtain and transfer copyright usage rights from photographer to Owner for unlimited reproduction of photographic documentation. PART 2-PRODUCTS 2.01 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in uncompressed TIFF format, produced by a digital camera with minimum sensor size of 4.0 megapixels, and at an image resolution of not less than 1600 by 1200 pixels. PART 3 - EXECUTION 3.01 CONSTRUCTION PHOTOGRAPHS A. Photographer: Engage a qualified commercial photographer to take construction photographs. PHOTOGRAPHIC DOCUMENTATION 01322 - 1 B. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. C. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image -editing software. 1. Date and Time: Include date and time in filename for each image. 2. Field Office Images: Maintain one set of images on CD-ROM in the field office at Project site, available at all times for reference. Identify images same as for those submitted to Architect. D. Preconstruction Photographs: Before commencement of demolition, take color photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by Architect. 1. Take eight (8) photographs to show existing conditions adjacent to property before starting the Work. 2. Take eight (8) photographs of existing buildings either on or adjoining property to accurately record physical conditions at start of construction. 3. Take additional photographs as required to record settlement or cracking of adjacent structures, pavements, and improvements. E. Periodic Construction Photographs: Take ten (10) color photographs weekly, with timing each month adjusted to coincide with the cutoff date associated with each Application for Payment. Select vantage points to show status of construction and progress since last photographs were taken. F. Final Completion Construction Photographs: Take ten (10) color photographs after date of Substantial Completion for submission as Project Record Documents. Architect will direct photographer for desired vantage points. 1. Do not include date stamp. 3.02 CONSTRUCTION VIDEOTAPES A. Preconstruction Videotape: Before starting demolition, record videotape of Project site and surrounding properties from different vantage points, as directed by Architect. 1. Flag construction limits before recording construction videotapes. 2. Show existing conditions adjacent to Project site before starting the Work. 3. Show existing buildings either on or adjoining Project site to accurately record physical conditions at the start of demolition. 4. Show protection efforts by Contractor. END OF SECTION 01322 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 SECTION 01330 SUBMITTALS AND SUBSTITUTIONS PART 1 — GENERAL 1.01 DESCRIPTION A. Work includes: Make submittals required by the Contract Documents, and revise and resubmit as necessary to establish compliance with the specified requirements. 1. Throughout the Work, seal and caulk joints where shown on the Drawings and/or as required by the Architect/Project Manager to provide and maintain watertight and airtight continuous seals. 1.02 QUALITY ASSURANCE A. Coordination of submittals: 1. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted. 2. Verify that each item and the submittal for it conform in all respects with the specified requirements. 3. By affixing the Contractor's signature to each submittal, certify that this coordination has been performed. B. Substitutions 1. The contract is based on the standards of quality established in the Contract Documents. Substitutions will be considered only when listed at time of bidding, on the form provided in the bidding documents, and when substantiated by the Contractor's submittal of required data within thirty-five (35) calendar days after award of the Contract. 2. The following products do not require further approval except for interface within the work: a. Products specified by reference to standard specifications such as ASTM and similar standards. b. Products specified by manufacturer's name and catalog model number. 3. Where any material is specified by proprietary name, trade name, name of manufacturer, generic name, or catalog number with the addition of such expressions as "or equal"Por approved equal", it is understood that the material named is intended and no substitution will be allowed without written approval by the Owner's representative three (3) calendar days prior to proposal due date. 4. Should a specified material not be available, a substitution shall require approval (in writing) of the Owner's representative and the roof system manufacturer issuing the warranty before being utilized on this project. 5. Unless otherwise indicated, the materials to be used in this specification are those specified and denote the type, quality, performance, etc. required. All proposals shall be based upon the use of specified material. 6. Do not substitute materials, equipment, or methods unless substitution has been specifically approved in writing for this work by the Architect/Project Manager. SUBMITTALS AND SUBSTITUTIONS 01330 - 1 C. "Or equal" 1. Where the phrase "or equal", or "or equal as approved by the Architect/Project Manager", occurs in the Contract Documents, do not assume that the materials, equipment, or methods will be approved as equal unless the item has been specifically so approved for this work by the Architect/Project Manager. 2. A Contractor who proposes to quote on the basis of an "or equal'T or approved equal" alternate material or system shall submit to the Owner's representative the following information, at least five (5) calendar days prior to scheduled proposal opening. Only one request for substitution will be considered for each material or system. When substitution is not accepted, specified product or system shall be used. a) A five (5) gallon sample of any adhesive, coating, mastic, or sealant and a three foot by five foot (3' x 5') sample of any sheeting or rolled goods as may be specified. b) A certificate from an accredited testing laboratory comparing the physical and performance attributes of the proposed material with those of the specified materials. c) A list of at least three (3) local jobs where the proposed alternate material was used under similar conditions and written documentation showing successful installation in the United States of similar size and scope for a minimum of ten (10) years. These jobs must be available for inspection by the Owner's representative. d) In the event a substitution is acceptable by the Owner, all contractors shall be notified of the acceptable alternate within three (3) calendar days prior to proposal opening. e) During the course of work, the Owner's representative may secure from the containers at the job site, samples of the materials being used and submit the samples to an independent testing laboratory for comparison. If the results of the independent testing laboratory prove that the materials are not comparable and equal to the specified materials, the Contractor shall pay for the testing and the Owner reserves the right to reduce the amount of the proposal by twenty percent (20%) if all work has already been completed before the test results become known. If the contract work is not completed when the test results become known, the Owner shall impose a penalty in proportion to the amount of work already completed, and all remaining work shall be completed with the specified materials. D. Procedure for Use of Substitution Request Form 1. Substitution request including all required documentation must be delivered to the Owner's Representative's office no later than the date indicated in the specifications. Requests submitted late will not be considered. 2. The Individual or Firm requesting a substitution must document that the requested substitution is equal or superior to the specified product. Failure to provide clear, accurate, and adequate documentation will be grounds for rejection. 3. Required documentation shall consist of applicable information which would aid the Architect in making an informed decision. Include side by side product comparisons, technical data, laboratory test results, product drawings, etc. 4. If use of the proposed product would result in changes to the design of the building, the submittal shall describe fully the changes required to the drawings or specifications. Any cost differences resulting from modifications to the drawings and specifications and the cost of making the changes shall be borne by the Product Supplier. SUBMITTALS AND SUBSTITUTIONS 01330 - 2 5. No product will be considered "as equal" to the product specified until it has been included as an allowable substitution, in a written Addendum to the project. 1.03 SUBMITTALS A. Make submittals of Shop drawings, samples, Substitution Requests, and other items in accordance with the provisions of this section. B. Upon receipt of Notice of Acceptance of this proposal, the Contractor shall submit the following items. All submittals shall be submitted to the Owner/Owner's representative within ten (10) calendar days of the date on the Notice of Acceptance and prior to the award of contract. 1. Contractor's executed insurance certificate. 2. Material manufacturer's approval/acceptance of the specifications and details as written or noted for this project, fastener pattern layout, insulation, fasteners and all related materials. 3. Contractor's executed payment and performance bonds as required. 4. Shop drawings of all perimeter and projection details, and sheet metal details approved by manufacturer, for Owner's approval if proposed details differ from those included with this proposal package. These drawings shall be approved by the membrane manufacturer and submitted at the preconstruction conference for Owner review and approval prior to work start. 5. Approved applicator must submit a roof drawing which will be employed in the project if proposed drawing differs from that included with this proposal package. 6. Detailed project sequencing, staging, material loading, manpower plans, and detailed project construction schedule for approval. 7. Sample of warranty that is to be issued upon project completion. 8. Submit list of all mechanical, electrical, rigging, sheet metal, and other Subcontractors with evidence of Subcontractor's insurance coverage in compliance with contract requirements. 9. Project superintendent's resume and project experience list for proposed system. 10. Contractor shall submit written statement that their company or any Subcontractor they may use is not employing workers classified as undocumented workers on this project. 11. Samples of all materials not supplied or prior approved by the roofing membrane manufacturer shall be submitted to the manufacturer for written approval prior to installation start. 12. Submit waterproofing product data, including detailed test results of material applied to surfaces similar to requirements of this Section. Submit manufacturer's instructions for methods and application procedures. C. Samples and Manufacturer's Submittals: Submit prior to delivery or installation. 1. Samples of all roofing system components including all specified accessories. 2. Submit samples of proposed warranty complete with any addenda necessary to meet the warranty requirements as specified. 3. Submit latest edition of manufacturer's specifications and installation procedures. Submit only those items applicable to this project. 4. A written statement from the roofing materials manufacturer approving the installer, specifications and drawings as described and/or shown for this project and stating the intent to guarantee the completed project. 5. Manufacturer's Equiviscous Temperatures (EVT) for the specified bitumens. 6. Submit shop drawings, product data and mockups of all sheet metal. SUBMITTALS AND SUBSTITUTIONS 01330 - 3 D. Samples and Manufacturer's Submittals for Sheet Metal and Miscellaneous Accessories: Submit prior to deliver or installation. 1. Submit shop drawings, product data and mockups of all sheet metal. PART 2 — PRODUCTS 2.01 SHOP DRAWINGS A. Scale and measurements: Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the work. B. Shop Drawings: Provide manufacturer's approved details of all perimeter conditions, projection conditions, and any additional special job conditions which require details other than indicated in the drawings. C. Shop Drawings and Product Data: 1. Manufacturer's Details: All termination details and other details normally required by the membrane manufacturer's Technical Specifications, including both standard details and special details, shall be furnished by the Contractor and shall be approved in writing by the manufacturer, the company project manager, and the Owner's representative prior to final installation. 2. As -built Drawings: Contractor shall supply the Owner with a full set of "as -built" drawings depicting location, size, nomenclature and manufacturer of all replaced roof slabs. One set of reproducible drawings, twenty-four inches by thirty-six inches (24" x 36"), shall be supplied along with one set of copies. Contractor shall also supply Owner with "as -built" roofing details as approved by the appropriate manufacturer with original manufacturer's seals and signatures thereon. Owner must have "as -built" drawings in hand prior to release of final payment to the Contractor. 3. Initially submit one reproducible and two prints of each drawing, including fabrication, erection, layout and setting drawings, and other such drawings as required under various sections of the specifications until final approval is obtained. 4. Date and mark shop drawings to show name of project, Owner, Contractor, origination Subcontractor, manufacturer or supplier, and separate details as pertinent. 5. Shop drawings shall completely identify specification sections and locations at which materials or equipment are to be installed. 6. Minimum drawing size shall be eight and one-half inches by eleven inches (8-1 /2" x 11 "). 7. Submit sufficient copies of manufacturer's descriptive data including catalog sheets for materials, equipment and fixtures, showing dimensions, performance characteristics and capacities, diagrams and controls, schedules, and other pertinent information required. 8. Submit brochures and other submittal data that cannot be reproduced economically, in such quantities to allow the Owner to retain four copies of each after review. Mark product data to show the name of project, Owner, Contractor, originating Subcontractor, manufacturer or supplier, and separate details if pertinent. 9. Product data shall completely identify specification sections and locations at which materials or equipment are to be installed. SUBMITTALS AND SUBSTITUTIONS 01330 - 4 10. Accompany each submittal with a separate transmittal letter in duplicate, containing date, project title and number, Contractor's name and address, number of each shop drawing, product data and samples submitted, and notification of deviations from Contract Documents. 11. Three sets of prints from the final will be returned to the Owner for record. The cost of printing all sepias and all prints is the responsibility of the Contractor. D. Provide manufacturer's approved details, or all perimeter conditions, project conditions, and any additional special job conditions which require details other than indicated in the drawings. E. Types of prints required: Submit Shop Drawings in the form of six blueline or blackline prints of each sheet. F. Review comments of the Architect/Project Manager will be shown on the copies when it is returned to the Contractor. The Contractor may make and distribute marked copies as are required for his purposes. G. Fax submittals are not acceptable. 2.02 MANUFACTURER'S LITERATURE A. Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents is being submitted for review. B. Submit the number of copies which are required to be returned, plus one copy which will be retained by the Architect/Project Manager. 2.03 MAINTENANCE PROCEDURES A. Maintenance Procedures: Within ten days of the date of Substantial Completion of the project, deliver to the Owner three copies of the manufacturer's printed instructions regarding care and maintenance of the roof. 2.04 SAMPLES A. Provide sample or samples identical to the precise article proposed to be provided. Identify as described under "Identification of Submittals" below. B. Number of samples required: 1. Unless otherwise specified, submit samples in the quantity which is required to be returned, plus one which will be retained by the Architect/Project Manager. 2. By pre -arrangement in specific cases, a single sample may be submitted for review and, when approved, be installed in the work at a location agreed upon by the Architect/Project Manager. 2.05 COLORS AND PATTERNS A. Unless the precise color and pattern are specifically called out in the Contract Documents, and whenever a choice of color or pattern is available in the specified products, submit accurate color and pattern charts to the Architect/Project Manager for selection. SUBMITTALS AND SUBSTITUTIONS 01330 - 5 B. Contractor shall hold ALL color samples until all items requiring color selections are received. Only then should the actual color samples be submitted for selections. Each sample shall be properly labeled with the name of the project, contractor, manufacturer, and date of submission. Incomplete color submittal will be returned to the Contractor. C. The Contractor shall allow four weeks after all colors are submitted for final Owner approval. PART 3 — EXECUTION 3.01 IDENTIFICATION OF SUBMITTALS A. Consecutively number all submittals. B. Accompany each submittal with a letter of transmittal showing all information required for identification and checking. 1. When material is re -submitted for any reason, transmit under a new letter of transmittal and with a new transmittal number. 2. On re -submittals, cite the original submittal number for reference. C. On at least the first page of each submittal, and elsewhere as required for positive identification, show the submittal number in which the item was included. D. Maintain an accurate submittal log for the duration of the work, showing current status of all submittals at all times. Make the submittal log available to the Architect/Project Manager for his review upon request. 3.02 TIMING OF SUBMITTALS A. Make submittals far enough in advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and re - submittals, and for placing orders and securing delivery. B. Revisions: 1. Make revisions required by the Architect/Project Manager. 2. If the Contractor considers any required revision to be a change, he shall so notify the Architect/Project Manager. 3. Make only those revisions directed or approved by the Architect/Project Manager. END OF SECTION 01330 SUBMITTALS AND SUBSTITUTIONS 01330 - 6 SECTION 03360 CONCRETE POLISHING SYSTEM PART 1 - GENERAL 1.01 SECTION INCLUDES A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this section. 1.02 REFERENCES A. American Society for Testing and Materials: 1. ASTM-C779, Standard Test Method for Abrasion Resistance of Horizontal Concrete Surfaces 2. ASTM G23-81, Ultraviolet Light & Water Spray 3. ASTM C805, Impact Strength B. American Concrete Institute 1. ACI 302. 1 R-89, Guide for Concrete Floor and Slab Construction C. Other Test: 1. Reflectivity 1.03 SUBMITTALS A. Submit in accordance with Section 01340. B. Product Data: Submit manufacturer's product data, including surface preparation and application instructions. C. Polishing Schedule: Submit plan showing polished concrete surfaces and schedule of polishing operations for each area of polished concrete before start of polishing operations. Include locations of all joints, including construction joints. D. Qualification Data: Installer Qualifications CPAA Certified Technician. D. Repair Materials: A product that is designed to repair cracks and surface imperfections. The specified material must have sufficient boding capabilities to adhere after the polishing to the concrete surface and provide abrasion resistance equal to or greater than the surrounding concrete substrate. F. Penetrating Colors 1. Prosoco Consolideck Gemtone Stain No Substitutions G. Liquid Floor Treatments 1. Prosoco Consolideck Grind and Fill 2. Prosoco Consolideck LS Densifier 3. Prosoco Consolideck LS Guard No substitutions H. Joint Filler CONCRETE POLISHING SYSTEM 03360 - 1 Versaflex SL 75 color to be selected from the full range of manufactures standard colors. 1.04 EQUIPMENT REQUIREMENTS A. Planetary Grinder capable of 726 lbs. of down pressure or greater with four counter rotation heads (three head machines are not acceptable) B. Metal and Resin bonded diamond tooling. C. Vacuum capable of 400 cubic feet per minute or greater. D. Single head high speed 1500 rpm walk behind machines equipped with 800 grit industrial grade diamonds similar to HTC Twister white. E. Polyurea Pump 1.05 QUALITY ASSURANCE A. Qualifications: 1. CPAA Certified Technicians with a minimum of 3 projects similar in size and scope performed within the last 3 years. 2. Technicians certified in the use and operation of HTC grinding equipment. B. Mock -Ups: After approval of verification sample and before casting concrete, produce field sample panels to demonstrate the approved range of selections made under Sample submittals. Produce a minimum of three sets of full-scale panels, approximately 48 by 48 inches (1200 by 1200 mm) minimum, to demonstrate the expected range of finish, color, and appearance variations. 1. Locate panels as indicated or, if not indicated, as directed by Architect. 2. Maintain field sample panels during construction in an undisturbed condition as a standard for judging the completed work. 3. Demolish and remove field sample panels when directed. 4. Demonstrate curing, finishing, and protecting of polished concrete. C. Pre -installation Conference: Conduct conference at Project site. 1. Before submitting design mixtures, review concrete design mixture and examine procedures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with polished concrete to attend. 2. Review cold and hot weather concreting procedures, curing procedures, construction joints, and concrete repair procedures, concrete finishing, and protection of polished concrete. D. Protection 1. No satisfactory chemical or cleaning procedure is available to remove petroleum stains from the concrete surface. Prevention is therefore essential. a. All hydraulic powered equipment must be diapered to avoid staining of the concrete. b. No trade will park vehicles on the inside slab. If necessary to complete their scope of work, drop cloths will be placed under vehicles at all times. C. No pipe cutting machine will be used on the inside floor slab. d. Steel will not be placed on interior slab to avoid rust staining. e. Acids and acidic detergents will not come into contact with slab. CONCRETE POLISHING SYSTEM 03360 - 2 f. All trades informed that the slab must be protected at all times. PART 2-PRODUCTS 2.01 MATERIALS AND MANUFACTURERS A. HTC Superfloor Gold — Top polish high shine with salt and pepper light aggregate exposure 1. CPAA Class B — Fine aggregate exposure. Grinding to expose light sand aggregate to produce a salt/pepper appearance with small amounts of no, or larger, aggregate at random locations. 2. CPAA Level 3 — Semi Polished producing a surface finish with a minimum DOI (Distinction of Image) value of 65 and a minimum specular gloss value of 35. PART 3 - EXECUTION 3.01 PROTECTION Protect floor before and after polishing concrete. A. Protect floor from petroleum stains during entire project. 1. Diaper hydraulic powered equipment to avoid staining concrete. 2. Pipe cutting machines shall not be used. B. Steel will not be placed on the concrete to avoid rust stains. 3.02 GRINDING A. Grind or by other mechanical means as required to obtain consistent aggregate exposure. Bids shall be based on starting initial cut with 40 grit metal bonded diamonds. Identify areas of low aggregate and review general conditions of floor with Project Manager. B. Progressive edge grinding will be necessary within half inch (1/2") of all vertical abutments including walls, columns, drains, and other permanent fixtures. C. Floor profile after grinding steps must be uniform, and produce a refined scratch pattern with no hard edge "wild scratching". D. Apply lithium silicate concrete densifier in grinding sequence and according to Manufacture's written instructions. E. Remove metal bonded diamond scratches by grinding with progressively finer metal bonded diamonds, each to full refinement, up to metal bond 100 grit or finer, cleaning between each step. During final metal bond stage apply Prosoco Grind and Fill as recommended by Manufacture. F. Control and dispose of waste products produced by grinding operations. 3.03 POLISHING A. Begin with a clean surface CONCRETE POLISHING SYSTEM 03360 - 3 B. Start polishing stages with resin bonded diamond tooling in same grit as final metal bonded diamonds above and continue using finer grit resin bonded diamonds to 800 grit or finer cleaning between each step. C. Apply dye for polished concrete in polishing sequence and according to Manufacture's written instructions. D. At all saw cuts within areas of polish concrete work, install polyurea joint compound as recommended by Manufacture and strike off at the top. E. Apply guard as specified for polished concrete at end and according to Manufacture's written instructions, allowing recommended dry time. F. Burnish with high speed machine equipped with 800 grit diamond polishing pad in two directions and slow enough for concrete surface to reach temperature recommended by Manufacture of guard product. END OF SECTION 03360 CONCRETE POLISHING SYSTEM 03360 - 4 SECTION 04815 THROUGH -WALL FLASHING SYSTEM PART 1 - GENERAL 1.01 GENERAL A. Contractor shall review American Concrete Institute 530.1 mandatory specification checklist for additional requirements necessary for specific project. B. Flashing system shall be provided and installed by a qualified waterproofing contractor. C. Contractor shall provide a photo manifest of through -wall installation, including all starts, stops, and transitions in plane. D. It is the intent of this specification that the new work will provide a watertight facility (restricted to the location where work is to be performed). The attached specifications describe the minimum acceptable standards of construction and finish. 1.02 QUALITY ASSURANCE A. At a scheduled pre -construction meeting with all trades, contractor shall review flashing for the project and how the flashing shall be sequenced with the following: below grade waterproofing, air and vapor system, window installation, sealant installation, relief angles and roofing. 1.03 SUBMITTALS A. Shop Drawings: Contractor shall provide from the manufacturer a review of the flashing design for the project and location of preformed shapes on reduced floor plan. 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in manufacturer's original, unopened containers and rolls with all labels intact and legible including labels indicating appropriate warnings, storage conditions, lot numbers, and usage instructions. Materials damaged in shipping or storage shall not be used. B. Manufacturer's packaging and/or roll plastic is not acceptable for exterior storage. Tarpaulin with grommets shall be minimum acceptable for exterior coverings. All materials stored as above shall be a minimum of four inches (4") off the substrate, and the tarpaulin tied off with rope. C. Deliver materials in sufficient quantity to allow continuity of work. D. Handle and store material in such a manner as to avoid damage. E. Protect materials against damage by construction traffic. F. Storage: All materials should be stored under cover to avoid site damage. During cool weather construction, store materials inside at 501 F or higher. THROUGH -WALL FLASHING SYSTEM 04815 - 1 G. The proper storage of materials is the sole responsibility of the contractor and damaged materials shall be discarded, removed from the project site, and replaced prior to application. 1.05 SITE CONDITIONS A. Job Condition Requirements: Coordinate the work of the contractor with the work to be performed by the Owner's personnel, to ensure proper sequencing of the entire work. The contractor shall follow local, state, and federal regulations, safety standards, and codes. When a conflict exists, use the stricter document. B. Protection of Work and Property: 1. Work: The contractor shall maintain adequate protection of all his work from damage and shall protect the Owner's and adjacent property from injury or loss arising from this contract. He shall provide and maintain at all times any OSHA required danger signs, guards, and/or obstructions necessary to protect the public and his workmen from any dangers inherent with or created by the work in progress. All federal, state, and city rules and requirements pertaining to safety and all EPA standards, OSHA standards, NESHAP regulations shall be fulfilled by the contractor as part of his proposal. 2. Property: Protect existing planting and landscaping as necessary or required to provide and maintain clearance and access to the work of this contract. Examples of two categories or degrees of protection are generally as follows: a) removal, protection, preservation, or replacement and replanting of plant materials; b) protection of plant materials in place, and replacement of any damage resulting from the contractor's operations. C. Damage to Work of Others: The contractor shall repair, refinish, and make good any damage to the building or landscaping resulting from any of his operation. This shall include, but is not limited to, any damage to plaster, tile work, wall covering, paint, ceilings, floors, or any other finished work. Damage done to the building, equipment, or grounds shall be repaired at the successful contractor's expense holding the Owner harmless from any other claims for property damage and/or personal injury. D. Measurements: It will be the contractor's responsibility to obtain and/or verify any necessary dimensions by visiting the job site, and the contractor shall be responsible for the correctness of same. Any drawings supplied are for reference only. E. Cleaning and Disposal of Materials: 1. Contractor shall keep the job clean and free from all loose materials and foreign matter. Contractor shall take necessary precautions to keep outside walls clean. 2. All waste materials, rubbish, etc., shall be removed from the Owner's premises as accumulated. Rubbish shall be carefully handled to reduce the spread of dust. At completion, all work areas shall be left clean and all contractor's equipment and materials removed from the site. 3. Debris shall be deposited at an approved disposal site. 1.06 WARRANTY A. Flashing Manufacturer: Project shall be installed in such a manner that the flashing material manufacturer will furnish a written ten (10) year materials warranty from the date of substantial completion of the completed project. THROUGH -WALL FLASHING SYSTEM 04815 - 2 PART2-PRODUCTS 2.01 BUILT-IN FLASHING MEMBRANE (ELVALOY® SHEET) A. The built-in flashing membrane shall be 40 mil flexible sheet material, consisting of a blend of elastomeric and thermal plastic polymers, incorporating DuPontTm Elvaloy®. The membrane shall be reinforced with synthetic fibers, calendered into sheet form, rolled and cut to width. B. Cloaks shall be pre -formed, three dimensional flexible units used for detail corners, level changes, stop ends, and special applications. Phvsical Properties Elongation 175% ASTM D412 Tensile Strength 650 psi ASTM D412 Tear Strength 280 psi ASTM D624 Low Temperature Flexibility -251 F Pass ASTM D146 Water Absorption Less than 0.1 % ASTM D471 C. Cloak color shall be as selected by Architect and/or shall match mortar color. Reference manufacturer's list of colors for selection. 2.02 RELATED MATERIALS FOR BUILT-IN FLASHING MEMBRANE A. Flashing Membrane Adhesive: Flashing adhesive exceeds the requirements of TTS00230C Type II, Class B, ASTM C 92094 and Canadian Spec CAN 19, 13M82. The product is terra cotta (dull red) in color. Physical Properties Hardness Shore A Shear Strength Tack Free Time Slump (sag) Shrinkage Low Temperature Flexibility Service Temperature Shelf Life 24±3 75 psi 25 minutes Zero slump No measurable shrinkage after 14 days -20' F pass 1/4 inch mandrel -40' F to 200' F continuous service One year ASTM C 661 ASTM D 1002 ASTM C 679 ASTM C 697 2.03 SURFACE -ADHERED WITH DRIP FLASHING MEMBRANE (ELVALOY® SHEET) A. Surface -adhered with drip membrane shall be a composite 40 mil membrane consisting of 25 mils of elastomeric/thermal plastic membrane incorporating DuPontTm Elvaloy® and 15 mils of SBS asphaltic adhesive. The membrane shall be reinforced with synthetic fibers, calendered into sheet form, rolled and cut to standard widths. B. Standard Sheet Dimensions: Thickness 40 mil Roll length 75 ft Roll widths 12, 18, 24, 36 in THROUGH -WALL FLASHING SYSTEM 04815 - 3 C. Cloaks shall be pre -formed, three dimensional flexible units used for detail corners, level changes, stop ends, and special applications. Physical Properties Elongation 225% ASTM D412 Tensile Strength 875 psi ASTM D412 Tear Strength 270 psi ASTM D624 Low Temperature Flexibility -251 F Pass ASTM D146 Water Absorption Less than 0.1 % ASTM D471 2.04 RELATED MATERIALS FOR SURFACE ADHERED FLASHING MEMBRANE A. Asphalt Primer: Shall be a two-sided, self -adhering tape used to seal the top of cloaks against the back-up wythe. Adhesive may be used as an alternative. B. DensGlass Primer: Physical Properties Solids by Weight 68% Viscosity 758 cps Weight per Gallon 9.3 lbs. Elongation >656% no Breakage, Exceeded Travel of Instron Tensile Strength 85.1 psi pH 10 Hardness Shore A 59 Peel Strength Aluminum No Fail at 4.60 pli Concrete No Fail at 3.86 pli C. Mastic: Shall be used at all laps and joints, and top terminations. PART 3 - EXECUTION 3.01 EXAMINATION ASTM D 2370 ASTM D 2370 A. Examine conditions for compliance with requirements for installation tolerances and other specific conditions. 3.02 GENERAL A. Laying Masonry Walls: Use an inverted lintel CMU or fully grouted hollow CMU as a base for flashing at sills, floor joints, and other similar conditions. B. Preparation: All sharp protrusions and mortar droppings must be removed from the substrate, and the surface must be clean and dry. C. Where brick work occurs about the roof elevation, provide solid protection of the existing roof system until work is complete. D. Flashing shall be fully supported when crossing the cavity except at sill and coping locations. THROUGH -WALL FLASHING SYSTEM 04815 - 4 3.03 INSTALLATION OF THROUGH -WALL FLASHING IN EXISTING WALLS A. To install continuous flashing in existing walls, remove alternate sections of masonry in two to five feet (2-5) lengths. The flashing shall be installed in these sections and the masonry replaced. Alternately temporary braces may be installed as longer sections of brickwork are removed. The flashing shall then be installed in these sections. The lengths of flashing shall be lapped a minimum of six inches (6") with an end dam at each joint, and be completely sealed to function properly. The opening shall then filled as described in Brick Replacement. The replaced masonry shall be properly cured (five to seven days) before the intermediate masonry sections or supports are removed. 3.04 BRICK REMOVAL A. At locations indicated, remove bricks that are damaged, spalled, or deteriorated. Carefully demolish or remove entire units from joint to joint, without damaging surrounding masonry, in a manner that permits replacement with full-size units. 1. When removing single bricks, remove material from center of brick and work toward outside edges. B. Support and protect remaining masonry that surrounds removal area. Maintain flashing, reinforcement, lintels, and adjoining construction in an undamaged condition. C. Notify Structural Engineer and/or Project Manager of unforeseen detrimental conditions including voids, cracks, bulges, and loose masonry units in existing masonry backup, rotted wood, rusted metal, and other deteriorated items. D. Remove in an undamaged condition as many whole bricks as possible. 1. Remove mortar, loose particles, and soil from brick by cleaning with hand chisels, brushes, and water. 2. Store brick for reuse, as indicated. 3. Deliver cleaned brick not required for reuse to Owner's Agent, unless otherwise directed. E. Clean bricks surrounding removal areas by removing mortar, dust, and loose particles in preparation for replacement. 3.05 INSTALLATION OF BUILT-IN FLASHING MEMBRANE (ELVALOY® SHEET) A. Flashing membrane and cloaks shall be installed in a bed of fresh mortar and should extend through the outer wythe a minimum of one-fourth inch (1/4") and left exposed. Flashing membrane is UV resistant. B. Weep holes shall be provided immediately above all flashing at 24-inch centers. A minimum of two weeps shall be installed above any wall opening. C. All joints in the flashing membrane shall be lapped a minimum of four inches (4") using flashing membrane adhesive. D. Flashing membrane shall be installed six inches (6") above finished grade level. E. Cloaks and end dams shall be installed at all window and door heads and sills. THROUGH -WALL FLASHING SYSTEM 04815 - 5 F. Vertical flashing at wall openings shall extend into the wall opening one inch (1 "). The door/window frame shall be installed with the flashing extending into the frame. G. Cleaning: Flashing membrane shall not be damaged by cavity cleaning after installation. Precautions to be taken during subsequent work are: 1. Use of cavity battens to prevent mortar droppings; 2. Removal of droppings before they harden; 3. Never use implements such as steel rods for cleaning the cavity; and 4. Inspection of cavity flashing for damage as the work proceeds. 3.06 INSTALLATION OF SURFACE -ADHERED FLASHING WITH DRIP MEMBRANE (ELVALOY® SHEET) A. Priming: All flashing substrates shall be primed. Flashing primer shall be applied with a brush, roller or sprayed. Coverage is approximately 400 square feet per U.S. gallon (3.78L) Drying time may vary depending on temperature, humidity, and air movement; drying time should be approximately 45 minutes. B. Flashing System Installation: Starting at a corner, mount cloak to substrate flashing adhesive. Cut surface adhered membrane into workable sections (8'-10'). Remove the release sheet and adhere the membrane to the inner leaf of construction lapping the membrane onto the cloak four inches (4"). Use firm hand pressure and a steel roller to totally adhere membrane in place. Extend membrane completely through the outer leaf and leave it exposed one-fourth inch (1/4") minimum. The surface -adhered membrane is UV resistant. Apply a bead of flashing mastic to all top termination edges. C. Termination Bar: The surface -adhered membrane shall be installed using a termination bar for additional attachment to the inner leaf (optional). D. Weep holes shall be provided immediately above all flashing at 24-inch centers. A minimum of two baffle weeps shall be installed above any wall opening. E. Flashing membrane shall be installed six inches (6") above finished grade level. F. Stop end cloaks shall be installed at all windows, door heads, sills, and through -wall starts, stops, steps, etc. G. Enveloped vertical flashing at wall openings shall extend into the wall opening one inch (1 The door/window frame shall be installed with the flashing extending into the frame. Enveloped vertical flashing shall be installed at all abutments of dissimilar exterior wall treatments: inside and outside nineties (90°), etc. H. Cleaning: Flashing membrane shall not be damaged by cavity cleaning after installation. Precautions to be taken during subsequent work are: 1. Use of cavity battens to prevent mortar droppings; 2. Removal of droppings before they harden; 3. Never use implements such as steel rods for cleaning the cavity; and 4. Inspection of cavity flashing for damage as the work proceeds. THROUGH -WALL FLASHING SYSTEM 04815 - 6 3.07 BRICK REPLACEMENT A. Install replacement brick into bonding and coursing pattern of existing brick. If cutting is required, use a motor -driven saw designed to cut masonry with clean, sharp, unchipped edges. B. Lay replacement brick with completely filled bed, head, and collar joints. Butter ends with sufficient mortar to fill head joints and shove into place. Wet both replacement and surrounding bricks that have ASTM C 67 initial rates of absorption (suction) of more than 30 g/30 sq. in. per min. Use wetting methods that ensure that units are nearly saturated but surface is dry when laid. Maintain joint width for replacement units to match existing joints. 1. Tool exposed mortar joints in repaired areas to match joints of surrounding existing brickwork. 3.08 FLASHING MEMBRANE ADHESIVE A. Application: 1. Flashing adhesive shall be applied to clean, dry and relatively smooth surfaces. 2. When joint two (2) pieces of flashing membrane, or joining flashing membrane to Cloaks: a) Apply two (2) one-fourth inch (1/4") beads of adhesive approximately one-half inch (1/2") and one and one-half inch (1-1/2"), respectively, from the edge of the bottom membrane along the entire width of the bottom membrane. Overlap the top membrane over the bottom membrane two inches (2") and roll lap with steel hand roller, causing excess to extrude the entire length of the overlap. 3. Do not remove excess adhesive. B. Safety, Storage and Handling: Keep container tightly closed when not in use. Store at room temperature. Clean up tools and hands with waterless hand cleaner. 3.09 DENSGLASS PRIMER A. Surface Preparation: Areas to be primed should be dry. B. Application: DensGlass primer may be applied using a soft roller or brush. It can be removed from masonry with soapy water while wet and a solvent -based cleaner if dry (mineral spirits or citrus cleaner). C. Coverage: Depending on the condition of the surface, coverage may vary from as little as 150 square feet to 200 square feet per gallon. D. Caution: 1. DensGlas primer should not be applied when temperatures are below 40' F or when rain is imminent. 2. Keep substrate primer from freezing. 3. During hot weather, the product should be stored in a cool shaded area. 4. Do not thin this product. 5. Curing rates will vary depending on the ambient temperature relative humidity, wind speed, sky condition and the proper rate of application. Generally speaking, Substrate primer will dry within 15 to 30 minutes when applied at 700 F or above. At 500 F, on a cloudy day, cure time may be extended to as much as one hour. THROUGH -WALL FLASHING SYSTEM 04815 - 7 Check several places on primed area for dryness prior to proceeding with the flashing application. END OF SECTION 04815 THROUGH -WALL FLASHING SYSTEM 04815 - 8 SECTION 06100 ROUGH CARPENTRY PART 1 — GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions stipulated by Section 01100 — General Requirements. 1.02 SECTION INCLUDES A. This Section includes the following: 1. Rooftop equipment bases and support curbs, as required. 2. Wood furring, grounds, nailers, and blocking, as required. 3. Removal and replacement of damaged, deteriorated or non -compliant five -eighths inch (5/8") fire rated plywood sheathing for roof substrate, as required. B. Related Sections include the following: 1. Section 03360 — Concrete Polishing System 2. Section 04815 — Through -Wall Flashing System 3. Section 07920 — Sealants and Caulking 4. Section 08511 —Aluminum Windows 5. Section 09250 — Gypsum Drywall Construction 6. Section 09900 — Painting and Finishes 7. Section 09963 — Elastomeric Wall Coating 1.03 DEFINITIONS A. Rough Carpentry: Carpentry work not specified in other Sections and not exposed, unless otherwise specified. B. Exposed Framing: Dimension lumber not concealed by other construction and indicated to receive a stained or natural finish. 1.04 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data for the following products: 1. Metal framing anchors. 2. Construction adhesives. C. Material certificates for dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the American Lumber Standards Committee's (ALSC) Board of Review. D. Wood treatment data as follows, including chemical treatment manufacturer's instructions for handling, storing, installing, and finishing treated materials: 1. For each type of preservative -treated wood product, include certification by treating plant stating type of preservative solution and pressure process used, net amount of preservative retained, and compliance with applicable standards. ROUGH CARPENTRY 06100 - 1 2. For waterborne -treated products, include statement that moisture content of treated materials was reduced to levels indicated before shipment to Project site. E. Warranty of chemical treatment manufacturer for each type of treatment. F. Research or evaluation reports of the model code organization acceptable to authorities having jurisdiction that evidence the following products' compliance with building code in effect for Project. 1. Metal framing anchors. 2. Power -driven fasteners. 1.05 QUALITY ASSURANCE A. Testing Agency Qualifications: To qualify for approval, an independent testing agency must demonstrate to Structural Engineer's and/or Project Manager's satisfaction, based on evaluation of agency -submitted criteria conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. B. Single -Source Responsibility for Engineered Wood Products: Obtain each type of engineered wood product from one source and by a single manufacturer. 1.06 DELIVERY, STORAGE, AND HANDLING A. Keep materials under cover and dry. Protect from weather and contact with damp or wet surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. 1. For lumber and plywood pressure treated with waterborne chemicals, place spacers between each bundle to provide air circulation. PART 2 — PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers (For Wood Sources Outside the Scope Requirements for Fire -Treated Plywood): Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Wood -Preservative -Treated Materials: a) Baxter: J. H. Baxter Co. b) Chemical Specialties, Inc. c) Continental Wood Preservers, Inc. d) Hickson Corp. e) Hoover Treated Wood Products, Inc. f) Osmose Wood Preserving, Inc. 2. Metal Framing Anchors: a) Cleveland Steel Specialty Co. b) Harlen Metal Products, Inc. c) Silver Metal Products, Inc. d) Simpson Strong -Tie Company, Inc. e) Southeastern Metals Manufacturing Co., Inc. ROUGH CARPENTRY 06100 - 2 2.02 LUMBER, GENERAL A. Lumber Standards: Comply with DOC PS 20, "American Softwood Lumber Standard," and with applicable grading rules of inspection agencies certified by ALSC's Board of Review. B. Inspection Agencies: Inspection agencies, and the abbreviations used to reference them, include the following: 1. NELMA - Northeastern Lumber Manufacturers Association. 2. NLGA - National Lumber Grades Authority (Canadian). 3. RIS - Redwood Inspection Service. 4. SPIB - Southern Pine Inspection Bureau. 5. WCLIB - West Coast Lumber Inspection Bureau. 6. WWPA - Western Wood Products Association. C. Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade, species, moisture content at time of surfacing, and mill. 1. For exposed lumber, furnish pieces with grade stamps applied to ends or back of each piece, or omit grade stamps and provide grade -compliance certificates issued by inspection agency. D. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 1. Provide dressed lumber, S4S, unless otherwise indicated. 2. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2-inch nominal thickness or less, unless otherwise indicated. 2.03 WOOD -PRESERVATIVE -TREATED MATERIALS A. General: Where lumber or plywood is indicated as preservative treated or is specified to be treated, comply with applicable requirements of AWPA C2 (lumber) and AWPA C9 (plywood). Mark each treated item with the Quality Mark Requirements of an inspection agency approved by ALSC's Board of Review. 1. Do not use chemicals containing chromium or arsenic. 2. For exposed items indicated to receive stained finish, use chemical formulations that do not bleed through, contain colorants, or otherwise adversely affect finishes. B. Pressure treat aboveground items with waterborne preservatives to a minimum retention of 0.25 lb/cu. ft. After treatment, kiln -dry lumber and plywood to a maximum moisture content of 19 and 15 percent, respectively. Treat indicated items and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. C. Complete fabrication of treated items before treatment, where possible. If cut after treatment, apply field treatment complying with AWPA M4 to cut surfaces. Inspect each piece of lumber or plywood after drying and discard damaged or defective pieces. 2.04 DIMENSION LUMBER A. General: Provide dimension lumber of grades indicated according to the ALSC National Grading Rule (NGR) provisions of the inspection agency indicated. ROUGH CARPENTRY 06100 - 3 B. Framing Other than Non -Load -Bearing Partitions: Provide framing of the following grade and species: 1. Grade: No. 2. 2. Species: Spruce -pine -fir south; NELMA. C. Ceilings (Non -Load -Bearing): For ceiling framing that does not support a floor, roof, or attic, provide the following grade and species: 1. Grade: No. 2. 2. Species: Spruce -pine -fir south; NELMA. D. Other Framing Not Listed Above: Provide the following grades and species: 1. Grade: No. 2. 2. Species: Spruce -pine -fir south; NELMA. 2.05 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including rooftop equipment curbs and support bases, cant strips, bucks, nailers, blocking, furring, grounds, stripping, and similar members. B. Fabricate miscellaneous lumber from dimension lumber of sizes indicated and into shapes shown. C. Moisture Content: 19 percent maximum for lumber items not specified to receive wood preservative treatment. D. Grade: For dimension lumber sizes, provide No. 3 or Standard grade lumber per ALSC's NGRs of any species. For board -size lumber, provide No. 3 Common grade per NELMA, NLGA, or WWPA; No. 2 grade per SPIB; or Standard grade per NLGA, WCLIB or WWPA of any species. 2.06 WOOD -BASED STRUCTURAL -USE PANELS, GENERAL A. Structural -Use Panel Standard: Provide plywood panels complying with DOC PS 1, "U.S. Product Standard for Construction and Industrial Plywood." B. Trademark: Factory mark structural -use panels with APA trademark evidencing compliance with grade requirements. 2.07 CONCEALED, PERFORMANCE -RATED STRUCTURAL -USE PANELS A. General: Where structural -use panels are indicated for the following concealed types of applications, provide APA-performance-rated panels complying with requirements designated under each application for grade, span rating, exposure durability classification, and edge detail (where applicable). 1. Thickness: Provide panels meeting requirements specified but not less than thickness indicated. 2. Span Ratings: Provide panels with span ratings required to meet "Code Plus" provisions of APA Form No. E30, "APA Design/Construction Guide: Residential & Commercial." B. Roof Sheathing: APA-rated sheathing, minimum five -eighths inch (5/8"). ROUGH CARPENTRY 06100 - 4 C. Roof Sheathing: APA-rated Structural I sheathing. 1. Exposure Durability Classification: Exterior. 2. Span Rating: 40/20 or Roof - 40. 2.08 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with a hot -dip zinc coating per ASTM A 153 or of Type 304 stainless steel. B. Nails, Wire, Brads, and Staples: FS FF-N-105. C. Power -Driven Fasteners: CABO NER-272. D. Wood Screws: ASME B18.6.1. E. Lag Bolts: ASME B18.2.1. F. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. G. Fastener for Wood Deck: Shall be a #14 fastener, fluorocarbon coated, with CR-10 coating. A minimum .200 diameter shank and .250 diameter thread. To be used with round pressure plates or bar, and having a fluorocarbon CR-10 coating, when subjected to thirty (30) Kesternich cycles (DIN 50018) shows less than 10% red rust which surpasses FM Global Approval Standard 4470, or approved equal. Fasteners, plates, and/or bars shall be listed in the FM Global Approval Guide. 2.09 METAL FRAMING ANCHORS A. General: Provide galvanized steel framing anchors of structural capacity, type, and size indicated and as follows: 1. Research or Evaluation Reports: Provide products for which model code research or evaluation reports exist that are acceptable to authorities having jurisdiction and that evidence compliance of metal framing anchors for application indicated with building code in effect for Project. 2. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis, and demonstrated by comprehensive testing performed by a qualified independent testing agency. B. Galvanized Steel Sheet: Hot -dip, zinc -coated steel sheet complying with ASTM A 653, G60 coating designation; structural, commercial, or lock -forming quality, as standard with manufacturer for type of anchor indicated. C. Joist Hangers: U-shaped joist hangers with 2-inch- long seat and 1-1/4-inch- wide nailing flanges at least 85 percent of joist depth. 1. Thickness: 0.052 inch. 2. Thickness: 0.064 inch. ROUGH CARPENTRY 06100 - 5 D. Top Flange Hangers: U-shaped joist hangers, full depth of joist, formed from metal strap with tabs bent to extend over and be fastened to supporting member. 1. Strap Width: 1-1/2 inches. 2. Strap Width: 2 inches. 3. Thickness: 0.052 inch. 4. Thickness: 0.064 inch. E. Bridging: Rigid, V-section, nailless type, 0.064 inch thick, length to suit joist size and spacing. PART 3 — EXECUTION 3.01 INSTALLATION, GENERAL A. Discard units of material with defects that impair quality of rough carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. B. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. C. Fit rough carpentry to other construction; scribe and cope as required for accurate fit. Correlate location of furring, nailers, blocking, grounds, and similar supports to allow attachment of other construction. D. Apply field treatment complying with AWPA M4 to cut surfaces of preservative -treated lumber and plywood. E. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. CABO NER-272 for power -driven staples, P-nails, and allied fasteners. 2. Published requirements of metal framing anchor manufacturer. 3. "Recommended Nailing Schedule" of referenced framing standard and with AFPA's "National Design Specifications for Wood Construction." 4. "Table 2305.2-- Fasten ing Schedule" of the BOCA National Building Code. F. Use common wire nails, unless otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; predrill as required. G. Use stainless -steel nails where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity. H. Countersink nail heads on exposed carpentry work and fill holes with wood filler. 3.02 WOOD GROUNDS, NAILERS, BLOCKING, AND SLEEPERS A. Install wood grounds, nailers, blocking, and sleepers where required for screeding or attaching other work. Form to shapes shown and cut as required for true line and level of attached work. Coordinate locations with other work involved. ROUGH CARPENTRY 06100 - 6 B. Attach to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. C. Install permanent grounds of dressed, preservative -treated, key -beveled lumber not less than 1-1/2 inches wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. 3.03 WOOD FRAMING, GENERAL A. Framing Standard: Comply with AFPA's "Manual for Wood Frame Construction," unless otherwise indicated. B. Install framing members of size and at spacing indicated. C. Do not splice structural members between supports. D. Firestop concealed spaces of wood -framed walls and partitions at each floor level and at ceiling line of top story. Where firestopping is not inherent in framing system used, provide closely fitted wood blocks of 2-inch nominal- thickness lumber of same width as framing members. 3.04 INSTALLATION OF STRUCTURAL -USE PANELS A. General: Comply with applicable recommendations contained in APA Form No. E30, "APA Design/Construction Guide: Residential & Commercial," for types of structural -use panels and applications indicated. 1. Comply with "Code Plus" provisions of above -referenced guide. B. Fastening Methods: Fasten panels as indicated below: 1. Sheathing: Mechanically attach to steel framing. a) Space panels 1/8 inch at edges and ends. C. Roof Deck: Shall consist of five -eighths inch (5/8") thick fire rated plywood, conforming to APA psi rated sheathing 42/20, exterior. Face grain of plywood shall be perpendicular to supports with a staggered lay-up. Plywood shall span over at least two supports. Plywood shall be attached to supports with self -drilling screws at twelve inches (12") on center maximum at intermediate supports and at six inches (6") on center maximum at panel edges in the field of the roof, and at six inches (6") on center along the panel perimeter, and six inches (6") on center through the field of the panel along the building perimeter. All attachment shall be in strict accordance with provisions of ASCE 7-02. Minimum modulus of elasticity shall be 180,000 psi. END OF SECTION 06100 ROUGH CARPENTRY 06100 - 7 SECTION 07920 SEALANTS AND CAULKING PART 1 — GENERAL 1.01 DESCRIPTION A. Work includes: 1. Throughout the Work, seal and caulk joints where shown on the Drawings and/or as required by the Project Manager to provide and maintain watertight and airtight continuous seals. 2. This section includes, but is not limited to, providing joint sealants to be in the following areas: a) Exterior openings b) Perimeter of soffits to wall surfaces c) Control and expansion joints in masonry and concrete walls d) Trim moldings to wall surfaces e) Parapet cap copings and counterflashings at roofing conditions f) Perimeter joints of plumbing fixtures g) Inside corners of ceramic tile walls h) All other joints as directed by the Project Manager 1.02 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who have successfully completed a minimum of three projects in the last five years of similar type and scope as the project herein. The workmen shall be thoroughly trained and experienced in joint sealant applications and completely familiar with the specified requirements and methods needed for the proper performance of the work of this section. B. Joint sealer products shall be obtained from a single manufacturer for each product required. C. Job Site Testing 1. All joint sealants shall be field tested for proper adhesion to the joint substrates prior to installation. Do not proceed with the work until job site tests have been approved by the Project Manager. 2. Locate and provide test joints for each type of joint sealant, and substrate as directed by the Project Manager. 3. Acceptable test joints will be used as the standard for all joint sealant work on the project. 4. Sealants which fail to adhere to the substrates shall be removed and replaced at no extra cost to the Owner. 1.03 SUBMITTALS A. Product Data: Within 15 calendar days after the Contractor has received the Owner's Notice to Proceed, submit: 1. Materials list of items proposed to be provided under this Section; 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements; SEALANTS AND CAULKING 07920 - 1 3. Manufacturer's recommended installation procedures which, when approved by the Project Manager, will become the basis for accepting or rejecting actual installation procedures used on the Work. B. Samples: Accompanying the submittal described above, submit samples of each sealant, each backing material, each primer, and each bond breaker proposed to be used. Include color samples of full standard product color range. 1.04 PRODUCT HANDLING A. Do not retain at the job site material which has exceeded the shelf life recommended by its manufacturer. B. Store products on site in compliance with the manufacturer's recommendations and as necessary to prevent damage or deterioration to the materials. 1.05 WARRANTY A. All sealants and caulking shall be provided with a five year manufacturer's warranty. PART 2 — PRODUCTS 2.01 SEALANTS AND CAULK A. Except as specifically otherwise approved by the Project Manager, use only the types of sealants described in this Section. Polysulfide sealants require manufacturer's corporate seal. B. Vertical surfaces and non -traffic bearing horizontal surfaces: 1. One -part Urethane Sealant: Sealant for use at coping joints, reglet joints, etc., shall be a one -component urethane non -sag, gun grade sealant designed for use in active exterior joints, and shall meet or exceed Federal Specification No. 1 TT-S-00230C, Type II, Class A, ASTM C 920. Where joint surfaces are contained or are contaminated with bituminous materials, provide manufacturer's modified -type sealant (modified with coal -tar or asphalt as required), as manufactured by Sonneborn (RC-708), or approved equal. 2. Silyl-terminated Polyether Sealant: To seal the leading edge of the CTEM membrane, to bond CTEM at terminations with metal, and for open CTEM seam repair, sealant shall be a thermosetting, solvent free, non -slump, self-fixturing, multipurpose structural sealant which shall meet the following physical and performance properties, M-1 as manufactured by Chem Link, Inc., or approved equal. Properties Specific Gravity 1.62 (13.5 lbs./gallon) Viscosity 800,000 cps Brookfield RTV, TF spindle, 4 rpm 70 degrees F. Shear Strength (ASTM D-1002) 300 psi+ (7 day ambient cure) Elongation @ break (ASTM D-412) 300% (7 day ambient cure) Hardness Shore A (ASTM C-661) 50 — 55 (14 day ambient cure) Tack free time (ASTM C-679) 35 minutes Low temperature flex Minus 20 degrees F: PASS Slump (sag) (ASTM C-639) Zero slump Shrinkage (ASTM D-2453) No measurable shrinkage (14 cay cure) Service temperature -40 degrees F to 200 degrees F SEALANTS AND CAULKING 07920 - 2 C. Colors 1. Colors for each sealant installation will be selected by the Project Manager from standard colors normally available from the specified manufacturers. 2. Should such standard color not be available from the approved manufacturer except at additional charge, provide such colors at no additional cost to the Owner. 2.02 PRIMERS A. Use only those primers which are non -staining, have been tested for durability on the surfaces to be sealed, and are specifically recommended for this installation by the manufacturer of the sealant used. 2.03 BACKUP MATERIALS A. Use only those backup materials which are specifically recommended for this installation by the manufacturer of the sealant used, which are non -absorbent, and which are non- staining. B. Acceptable types include: 1. Closed -cell resilient urethane or polyvinyl -chloride foam; 2. Closed -cell polyethylene foam; 3. Closed -cell sponge of vinyl or rubber; 4. Polychloroprene tubes or beads; 5. Polyisobutylene extrusions C. Preformed support strips for ceramic tile control joint and expansion joint work: Use polyisobutylene or polychloroprene rubber. 2.04 BOND -BREAKER TAPE A. Polyethylene tape or other plastic tape as recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable. 2.05 MASKING TAPE A. For masking around joints, provide masking tape complying with Fed Spec UU-T-106c. 2.06 EXPANDED POLYETHYLENE JOINT FILLER A. Provide flexible, compressible, closed -cell, polyethylene of not less than 10 psi compression deflection (25%); except provide higher compression deflection strength as may be necessary to withstand installation forces and provide proper support for sealants, surface water absorption of not more than 0.1 pounds per square foot, as manufactured by Sonneborn, or approved equal. 2.07 JOINT PRIMER/SEALER A. Provide type of joint primer/sealer recommended by sealant manufacturer for joint surfaces to be primed or sealed. SEALANTS AND CAULKING 07920 - 3 2.08 BOND BREAKER TAPE A. Provide polyethylene tape or other plastic tape as recommended by sealant manufacturer, to be applied to sealant -contact surfaces where bond to substrate or joint filler must be avoided for proper performance of sealant. Provide self-adhesive tape where applicable. 2.09 SEALANT BACKER ROD A. Provide compressible rod stack of polyethylene foam, polyurethane foam, polyethylene jacketed polyurethane foam, butyl rubber foam, neoprene foam or other flexible, permanent, durable, non -absorptive material as recommended by sealant manufacturer for back-up of and compatibility with sealant. Where used with hot -applied sealant, provide heat -resistant type which will not be deteriorated by sealant application temperature as indicated. PART 3 — EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the work. Do not proceed until unsatisfactory conditions are corrected. 3.02 PREPARATION A. Concrete surfaces Install only on surfaces which are dry, sound, and well brushed, wiping free from dust. 1. At open joints, remove dust by mechanically blown compressed air if so required. 2. Use solvent to remove oil and grease, wiping the surfaces with clean rags. 3. Where surfaces have been treated, remove the surface treatment by sandblasting or wire brushing. 4. Remove laitance and mortar from joint cavities. 5. Where backstop is required, insert the approved backup material into the joint cavity to the depth needed. B. Steel surfaces 1. Steel surfaces in contact with sealant: Sandblast as required to achieve acceptable surface for bond. a) If sandblasting is not practical, or would damage adjacent finish, scrape the metal or wire brush to remove mill scale. b) Use solvent to remove oil and grease, wiping the surfaces with clean rags. 2. Remove protective coatings on steel by sandblasting or by using a solvent which leaves no residue. C. Aluminum surfaces 1. Aluminum surfaces in contact with sealant: Remove temporary protective coatings, dirt, oil, and grease. When masking tape is used for protective cover, remove the tape just prior to applying the sealant. 2. Use only such solvents to remove protective coatings as are recommended for that purpose by the manufacturer of the aluminum work, and which are non -staining. SEALANTS AND CAULKING 07920 - 4 3.03 INSTALLATION OF BACKUP MATERIAL A. Use only the backup material recommended by the manufacturer of the sealant used, and approved by the Project Manager for the particular installation, compressing the backup material 25 to 50 percent to achieve a positive and secure fit. B. When using backup of tube rod stock, avoid lengthwise stretching of the material. Do not twist or braid hose or rod backup stock. 3.04 PRIMING A. Use only the primer recommended by the manufacturer of the sealant, and approved by the Project Manager for the particular installation, applying in strict accordance with the manufacturer's recommendations as approved by the Project Manager. 3.05 BOND -BREAKER INSTALLATION A. Provide an approved bond -breaker where recommended by the manufacturer of the sealant for preventing the sealant to adhering to rigid, inflexible joint filler materials or to joint surfaces at back of joint where such adhesion would result in sealant failure. Adhere strictly to the installation recommendations as approved by the Project Manager. 3.06 INSTALLATION OF SEALANTS A. Prior to start of installation in each joint, verify the joint type according to details on the Drawings, or as otherwise directed by the Project Manager, and verify that the required proportion of width of joint to depth of joint has been secured. B. Comply with ASTM C1193 for application of joint sealants. C. Equipment: 1. Apply sealant under pressure with power -actuated or hand gun, or by other appropriate means. 2. Use guns with nozzle of proper size, and providing sufficient pressure to completely fill the joints as designed. D. Thoroughly and completely mask joints where the appearance of sealant on adjacent surfaces would be objectionable. E. Install the sealant in strict accordance with the manufacturer's recommendations as approved by the Project Manager, thoroughly filling joints to the recommended depth. F. Tool joints to the profile shown on the Drawings, or as otherwise required if such profiles are not shown on the Drawings. G. Do not install sealant when air temperature is under 40 degrees F. Sealant temperature to be at least 50 degrees F; controlled warming permitted to ease installation. SEALANTS AND CAULKING 07920 - 5 H. Cleaning up: 1. Remove masking tape immediately after joints have been tooled. 2. Clean adjacent surfaces free from sealant as the installation progresses, using solvent or cleaning agent recommended by the manufacturer of the sealant used. END OF SECTION 07920 SEALANTS AND CAULKING 07920 - 6 SECTION 08511 ALUMINUM WINDOWS PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: Provide heavy commercial aluminum windows and screens where shown on the Drawings, as specified herein, and as needed for a complete and proper installation. Section shall include glass and glazing at window manufacturer's factory, perimeter trims, sills and stools, window installation hardware and accessories, shims and anchors, and perimeter sealing of window units. Upon completion of the installation, windows and framing shall be completely weathertight. B. Related Work: Documents affecting Work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.02 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. In addition to complying with pertinent regulations of governmental agencies having jurisdiction: 1. Comply with ANSI A134.1 (AAMA 302.9) for the designations specified; 2. On each unit, provide an AAMA sponsored label certifying compliance with the specified requirements. C. Pre -Installation Meetings: Conduct pre -installation meeting to verify project requirements, substrate conditions, manufacturer's installation instructions and manufacturer's warranty requirements. 1.03 SUBMITTALS A. Product Data: Within fifteen (15) calendar days after the Contractor has received the Owner's Notice to Proceed, submit: 1. Materials list of items proposed to be provided under this Section; 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements; 3. Shop Drawings in sufficient detail to show fabrication, installation, anchorage and interface of the work of this Section with the work of adjacent trades; 4. Manufacturer's recommended installation procedures which, when approved by the Architect, will become the basis for accepting or rejecting actual installation procedures used on the Work. B. Closeout Submittals: Submit Material Safety Data Sheets for the following items: 1. All mastics, glues and adhesives 2. Sealant (interior use only) ALUMINUM WINDOWS 08511 - 1 1.04 WARRANTY A. Window system shall be under warranty for a period of two (2) years beginning at Date of Substantial Completion. The system is warranted to be free from defect in materials and workmanship in the course of manufacture. Insulated glass shall be warranted to be free from defects (excluding breakage) for a period of ten (10) years. 1.05 SYSTEM DESCRIPTION A. Reference Standard Compliance: Comply with ANSI/AAMA 101 for minimum performance criteria for aluminum windows, including grade designation windows units. B. Test Units: Conform to minimum size in accordance with ANSI/AAMA 101 for each test unit sizes and configurations. Units submitted for laboratory testing shall be manufacturer's standard construction, glazed and assembled in accordance with manufacturer's specifications and ANSI/AAMA 101. C. Window Performance Requirements — Fixed Window to Match Existing 1. Air Infiltration: The test specimen shall be tested in accordance with ASTM E 283 at a minimum frame sixe of 72" x 72" (HC), 60" x 96" (AW). Air infiltration rate shall not exceed 0.06 cfm/ft of sash perimeter at a static air pressure differential of 6.24 psf. 2. Water Resistance: The test specimen shall be tested in accordance with ASTM E 547 and ASTM E 331 at a minimum frame size of 72" x 72" (HC), 60" x 96" (AW). There shall be no leakage as defined in test method at a static air pressure differential of 12 psf. 3. Uniform Load Deflection: A minimum static air pressure difference of 100 psf shall be applied in the positive and negative direction in accordance with ASTM E 330. There shall be no deflection in excess of L/175 of the span of any framing member. 4. Uniform Load Structural Test: A minimum static air pressure difference of 150 psf shall be applied in the positive and negative direction in accordance with ASTM E 330. The unit shall be evaluated after each load. 5. Thermal Transmittance (U-value): When tested to AAMA Specification 503.1, the thermal transmittance (U-value) shall not be more than 0.48 BTU/hr/sf/°F. 6. Condensation Resistance (CRF): When tested to AAMA Specification 1503, the condensation resistance factor shall not be less than 58. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Kawneer Company, 555 Guthridge Court, Atlanta, GA 770.449.5555, www.kawneer.com. B. EFCO Corporation, 1000 Country Road, Monnet, MO, 800.221.4169, www.efocorr).com. C. All Seasons Commercial, Inc., 1293 North Harvey Mitchell Parkway, Bryan, TX 77083, 800.444.1444, www.allseasonswindows.com. D. Architectural Products of Texas, Winco Series, Architectural Products of Texas, 4106 Meadowgold Lane, Kingswood, TX 77345, 713.398.3227, a a apoftx(aD-aol.com. E. Equal products of other manufacturers with Architect's approval prior to bidding. ALUMINUM WINDOWS 08511 -2 2.02 MATERIALS A. Aluminum Window Systems Series Trifab 451T; Thermal, four and one-half inch (4-1/2") deep frame, fixed to match existing. B. Aluminum (Windows and Components): 1. Material Standard: ASTM B 221, G.S. 10A-T5; 6063-T5 alloy and temper. 2. Frame Depth: Not less than four inches (4"). 3. Member Wall Thickness: Each master frame member shall have minimum wall thickness of 0.070" and shall provide structural strength to meet specified performance requirements. Each sash member shall have a minimum wall thickness of 0.070". All horizontal sash members shall be tubular construction. Meeting rail shall have continuous interlock with double weather-stripping. 4. Dimensions: Reference to dimensions for wall thickness and other cross -sectional dimensions of window members are nominal and in compliance with ANSI H35.2-1990. 5. Finish/Color: AA-M12C22A41, AAMA 611, Architectural Class I Anodic Coating: Dark bronze to match existing. C. Mullions and Cover Plates: Shall be extruded aluminum of 6063-T5 alloy and temper of profile and dimensions indicated on drawings. Mullions shall provide structural properties to resist wind pressure required by performance criteria and standards. D. Thermal Barrier. 1. Frame thermal barrier shall have a minimum of five -sixteenths inch (5/16") separation consisting of a two-part, chemically curing high density polyurethane, which is mechanically and adhesively bonded to the aluminum. 2. Sash thermal barrier shall have a minimum of one-fourth inch (1/4") separation consisting of a two-part, chemically curing high density polyurethane in conditioned thermal pockets, which is mechanically and adhesively bonded to the aluminum. 2.03 ACCESSORIES A. Fasteners: Where exposed, shall be 300 series, stainless steel. B. Perimeter Anchors: Aluminum. Color to match existing. C. Exterior Panning and Interior Trims: Extruded aluminum, 6063-T5 alloy and temper, extruded to profiles and details indicated. Seal exterior joints with manufacturer's standard sealant to assure watertight joints. Color to match frame as selected by Owner. D. Provide sealed end dams on all subsill sections. 2.04 GLASS AND GLAZING A. General: Glass thickness and type shall be in accordance with manufacturer's recommendations for prescribed design pressure. Factory glazing shall be in accordance with manufacturer's standard requirements. 1. Material Compatibility: Glazing materials shall be compatible with aluminum and sealants. ALUMINUM WINDOWS 08511 - 3 2. Manufacturer's Standards: Glazing method shall be a wet/dry type in accordance with manufacturer's standards. Exterior glazing shall be pre -shimmed glazing tape. Interior glazing shall be snap -in type 0.062" glazing beads and a compression gasket of dense elastomer in accordance with ASTM C 864. B. Glass Materials: 1. Insulating Glass: ASTM E 774, NAMI Dual -Seal — Low E. 2. Safety Glazing: ANSI Z97.1 or CPSC 16 CFR 1201 — Low E. 3. Tempered Glass: ASTM C 1048 — Low E. 4. Glass Thickness one inch (1") consisting of one-fourth inch (1/4") exterior, one-half inch (1/2") spacer and one-fourth inch (1/4") interior. 5. Factory glaze with glass as shown on the drawings, capable of withstanding a design pressure of 30 psf, and in accordance with ANSI A 134-1. PART 3 - EXECUTION 3.01 MANUFACTURER'S INSTRUCTIONS A. Compliance: Comply with manufacturer's product installation data and recommendations for installation requirements of window units, hardware and other components in accordance with manufacturer's warranty provisions. 3.02 EXAMINATION A. Site Verification of Conditions: Verify substrate conditions are acceptable for product installation in accordance with manufacturer's instructions. Verify openings are sized to receive window units and sill plate is level in accordance with manufacturer's acceptable tolerances. 3.03 PREPARATION A. Adjacent Surfaces Protection: Protect adjacent work areas and finish surfaces from damage during product installation. 3.04 INSTALLATION A. General: Install window units plumb, level and true to line, without warp or rack of frames or sash with manufacturer's prescribed tolerances. Provide support and anchor in place. 1. Dissimilar Materials: Provide separation of aluminum materials and other corrodible surfaces from sources of corrosion or electrolytic action contact points by complying with AAMA 101, Appendix, titled "Dissimilar Materials". 2. Weathertight Construction: Install sill members and other members in a bed of sealant or with joint filler or gaskets, to provide weathertight construction. Coordinate installation with wall flashings and other components of construction. 3. Anchor securely in place, allowing for required movement, including expansion and contraction. No anchors shall penetrate sill or subsill. ALUMINUM WINDOWS 08511 - 4 3.05 FIELD QUALITY CONTROL A. Field Tests: Architect shall select window units to be tested as soon as a representative portion of the project has been installed, glazed, perimeter caulked and cured. Conduct tests for air infiltration and water penetration with manufacturer's representative present. Tests not meeting specified performance requirements and units having deficiencies shall be corrected as part of the contract amount. 1. Testing: Testing shall be performed by a qualified independent testing agency. Refer to Division 1 Testing Section for payment of testing and testing requirements. Testing Standard per AAMA 502, including reference to ASTM E 783 for Air Infiltration Test and ASTM E 1105 Water Infiltration Test. a) Air Infiltration Tests: Conduct tests in accordance with ASTM E 783. Allowable air infiltration shall not exceed 1.5 times the amount indicated in the performance requirement or 0.15 cfm per foot of crack length, whichever is greater. b) Water Penetration Tests: Conduct tests in accordance with ASTM E 1105. No uncontrolled water leakage is permitted when tested at a static test pressure of two-thirds the specified water penetration pressure, but not less than 6.24 psf. B. Manufacturer's Field Services: Upon Owner's request, provide manufacturer's field service consisting of product use recommendations and periodic site visit for inspection of product installation in accordance with manufacturer's instructions. 3.06 ADJUSTING AND CLEANING A. Adjusting: Adjust operating window components to provide a tight fit at contact points and at weather-stripping for smooth operation and a weather -tight closure. B. Cleaning: Remove temporary coverings and protection of adjacent work areas. Repair or replace damaged installed products. Clean installed products in accordance with manufacturer's instructions prior to Owner's acceptance. Remove construction debris from project site and legally dispose of debris. Do not remove energy compliance labels prior to energy compliance inspection. C. Protection: Protect installed product's finish surfaces from damage during construction. Protect aluminum windows from damage from grinding and polishing compounds, plaster, lime, acid, cement or other harmful contaminants. Remove and replace damaged aluminum windows at no extra cost. END OF SECTION 08511 ALUMINUM WINDOWS 08511 - 5 SECTION 09250 GYPSUM DRYWALL CONSTRUCTION PART 1 — GENERAL 1.01 DESCRIPTION: Provide all gypsum drywall work, exterior stud walls and materials shown on the Drawings. 1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions, Supplementary Conditions and General Requirements apply to the work specified in this section. 1.03 SCHEDULE OF WORK: See finish schedules and drawings for locations of gypsum drywall work required. The types of work include the following: A. Single Layer Applications: Partitions and suspended ceilings, 5/8" thick, Type X. B. Interior Drywall Framing and Furring: 20, 25-gauge metal stud system and furring channels. 1.04 COORDINATION: A. Build in openings and chases for heating, plumbing, and electrical ducts, pipes, and conduits built into drywall partitions and ceilings. B. Consult other trades in advance and make provisions for their work to avoid cutting and patching. 1.05 QUALITY ASSURANCE: A. Acceptable Manufacturers: U.S. Gypsum Co., National Gypsum Co., Flinkote Co., Republic Gypsum Co. B. Qualifications of Installer: Minimum of 3 years previous experience in comparable work. C. Requirements of Regulatory Agencies: Underwriters Laboratories, Inc., Fire Hazard Classification; Local Building Code. D. Fire Endurance Ratings: 1. Partitions: 1 hour fire -rated construction, unless otherwise noted, 2 hour fire - rated partitions U.L. Design U411-2hr. 2. Ceilings: 1 hour fire -rated construction, unless otherwise noted. 3. Fireproofing for Steel Joist and Framing above Suspended Ceilings: 2 hour fire - rated construction, unless otherwise noted, equivalent to U.L. Design P503 - 2 hr. 4. Gypsum Board "Tunnel" Ceilings Above Corridor Suspended Ceilings: 1-hour fire -rated construction equivalent to 1-hour wall construction. 5. Columns: 2 hour fire -rated construction equivalent to U.L. Design X516- 2hr./X528-2hr. 3 hour fire -rated construction equivalent to U.L. Design X508-3hr. E. Allowable Tolerances: 1/8" offsets between planes of board faces, and 1/8" In 8'-0" for plumb, level, warp and bow. 1.06 SUBMITTALS: GYPSUM DRYWALL CONSTRUCTION 09250 - 1 A. Product Data: Submit copies of manufacturer's product data sheets and printed installation instructions for each product proposed for use, in accordance with Section 01340. B. Samples: Submit samples of framing members and accessory items. C. Certificates: Furnish manufacturer's certification that materials meet or exceed specification requirements. 1.07 DELIVERY AND STORAGE: Deliver materials to project site with manufacturer's labels intact and legible. Deliver fire -rated materials bearing testing agency label and required fire classification numbers. Store materials under cover, in dry area, off floor. Damaged, deteriorated, or wet materials shall be rejected and replaced. PART 2 — PRODUCTS 2.01 MATERIALS: A. Source: Products listed are items manufactured by U.S. Gypsum Co. and are listed as a standard of quality. Equivalent items of listed acceptable manufacturers are acceptable. Products furnished on project shall be of a single manufacturer. B. Interior Partition -Metal Studs: USG metal studs, channel type, roll -formed from 25 ga. galvanized steel, designed for screw attachment - Use 20 ga. where noted. Metal studs and runners must comply with ASTM C645-81 specifications, including minimum thickness. C. Floor and Ceiling Runners; USG metal runners formed of 25 ga. galvanized steel. D. Metal Accessories: 1. Corner Beads: Dur-A-Bead No. 101, galvanized. 2. Metal Trim (Casing Bead): No. 200-A or 200-B metal trim, galvanized. 3. Control Joints: No. 093, galvanized. E. Plastic Trim: 1. Outside Corner; RP-1 with field applied vinyl to match wallboard. 2. End caps: RP-4 with field applied vinyl to match wallboard. 3. Horizontal Wall Cover at Ceiling Heights Greater than 10 Feet: Plastic H mold with field applied vinyl to match wallboard. 4. Edge Clips: Equal to SKUT clips. PART 3 — EXECUTION 3.01 GENERAL: Install all drywall materials in strict accordance with U. S. Gypsum's current "good design practice" recommendations and printed instructions, but not less than the requirements that follow. If a requirement of these specifications is in conflict with that of the drywall manufacturer's recommendations or fire resistive rating requirements, then the manufacturer's recommendations or fire resistive requirements shall govern (at no additional cost to the Owner). Contractor shall notify the Architect in writing of any such conflicts prior to installing the materials. GYPSUM DRYWALL CONSTRUCTION 09250 - 2 3.02 PREPARATION: Maintain minimum of 55 deg. F. temperature in building one week prior to installation and until insulation and joint treatment is complete. Provide adequate ventilation to remove excess moisture during joint treatment. 3.03 METAL FRAMING INSTALLATION: A. Metal Runners: Align accurately according to partition layouts and fasten to structure at 24" o.c. Brace top runners to structure above with bracing members 8 ft. on center, maximum. B. Caulking: Before anchoring runners of partitions shown with sound insulation, apply 2 beads of 3/8" dia. acoustical sealant to contact surfaces of runner tracks and end studs to seal with adjoining structure. C. Metal Studs: Place in accordance with schedule below, unless otherwise noted on Drawings, into floor and ceiling runners. Secure studs to runners with screws at door and window frames, partition intersections and corners and secure remaining studs with positive attachment. Where required for additional height, splice studs by nesting a minimum lap of 18" and attach flanges together with 2 screws in each flange. 1. Interior Stud Spacing and Gage: a) 16" o.c., 25 ga. for heights up to 14 ft. 2. Exterior Stud Spacing: a) 1 6" o.c. 3.04 PANEL ERECTION: A. General: 1. Stud Partitions: Do not begin installation of wallboard until stud framing and stud cavity insulation, if any, has been inspected and approved by Architect. 2. Concealed Mechanical and Electrical Systems: All mechanical and electrical work that will be concealed by installation of wallboard shall be inspected and approved by Architect prior to installing wallboard. B. Screw Application: 1. Screws shall be applied with a positive -clutch electric power tool, commonly called an electric screw gun, equipped with adjustable screw -depth control head and a Phillips bit. 2. Set screw gun adjustment for proper screw depth. For gypsum panels (drywall), screw head must be driven slightly below face of panel, but not deep enough to break the paper face. Install additional screws adjacent to any screw -head that breaks the paper face. C. Single -Layer Wallboard - Treated Joints: Use maximum practical lengths. Apply face out with long dimension vertical. Place abutting ends and edges over stud flanges. Joints on opposite sides of a partition shall occur on different studs. Make cutouts within field of panels in a workmanlike manner. Attach with screws spaced 12" o.c. in field of board and 8" o.c. staggered along vertical abutting edges. Neatly fit and stagger end joints. Do not apply wallboard on both faces until after stud cavities have been insulated. 1. Caulking Face Layer: Caulk perimeter of face layer by running a continuous 3/8" x 3/8" bed of acoustical sealant against adjacent surfaces and runner track before applying face layer. 2. Caulking Cut -Outs: Seal sides and backs of electrical boxes by buttering with GYPSUM DRYWALL CONSTRUCTION 09250 - 3 acoustical sealant during time of partition framing and prior to erection of wallboard. Seal joints between box and cut-out in wallboard with acoustical sealant. 3.05 ACCESSORIES INSTALLATION: A. Corner Beads: Install on external corners, with suitable fasteners spaced 9" o.c. on both sides. B. Metal Trim: Install over face -layer wallboard with suitable fasteners spaced 9" o.c., where gypsum board surfaces meet dissimilar surfaces, where interior partitions intersect exterior walls, and elsewhere as shown on Drawings. C. Control Joints: Unless otherwise shown, install above door frame jambs, above and below borrowed light frame jambs, openings in exterior stud walls, at changes in back-up material, in partitions at 30' o.c., in ceilings at 50' o.c. in both directions, in wings where "L", "U" and "T"-shaped ceiling areas are joined, at locations where expansion or control joints occur in the base wall and elsewhere as recommended by the drywall manufacturer. Attach to face layer wallboard with 9/16" "G" staples spaced 6" o.c. in each flange. D. Plastic Trim: Install in accordance with manufacturer's directions on external corners and where vinyl faced gypsum board surfaces meet dissimilar surfaces. 3.06 CLEANING: At the completion of installation, remove rubbish from building, leaving floors broom clean. Remove excess material, scaffolding, tools, and other equipment from building and job site. END OF SECTION 09250 GYPSUM DRYWALL CONSTRUCTION 09250 - 4 SECTION 09900 PAINTING AND FINISHING PART 1 - GENERAL 1.01 DESCRIPTION: A. Provide complete painting and finishing of surfaces throughout interior and exterior of building, including mechanical and electrical equipment, unless otherwise noted not to be painted. B. Examine specifications for various other trades and their provisions regarding their painting. Surfaces that are left unfinished by other sections of specifications shall be painted or finished as a part of this section. C. Copper, bronze, chromium plate, nickel, stainless steel, Monel metal, lead, and lead coated copper shall not be painted or finished except as otherwise specified or scheduled. D. Other surfaces not to be painted, unless otherwise noted, include face brick; synthetic plaster, pre -finished wall, ceiling, and floor coverings; items with factory applied final finish; chases; and plenums above suspended ceilings, except as noted otherwise. 1.02 DOCUMENTS: Applicable requirements of the General Conditions, Supplementary Conditions and General Requirements apply to the work specified in this section. 1.03 RELATED WORK SPECIFIED ELSEWHERE: 1. Caulking and Sealants — Section 07920 2. Gypsum Drywall Construction — Section 09250 1.04 QUALITY ASSURANCE: A. Product Labels: Include manufacturer's name, type of paint, stock number, color and label analysis on label of containers. B. Field Quality Control: Apply each type of finish required on a representative area or room for approval of color, texture, quality and workmanship. After approval, these applications shall serve as standard of quality for entire project. 1.05 SAMPLES AND COLORS: A. Colors, including deep tones, will be selected by Architect. Number of colors to be used on job will be determined by Architect. B. After initial selections are made, painter shall prepare two 12" x 12" samples of each color and sheen selected, on properly prepared paint -out cards or hardboard. One set of approved samples shall remain at project site, and one will be retained at the architect's office. C. Prepare stained wood samples on type and quality of wood specified for use on project. Painter shall provide two samples of approved stain, one of which shall be maintained at PAINTING AND FINISHES 09900 - 1 project site. D. Submit 12" x 12" samples of drywall textures based on Architect's instructions for a general type of texture desired. E. Submit paint schedule in accordance with submittal requirements of Section 01340. List each surface and its proposed paint products and systems. 1.06 SUBSTITUTIONS: A. Comply with provisions of Section 01330. B. Submit substitute paint schedule listing each surface and its proposed products. C. Submit complete supporting data, specifications, and identifying numbers of each proposed product. D. Do not order or deliver materials until Architect's approval is obtained. 1.07 DELIVERY AND STORAGE: A. Deliver materials in original containers with seals unbroken and labels intact. B. Store materials and equipment in a single lockable area of project site. Provide adequate means to protect floors and adjacent surfaces of this area from damage. C. Store clean rags, paint, and solvents in closed metal containers located in designated area. Dispose of soiled rags daily. D. Comply with applicable health and fire regulations. 1.08 SCAFFOLDS AND PROTECTION: A. Provide adequate safe ladders, scaffolds, and stages necessary to complete work. B. Protect completed finish and painted work, and protect adjacent finish surfaces from paint splatter, spills and stains. Use adequate drop cloths and masking procedures during progress of work. 1.09 EXTRA PAINT: Upon completion of the work, deliver to the Owner one (1) gallon of each type and color of paint used. 1.10 GUARANTEE: This Contractor shall guarantee all work performed under this contract for a period of one (1) year from date of acceptance. Cracking, peeling and scaling of paint shall be judged as defective work. Exterior textured coating shall be guaranteed for five (5) years from date of acceptance. PART 2-PRODUCTS 2.01 MATERIALS: A. Products specified in Schedule of Painting are as manufactured by Sherwin-Williams, unless otherwise indicated; equivalent products of Pratt and Lambert, Pittsburgh Paints, PAINTING AND FINISHES 09900 - 2 Benjamin Moore and Kelly -Moore may be furnished in lieu of those listed, provided that they are of equal type and quality. B. Materials selected for coating systems shall be products of a single manufacturer unless otherwise specified. C. Secondary products such as linseed oil, turpentine and shellacs shall be first line quality products of a reputable manufacturer. D. Lead Free Paint: All paint specified for use under this section shall be lead free and mercury free and shall be in full compliance with Federal Hazardous Substances Act. E. Volatile Organic Compound (VOC) limits for paint and coating materials shall comply with requirements of governing regulatory agency. 2.02 MIXING AND TINTING: A. Accomplish job site tinting and mixing only when approved by Architect. Use tinting colors recommended by paint manufacturer for specific type of finish. B. Thin paints only when specifically allowed by manufacturer: do not exceed thinning directions. 2.03 JOINT TREATMENT MATERIALS: A. Compounds: Pre -fill powdered joint compound, taping compound and topping compound, ASTM C475. B. Joint Tape: Perforated tape, ASTM C475. PART 3 - EXECUTION 3.01 INSPECTION: A. Examine surfaces scheduled to receive paint and finish for conditions that will adversely affect execution, permanence, or quality of finish work, and which cannot be put into an acceptable condition through normal preparatory work. B. Notify Architect in writing of such unacceptable conditions. C. Do not proceed with surface preparation or coating applications until conditions are suitable. D. Application of paint or finish to surfaces shall constitute acceptance of that surface. 3.02 GENERAL APPLICATION REQUIREMENTS: A. The intent of these specifications is to produce highest quality appearance of paint and finish surfaces. Employ skilled mechanics only. B. Do not apply exterior paint while surface is damp, or during cold, rainy, or frosty weather, or when temperature is below 50 deg. F. Avoid painting surfaces exposed to hot sun. PAINTING AND FINISHES 09900 - 3 C. Floors and adjacent surfaces, as well as surfaces to be painted, shall be clean before painting. D. Finish tops, bottoms, and edges of doors same as balance of doors after they are fitted. Seal top, bottom, opening and hardware recesses immediately after hanging doors. E. Clean surfaces free of foreign matter before applying paint or finishes. F. Maintain ambient temperature in building of not less than 60 deg. F. for 24 hours prior to and minimum of 24 hours after interior painting. G. Do not paint masonry surfaces with a moisture content exceeding 12%. H. Provide a minimum of 20 foot candles illumination for surfaces to be painted or finished. J. Apply materials with adequate ventilation; maintain ventilation in occupied rooms. 3.03 MECHANICAL AND ELECTRICAL PAINTING REQUIREMENTS: A. Paint metal surfaces, including pipes, conduit, machinery, equipment panels and boxes where exposed in finished spaces, mechanical rooms or on exterior. Paint equipment Machinery Gray unless otherwise noted. Paint pipes and conduits to match color of adjacent surfaces unless otherwise directed by Architect. B. Metal surfaces delivered with prime coat shall have abrasions touched up and finish coats applied as specified. C. Touch up abrasions in factory finishes. D. Paint galvanized ducts exposed to view on interior of building, including mechanical spaces, in accordance with painting schedule for galvanized metal. E. Paint air conditioning grilles, registers, ceiling diffusers and speaker grilles to match color of adjacent surfaces unless otherwise directed by Architect. F. Paint exposed conduit supports, clamps, hangers, and exposed conduit and boxes in accordance with painting schedule. G. Paint panel boards and other cabinets in accordance with painting schedule to match color of adjacent surfaces, when located in finished spaces other than closets or mechanical/electrical rooms. H. Paint surfaces inside of ducts, diffusers and other mechanical openings, which are exposed to view, flat black. J. Do not paint nameplates on equipment or labels on doors and frames. 3.04 PREPARATION OF SURFACES: A. Comply with manufacturer's written instructions and recommend actions in WPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Seal knots, pitch streaks, and sappy spots with 2 lb. cut shellac priming. C. Fill nail holes, cracks, open joints, and other defects with putty after first coat. Color to PAINTING AND FINISHES 09900 - 4 match finish. D. Sand woodwork smooth and clean surface before finishing. E. Back prime interior trim and cabinetry with tinted wood primer before installation. E. Back prime exterior wood fascias and grounds with tinted wood primer. F. Paste wood filler, applied on open grain wood when "set" shall be wiped across grain of wood, then with grain to secure a clean surface. G. Coat surfaces to be stained with a uniform coat of stain and wipe excess off. H. Sand enamel or varnish finish on wood between coats using a fine sandpaper to produce an even, smooth finish. Thoroughly clean surfaces. Wash metal surfaces with mineral spirits to remove dirt, oil, or grease before applying primer. Remove rust or scale by wire brushing or sanding clean before painting. Clean marred shop coats and touch-up with primer. Pre -treat galvanized metal surfaces with a crystalline zinc phosphate treatment such as Lithoform, by American Chemical Paint Co., Ambler, Pa., or Galvaprep #5, by Neilson Chemical Co., Detroit, Mich. K. Fill scratches, cracks, and abrasions in drywall with a spackling compound flush with adjoining surface. When dry, sand smooth and seal before application of priming coat. L. Fill and sand metal door frames as required to provide a smooth surface before finishing. Touch-up factory prime coat before applying first coat. M. Touch-up shop coats on metal surfaces before applying finish. N. All gypsum board surfaces to receive paint finish shall first receive a uniform texture applied to the surface. Type of texture, including means of application shall be as selected and approved by the Architect. O. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to the formation of a durable paint film. P. Sealed concrete floors shall be cured a minimum of 28 days and dryness tested with a plastic film tape -down test, and corrected to meet concrete sealer manufacturer's recommendations. Abrasive blast or mechanically abrade. Q. Clean surfaces to be painted before applying paint or surface treatments. 3.05 JOINT TREATMENT: Treat joints, interior angles, fastener depressions and finishing trim on face -layer wallboard. Pre -fill, tape, fill and finish in strict accordance with manufacturer's directions. Sand finish coat and leave surfaces smooth, uniform, and free of fins, depressions, cracks and other imperfections. Treat joints of surfaces to receive ceramic tile or other finish wall material. Treat joints of all exposed face layers. Treat joints of all face layers of all gypsum board fire proofing and fire rated construction in exposed and concealed locations. Treat joints of sound insulated walls above ceilings. 3.06 APPLICATION: PAINTING AND FINISHES 09900 - 5 A. Final coat of paint shall have visual evidence of solid hiding and uniform appearance, and shall be smooth, free of brush marks, streaks, sags, runs, laps, holidays, or skipped areas. B. Apply paint, stain, and varnish with suitable brushes, or rollers, as recommended by manufacturer. Spray application will be allowed only upon written approval of the Architect. C. Allow previous coats to thoroughly dry before applying succeeding coats. D. Edges of paint adjoining other materials or colors shall be sharp and clean with no overlapping. E. Sand and dust between each coat as required to remove visual defects. F. Adjust transparent (natural) finishes to obtain matching appearance between doors and casework. G. Each coat of paint applied shall be inspected by Architect before application of succeeding specified coats. Only inspected coats of paint will be considered in determining number of coats. Provide Architect a report of each coat applied when completed for inspection to comply with above. Architect reserves right to make revisions within color range of paint prior to final coat, at no additional cost. H. Apply each coat of paint uniformly to minimum wet film (MWF) thickness specified in Schedule, or as recommended by manufacturer. Where shown provide minimum dry film (MDF) thickness shown in schedule. Additional coats shall be applied if required to produce full coverage. 3.07 CLEANING AND PATCHING: A. Upon completion of work, remove paint and varnish spots from floor, glass, and other finished surfaces. Remove from premises rubbish and accumulated materials. Leave work in clean, orderly, and acceptable conditions. B. Spot painting will be allowed to correct soiled or damaged paint surfaces only when touch-up spot will blend into surrounding finish and is invisible to normal viewing. Otherwise, re -coat entire section to corners or visible stopping point. 3.08 SCHEDULE OF PAINTING: A. INTERIOR METAL - SEMI -GLOSS FINISH First: Pro Industrial Pro-Cryl Universal Primer, B66-310 series, <100 g/L VOC Second: Pro Industrial Acrylic Semi -Gloss, B66-650 series, <50 g/L VOC Third: Pro Industrial Acrylic Semi -Gloss, B66-650 series, <50 g/L VOC NOTE: Use this finish for all interior ferrous metal including exposed structural steel except where other finishes are required. First coat not required on items delivered with prime coat. B. INTERIOR GALVANIZED METAL - ACRYLIC SEMI -GLOSS FINISH First: Pro Industrial Pro-Cryl Universal Primer, B66-310 series, <100 g/L VOC Second: Pro Industrial Acrylic Semi -Gloss, B66-650 series, <50 g/L VOC Third: Pro Industrial Acrylic Semi -Gloss, B66-650 series, <50 g/L VOC PAINTING AND FINISHES 09900 - 6 C. INTERIOR METAL — 100% ACRYLIC SEMI -GLOSS ENAMEL FINISH First: Pro Industrial Pro-Cryl Universal Primer, B66-310 series, <100 g/L VOC Second: Pro Industrial Acrylic Semi -Gloss, B66-650 series, <50 g/L VOC Third: Pro Industrial Acrylic Semi -Gloss, B66-650 series, <50 g/L VOC D. INTERIOR METAL - EPDXY FINISH (WATER BASE) First: Pro Industrial Pro-Cryl Universal Primer, B66-310 series, <100 g/L VOC Second: Pro Industrial Pre -Catalyzed Water -Based Epoxy Semi -Gloss, K46 series, <150 g/L VOC Third: Pro Industrial Pre -Catalyzed Water -Based Epoxy Semi -Gloss, K46 series, <150 g/L VOC NOTE: Use epoxy paint on ferrous metal where scheduled on the plans. E. INTERIOR WOODWORK - TRANSPARENT FINISH First: S64T00008 — Sher -Wood Wiping Stain Second: A68F00090 — Wood Classics Waterborne Polyurethane Varnish Satin Clear Third: A68F00090 — Wood Classics Waterborne Polyurethane Varnish Satin Clear F. INTERIOR WOODWORK - TRANSPARENT FINISH First: Wood Classics 250 g/I Stain, A49W800 series, 250 g/L VOC Second: Wood Classics WB Polyurethane A68, Satin <350 g/L VOC Third: Wood Classics WB Polyurethane A68, Satin <350 g/L VOC NOTE: Use this finish for all hardwood trim, doors, millwork, etc., noted to have transparent finish. G. INTERIOR WOODWORK - PAINTED (ENAMEL) FINISH First: ProMar 200 Zero VOC Primer, B28W2600, 0 g/L VOC Second: Pro Industrial Acrylic Semi -Gloss, B66-650 series, <50 g/L VOC Third: Pro Industrial Acrylic Semi -Gloss, B66-650 series, <50 g/L VOC NOTE: Use this finish for all white pine and trim, millwork, etc., noted to have painted finish. H. INTERIOR WOODWORK - Cabinet Interiors not exposed to view. One coat Lacquer Clear Gloss, tinted as directed. INTERIOR DRYWALL CONSTRUCTION (Gypsum) - LATEX FINISH Flat First: ProMar 200 Zero VOC Interior Latex Primer, B28W2600, 0 g/L VOC Second: ProMar 200 Zero VOC Flat, B30-2600 series, 0 g/L VOC Third: ProMar 200 Zero VOC Flat, B30-2600 series, 0 g/L VOC END OF SECTION 09900 PAINTING AND FINISHES 09900 - 7 SECTION 09963 ELASTOMERIC WALL COATING SPECIFICATION PART 1 - GENERAL 1.01 DESCRIPTION OF SYSTEM A. Wall coating system shall be a complete assembly from a single source manufacturer of compatible products to achieve a seamless waterproof membrane. B. The wall coating system shall be designed for the application as outlined on project documents and manufacturer's specifications to the specified project conditions. 1.02 QUALITY ASSURANCE A. Applicator shall be approved by material manufacturer as a participating applicator prior to product application. B. The manufacturer shall have the opportunity to inspect all work prior to final validation of the manufacturer's warranty. 1.03 SUBMITTALS A. Submit one full set of data sheets for each product intended for use on the project. B. Include a current letter showing the applicator is an Approved Applicator by the manufacturer. C. Submit sample of Manufacturer's 10-Year Product and Contractor's 2-Year Labor warrantees as required by project documents. D. Successful bidding contractor shall submit a physical sample of the completed system that shows all products in their representative dry mil thickness to accurately show the system being installed. E. Applicator is required to furnish lien releases from all appropriate venders and suppliers with each draw request. 1.04 PROJECT/ENVIRONMENTAL CONDITIONS A. Ensure the methods or process intend for use are proper for the project condition. B. Do not install products when surface or ambient temperatures are 40° F or less or if inclement weather is imminent within 24 hours. Protect from freezing. C. Store materials at temperatures not less than 650F. Do not store indirect sunlight for long periods. ELASTOMERIC WALL COATING SPECIFICATION 09963 - 1 PART 2-PRODUCTS 2.01 PRIMARY PRODUCTS A. Reinforcing Fabric: A reinforcing fabric as needed for repairs and reinforcement of areas of suspected excessive cyclic movement that shall meet or exceed the following. Weight 2.75 oz./sq.yd. ASTM D 1910 Tensile Strength MD/XD 29/6 lbs. ASTM D 5035 (90) Elongation MD/XD 24/62 % ASTM D 5035 (90) Tear Strength 2500 grams ASTM D 5035 (90) B. Acrylic Patching Compound: A concentrated, acrylic resinous plastic emulsion for repairs and patching compound that shall meet or exceed the following. Weight per Gallon 11 lbs. Solid Content 80% Tensile Strength 180 psi Elongation 750% avg. Low Temperature Flex @ -10°C Pass C. Acrylic Wall Coating: A 100% acrylic elastomer based white coating that shall meet or exceed the following. Weight per Gallon 11 — 12 lbs. ASTM D 1475 Solids Content 68% ASTM D 1353 Tensile Strength @ 73°F / 0°F 478 / 205 psi ASTM D 2370 Elongation @ 73°F / 0°F 282 / 104 % ASTM D 2370 Low Temperature Flex -26°C Pass ASTM C 522 Reflectivity 90% 2.02 RELATED PRODUCTS A. Surface Cleaner: A highly effective surface cleaner for non -porous surfaces as approved by the Primary Materials Manufacturer. B. Urethane Sealant: As approved by Primary Materials Manufacturer. PART 3 - EXECUTION 3.01 SITE INSPECTION AND EVALUATION A. Masonry Block, Concrete or Stucco 1. Ensure mortar joints are without voids or cracks. 2. Defective mortar and stucco to be repaired using a cementitious based patching compound or the herein listed Acrylic Patching Compound or a urethane sealant. 3. Newly constructed block and concrete walls shall cure for a minimum of 28 calendar days. B. Exterior Insulated Finish Systems (EIFS) 1. Remove existing failed joint sealants and replace with new urethane sealant or the herein listed Acrylic Patching Compound. 2. Expansion joint conditions that do not comply with current building codes shall be cut into the wall structure, cleaned, have a backer rod or tape installed and sealed with urethane sealant or the herein listed Acrylic Patching Compound. 3. Defective areas in the existing systems should be brought up to the original manufacturer's specification prior to coating application. ELASTOMERIC WALL COATING SPECIFICATION 09963 - 2 3.02 SURFACE/PRODUCT PREPARATION A. All existing surface contaminates shall be removed to expose the underlying surface to which new materials are to be applied. B. All surfaces to receive coating shall be thoroughly cleaned using a high-pressure sprayer/washer, with a minimum 3,000 psi, with clean water using an admixture of surface cleaner metered through the washer's pick-up tube, to remove all oils, grease, foreign or loose materials, or surface contaminates that could adversely effect adhesion of new products. Mildew, mold or algae should be treated with bleach during the pressure washing process. Allow surface to completely dry. C. In areas where pressure washing would be prohibited due to existing substrate conditions, prepare these areas by hand using the surface cleaner. Entire surface should then be rinsed with clean water and allowed to dry. D. Upon the completion of the initial surface preparations, repair all cracks and defective joints in the wall by tuckpointing. E. All wall protrusions, pipes and fixtures shall be three -coursed, defined as a layer of reinforcement fabric sandwiched between two layers of flashing mastic at a rate of twenty (20) linear feet per gallon having a minimum width equal to or greater than that of the reinforcement fabric. Apply the reinforcement fabric without tenting, fishmouths, or wrinkles. F. Wall and/or expansion joints shall have existing failed sealant removed, surface cleaned and resealed with approved urethane sealant. G. Porous block or surface voids shall be filled flush with approved block filler. H. Cracks or control joints shall be routed to receive new sealant. Cracks shall be sealed with an approved urethane sealant. 3.03 COATING SYSTEM APPLICATION A. Ensure surface is free of all surface contaminates and all surface preparation is completed. B. After full cure of preparations, apply acrylic wall coating by brush, roller or spray technique depending on surface texture using an average coverage rate of approximately one (1) gallon per eighty to one hundred (80-100) square feet per coat, depending on surface texture. Allow application to fully cure. C. After full cure of first coat, apply second coat of acrylic wall coating, using a crosshatch pattern, by brush, roller or spray technique depending on surface texture using an average coverage rate of approximately one (1) gallon per eighty to one hundred (80-100) square feet per coat, depending on surface texture. Allow application to fully cure. D. The finished coating applications shall equate to approximately twenty (20) dry mils. All finished surfaces shall be inspected for proper millage and deficiencies in the application. If millage is deficient, an additional application of acrylic wall coating shall be applied at the rate of one (1) gallon per eighty to one hundred (80-100) square feet. END OF SECTION 09963 ELASTOMERIC WALL COATING SPECIFICATION 09963 - 3 � _ .. .fit_=��.. _...��. --• �----' -�- � �— v ' v _ -' 6' --- A' k— • •�' -fir y� .1 D" 9 vi" d' x ' } _ t6F ICE i ASrE .+ Il�lsir - —, El, rFiE . "ar Itu _7n C �.. tog F r I"I T iQ 104 i43 ii1Q 01 ' �'� I � I 1 I1 F F i _+,F. 4 3 .. 4 1i 3� 4 3 4` "" I` �• I I 1 .� F I 1'_4w I J }' 4" k ]'-#a I to 1,�4��.W ,} 1'-�" 3' 4 Y V -4 ' s I 7' -4° V -4' , W' -4" I �' , � 7' -4 " T' -� GENERAL ROOF NOTES A. PROVIDE ALL REQUIRED UTILITY / STRUCTURAL COMPONENTS AND/OR CONNECTIONS FOR THE FUNCTIONAL USE OF ALL CONTRACTOR SUPPLIED EQUIPMENT OR APPLIANCES, REGARDLESS OF ANY OMISSIONS OR INCONSISTENCIES ENCOUNTERED IN THE CONSTRUCTION DOCUMENTS. B. THE WORD'PROVIDE' SHALL MEAN'FURNISH AND INSTALL COMPLETE AND READY TO USE., C. IF DISCREPANCIES APPEAR BETWEEN THE DRAWINGS AND THE SPECIFICATIONS, THE HIGHER QUALITY, QUANTITY, AND PRICE SHALL SUPERSEDE. D. THE GENERAL CONTRACTOR AND SUBCONTRACTORS SHALL BECOME FAMILIAR WITH THE PROJECT AND THE ON -SITE / OFF -SITE CONDITIONS PRIOR TO BIDDING OR COMMENCING WORK. E. PROVIDE PREFORMED END DAMS ON ALL WINDOW SILL MATERIAL WHERE THEY OCCUR AT EACH WINDOW. F. WINDOW UNITS SHOWN ON DRAWINGS ARE GENERAL. CONTRACTOR SHALL PROVIDE FIELD VERIFIED ROUGH OPENING SIZES PRIOR TO ORDERING WINDOWS. CONTRACTOR SHALL ALSO PROVIDE APPROVED SHOP DRAWINGS FOR EACH WINDOW UNIT PRIOR TO INSTALLATION. G. CONTRACTOR SHALL TAKE CARE NOT TO DAMAGE THE EXISINT STONE UNITS IN THE EXISITNG WALL. CONTRACTOR SHALL REPLACE ANY STONE UNITS THAT ARE DAMAGED DURING THIS CONSTRUCTION PROJECT. H. ALL EXPOSED FLASHING SHALL BE PREFINISHED TO MATCH THE WINDOW UNIT FRAMING. I. CONTRACTOR SHALL PROVIDE NEW NAILERS AS REQUIRED TO PROPERLY SHIM NEW WINDOW UNITS INTO THE EXISTING OPENINGS. CONTRACTOR SHALL ALSO PROVIDE NAILERS AS DETAILED FOR INSTALLATION OF NEW WINDOW SILLS AND APRONS. J. CONTRACTOR SHALL PROVIDE NEW CAULK AND BAKER ROD AT ALL WINDOW PERIMETERS AND DISSIMILAR MATERIAL ABUTMENTS. COLOR AS SELECTED BY OWNER. SPECIFIC ROOF NOTES 1. WORK SHALL INCLUDE REMOVAL OF EXISTING EXTERIOR SEALANT (INCLUDING SITE JOINT) AT VARIOUS ELEVATIONS AS DESCRIBED IN THE PROJECT SPECIFICATIONS. CONTRACTOR SHALL INSTALL ALL SPECIFIED SEALANT AND REQUIRED ACCESSORIES AS PER THE PROJECT SPECIFICATIONS. 2. CONTRACTOR IS TO REMOVE THE EXISTING WINDOW UNITS IN THEIR ENTIRETY. CONTRACTOR IS TO REMOVE THE EXISTING SEAL AND APRON AND INSTALL NEW WINDOW SEAL, APRON (PAINT TO MATCH EXISTING FINISH). CONTRACTOR SHALL PROVIDE NEW PERIMETER 40 MIL FLEXIBLE FLASHING AROUND NEW ALUMINUM WINDOW UNITS. CONTRACTOR IS TO INSTALL NEW ALUMINUM WINDOW UNITS AS SPECIFIED, STYLE, PROFILE AND COLOR TO MATCH THE EXISTING WINDOWS. 3. CONTRACTOR IS TO REMOVE INTERIOR DRYWALL AS SHOWN ON THE DRAWINGS AND REPLACE WITH NEW DRYWALL MATERIALS AND FINISH TO MATCH EXISTING WALL SYSTEM AS SPECIFIED. 4. CONTRACTOR IS TO REMOVE THE EXISTING VCT TILE FROM THE CONCRETE FLOOR AS SPECIFIED. REMOVE ADHESISE RESIDUE, (SALT & PEPPER) GRIND POLISH AND SEAL WITH A LOW SHEEN FINISH. 5. CONTRACTOR SHALL INSTALL TWO COATS OF ELASTOMERIC COATING TO SPLIT FACE CMU ELEVATIONS OF THE EXISTING BUILDING. CONTRACTOR TO PROVIDE OWNER WITH A FIVE (5) YEAR LABOR AND MATERIALS WARRANTY AND FIVE (5) YEAR MANUFACTURER'S MATERIAL WARRANTY. 6. INSTALL DUCTLESS HVAC UNIT IN COMPLIANCE WITH SCHEDULE. SEE R1.03. 7. CONTRACTOR TO CUT GLASS FOR TICKET WINDOW. SEE DETAILS. OVERALL FLOOR PLAN 1 NOT TO SCALE PREFINISHED METAL ROOF SYSTEM PAINTED MASONRY CONTROL JOINT SPLIT FACE } CMU R NORTH AND SOUTH ELEVATIONS NOT TO SCALE SCOPE OF WORK: • WORK SHALL INCLUDE REMOVAL OF EXISTING EXTERIOR SEALANT (INCLUDING SITE JOINT) AT VARIOUS ELEVATIONS AS DESCRIBED IN THE PROJECT SPECIFICATIONS. CONTRACTOR SHALL INSTALL ALL SPECIFIED SEALANT AND REQUIRED ACCESSORIES AS PER THE PROJECT SPECIFICATIONS. • CONTRACTOR IS TO REMOVE THE EXISITING WINDOW UNITS IN THEIR ENTIRETY. CONTRACTOR IS TO REMOVE THE EXISTING SEAL AND APRON AND INSTALL NEW WINDOW SEAL, APRON (PAINT TO MATCH EXISTING FINISH). CONTRACTOR SHALL PROVIDE NEW PERIMETER 40 MIL FLEXIBLE FLASHING AROUND NEW ALUMINUM WINDOW UNITS. CONTRACTOR IS TO INSTALL NEW ALUMINUM WINDOW UNITS AS SPECIFIED, STYLE, PROFILE AND COLOR TO MATCH THE EXISTING WINDOWS. • CONTRACTOR IS TO REMOVE INTERIOR DRYWALL AS SHOWN ON THE DRAWINGS AND REPLACE WITH NEW DRYWALL MATERIALS AND FINISH TO MATCH EXISITNG WALL SYSTEM AS SPECIFIED. • CONTRACTOR IS TO REMOVE THE EXISTING VCT TILE FROM THE CONCRETE FLOOR AS SPECIFIED. REMOVE ADHESIVE RESIDUE, (SALT & PEPPER) GRIND POLISH AND SEAL WITH A LOW SHEEN FINISH. • CONTRACTOR SHALL INSTALL TWO COATS OF ELASTOMERIC COATING TO SPLIT FACE CMU ELEVATIONS OF THE EXISTING BUILDING. CONTRACTOR TO PROVIDE OWNER WITH A FIVE (5) YEAR LABOR AND MATERIALS WARRANTY AND FIVE (5) YEAR MANUFACTURER'S MATERIAL WARRANTY. PEE OF iF �1t � 5�• .kgs1�1 :.........`......(C...... t. 02/19/2020 a aRMKO Texas Registered Engineering Firm F-6498 2807 74th St., Suite 3A Lubbock, TX 79423 (806)833-6953 to a) ai v) O L •O Q > Cvi Y E : > a Q U�m taEUi C U > Z: O N O U to >+ N CD N (6 v (B to E 0 O i U U)) 0- - a 0 U U 00 Z W (V o 0 N o N 00 U O O N U H Z M } W U No Z OLU Q Q C> o J Q J_ OU < 0- LL U) L IJ E5 (n z� 00 LU< 00 OmU)(Dw Q L.L ::) 0 J W Y LU00 co 0 H w U CO — Q � R1.01 ' ' • • �' '' I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�I�i�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l�l IIIIIIIIIIIIIIIIII�IIIIIIII ��IIIIIIIIIIIIIIIIIIIII�I�■■■■�I■■■■I■■■■I■■■■I■■■■I■■■■Iti■■■I■■■■I■■■■I■�■■ IIIIIIIIdl1111111111111111111111111111111111►�,1111111111111111111111!�11111111111111111111111111111111"'"'"'"'"'"'"'"'"'"'"'"'"" IIIIIIIIIIIII o ■OpO= ■0;0■0� M! M ■'0'0'=OD00-[�0■00 ol =0�■ = = = = a '• OPERABLE WINDOW UNITS IN HOLLOW FRAMES NOT IN PROJECT SPECIFIC ROOF NOTES 1. WORK SHALL INCLUDE REMOVAL OF EXISTING EXTERIOR SEALANT (INCLUDING SITE JOINT) AT VARIOUS ELEVATIONS AS DESCRIBED IN THE PROJECT SPECIFICATIONS. CONTRACTOR SHALL INSTALL ALL SPECIFIED SEALANT AND REQUIRED SCOPE OF WORK: ACCESSORIES AS PER THE PROJECT SPECIFICATIONS. EAST ELEVATION 1 NOT TO SCALE TO EVATION O SCALE 2. CONTRACTOR IS TO REMOVE THE EXISTING WINDOW UNITS IN THEIR ENTIRETY. CONTRACTOR IS TO REMOVE THE EXISTING • WORK SHALL INCLUDE REMOVAL OF EXISTING EXTERIOR SEALANT (INCLUDING SITE JOINT) AT VARIOUS ELEVATIONS AS SEAL AND APRON AND INSTALL NEW WINDOW SEAL, APRON (PAINT TO MATCH EXISTING FINISH). CONTRACTOR SHALL PROVIDE DESCRIBED IN THE PROJECT SPECIFICATIONS. CONTRACTOR SHALL INSTALL ALL SPECIFIED SEALANT AND REQUIRED NEW PERIMETER 40 MIL FLEXIBLE FLASHING AROUND NEW ALUMINUM WINDOW UNITS. CONTRACTOR IS TO INSTALL NEW ACCESSORIES AS PER THE PROJECT SPECIFICATIONS. ALUMINUM WINDOW UNITS AS SPECIFIED STYLE PROFILE AND COLOR TO MATCH THE EXISTING WINDOWS. • CONTRACTOR IS TO REMOVE THE EXISITING WINDOW UNITS IN THEIR ENTIRETY. CONTRACTOR IS TO REMOVE THE EXISTING 3. CONTRACTOR IS TO REMOVE INTERIOR DRYWALL AS SHOWN ON THE DRAWINGS AND REPLACE WITH NEW DRYWALL MATERIALS SEAL AND APRON AND INSTALL NEW WINDOW SEAL, APRON (PAINT TO MATCH EXISTING FINISH). CONTRACTOR SHALL PROVIDE AND FINISH TO MATCH EXISTING WALL SYSTEM AS SPECIFIED. NEW PERIMETER 40 MIL FLEXIBLE FLASHING AROUND NEW ALUMINUM WINDOW UNITS. CONTRACTOR IS TO INSTALL NEW 4. CONTRACTOR IS TO REMOVE THE EXISTING VCT TILE FROM THE CONCRETE FLOOR AS SPECIFIED. REMOVE ADHESISE RESIDUE, ALUMINUM WINDOW UNITS AS SPECIFIED, STYLE, PROFILE AND COLOR TO MATCH THE EXISTING WINDOWS. (SALT & PEPPER) GRIND POLISH AND SEAL WITH A LOW SHEEN FINISH. 5. CONTRACTOR SHALL INSTALL TWO COATS OF ELASTOMERIC COATING TO SPLIT FACE CMU ELEVATIONS OF THE EXISTING BUILDING. CONTRACTOR TO PROVIDE OWNER WITH A FIVE (5) YEAR LABOR AND MATERIALS WARRANTY AND FIVE (5) YEAR MANUFACTURER'S MATERIAL WARRANTY. 6. INSTALL DUCTLESS HVAC UNIT IN COMPLIANCE WITH SCHEDULE. SEE R1.03. 7. CONTRACTOR TO CUT GLASS FOR TICKET WINDOW. SEE DETAILS. • CONTRACTOR IS TO REMOVE INTERIOR DRYWALL AS SHOWN ON THE DRAWINGS AND REPLACE WITH NEW DRYWALL MATERIALS AND FINISH TO MATCH EXISITNG WALL SYSTEM AS SPECIFIED. • CONTRACTOR IS TO REMOVE THE EXISTING VCT TILE FROM THE CONCRETE FLOOR AS SPECIFIED. REMOVE ADHESISE RESIDUE, (SALT & PEPPER) GRIND POLISH AND SEAL WITH A LOW SHEEN FINISH. • CONTRACTOR SHALL INSTALL TWO COATS OF ELASTOMERIC COATING TO SPLIT FACE CMU ELEVATIONS OF THE EXISTING BUILDING. CONTRACTOR TO PROVIDE OWNER WITH A FIVE (5) YEAR LABOR AND MATERIALS WARRANTY AND FIVE (5) YEAR MANUFACTURER'S MATERIAL WARRANTY. NOT IN PROJECT =D METAL EM JOINT IPE D P�ti OF 02/19/2020 tip a aMlw0 Texas Registered Engineering Firm F-6498 2807 74th St., Suite 3A Lubbock, TX 79423 (806)833-6953 0 to to `0 E >CD N Q t6 E U fB tv � c � N � U • J ` w 0 ° ° 0 N fU6 t-6 ED " 0 (a N 0 -0 c o - rn U rn o- -0 n 0 U co Z LU CO o � N No In U U Z N 0) 5.: H W 0 Z Z O O a o o Q J_ 00 CLQ cl)LL oLU U) Z ::) 00 LU OI.—Q � OmU)QCDW -1 � LU > Y O J co 1-- w Q co�U�LL.-3 R1.02 MINI -SPLIT OUTDOOR UNIT SCHEDULE Cooling Data Heating Data Electrical Data Unit Mark Manufacturer & Model No. Weight Remarks & Accessories Capacity O.A. Temp. Efficiency Capacity O.A. Temp. Efficiency Voltage MCA MOCP BTUh °F SEER BTUh °F HSPF (lbs.) MS-1 Carrier 38MAQB09R--3 9,000 100/67 25.0 6,900 17.0 11.2 208V/10 9.2 15 92 Refrigerant Lines NOTES: 1. All selections based on high heat mode at a job site elevation (3254 ft). 2. Provide coil hail guards. 3. Units shall be installed on a platform curb, as detailed. MINI -SPLIT INDOOR UNIT SCHEDULE Unit Mark Manufacturer & Model No. Total EAT Cooling Heating Total Weight Remarks & Accessories CFM DB/WB Total BTUh BTUh (Ibs.) MS-1 Carrier 40MAQB09B--3 380 80/67 9,000 6,900 19 Wall -mount indoor unit; Powered from outdoor unit. NOTES: All selections based on job site elevation (3254 ft). All loads/capacities are shown in MBTUH unless otherwise noted. !1E OF -rj, � 5�• •kgs1�1 n....... t. 02/19/2020 a a aRMKO Texas Registered Engineering Firm F-6498 2807 74th St., Suite 3A Lubbock, TX 79423 (806)833-6953 U) N �L : U) .5 U U O L O Q T . (D U) � Y E taEU�m U O C O N O U to T N CD OE i UU)) 0- -0 a 0 U U) 00 z w N (.0 o 2 Z) N No m U 0 O N U H Z } Z U o Z O Q Q o o J Q J_ OU a < LU 0 C/) Z ::) 00 o��a OmU)(Ow < LL ::) J Y W H LU01—�0 0��0m W � ~ Q � �U�LLJ R1.03 CONTENTS: 1 - Assembled Half -Round Ticket Window 1 - Glass Cutout Template 1 - Instruction Sheet Exterior /Ring 1 GLASS CUTOUT: ° ° (See other side for Cutout Instructions) a ' o 0 Half -Round Cutout Required Z Screws Spacer Ring (Special Order) Interior Ring INSTALLATION SEQUENCE INSTALLATION INSTRUCTIONS — Read all instructions before starting installation! 1. Remove interior cover. 2. Remove screws, and separate interior and exterior rings. 3. Place exterior ring in glass cutout from the exterior side. 4. Place interior ring in glass cutout from the interior side.* 5. Insert screws through interior ring and tighten.. 6. Attach interior cover to complete installation. ■ Interior Cover * Installation of Half -Round Ticket Windows in glazing panels thicker than 114" require spacer rings and long -- screws (special order). Specify glazing panel thickness when ordering. A. If the unit is loose after tightening screws, packing may be required (not supplied with unit). Common packing methods are putty, putty tape, butyl tape and foam tape. ■ For best results swing cover open and closed perpendicular to counter. Pulling cover toward the operator ,10 can result in pivot pin failure. 0 a ARMKO Texas Registered Engineering Firm F-6498 1320 Spinks Road Flower Mound, TX 75028 (972)874-1388 �.E•OF 7FX�s�++ I k"". � ENSOv`,G��� r 02/19/2020 PROJECT FOR: CITY OF LUBBOCK WEST TEXAS REGION DISPOSAL FACILITY & GATE HOUSE R2.01 FACILITY LUBBOCK, TEXAS DETAIL NAME- TICKET WINDOW INSTALL SEQUENCE PROJECT NO: 20-1062-48 1 100% CONSTRUCTION DOCUMENTS SCALE : NOT TO SCALE I DATE: 02/19/2020 1 DRAWN BY: CB CUTOUT. Read the three types of installations listed below before using the enclosed glass cutout template. TYPE A INSTALLATION: GLASS IS SETTING ON TOP OF THE COUNTER On installations where the glass is setting on top of the counter, take the enclosed template and place the edge of the template even with the edge of the glass, and make the cutout. Counter + Place template even with the edge of the glass TYPE B INSTALLATION: GLASS IS SETTING IN "U"-CHANNEL ON TOP OF THE COUNTER On installations where the glass is setting in a "U"-Channel or metal sash on top of the counter, take the enclosed template and pull it away from the edge of the glass equal to the thickness of the bottom of the "U"-Channel or sash you are using, and make the cutout. 'o// Thickness of channel bottom J tPull template away from the edge of the glass equal to the thickness of the channel bottom TYPE C INSTALLATION: GLASS IS SETTING IN A RECESSED GROOVE IN THE COUNTER On installations where the glass is setting in a recessed groove in the counter, take the enclosed template and push it in from the edge of the glass equal to the depth of the recess in the counter, and make the cutout. Recessed groove in / �\ counter �'�EOF -- / ,• ,•,7F � i C�P.• Xgs>t++ Counter ------------- I �+ /*. . .tk� �,....� Llide template in from the ed / DEAN . �R � . Depth of recess in counter equal to the depth of the recE in the counter .Q i 't508 e�0�%oS��cENS10 02/19/2020 PROJECT FOR: CITY OF LUBBOCK WEST TEXAS REGION DISPOSAL FACILITY & GATE HOUSE R2.02 FACILITY F LUBBOCK, TEXAS �MKO DETAIL NAME- 3 TYPES OF INSTALLATION Texas Registered Engineering Firm F-6498 PROJECT NO: 20-1062-48 100% CONSTRUCTION DOCUMENTS 1320 Spinks Road Flowe Mound, TX 75028 (972)874-1388 SCALE : NOT TO SCALE DATE: 02/19/2020 DRAWN BY: CB 72)874 TICKET WINDOW GLASS CUT OUT TEMPLATE COUNTER TOP a ARMKO N Texas Registered Engineering Firm F-6498 1320 Spinks Road Flower Mound, TX 75028 (972)874-1388 CUT OUT LINE 3 3/4 R. NOTICE: DO NOT USE THIS DRAWING AS A TEMPLATE. USE ONLY FOR DIMENSIONS. COUNTER TOP F. F ,We 02/19/2020 PROJECT FOR: CITY OF LUBBOCK WEST TEXAS REGION DISPOSAL FACILITY & GATE HOUSE R2.03 FACILITY LUBBOCK, TEXAS DETAIL NAME- GLASS CUT OUT ARC ANGLE - DO NOT USE AS CUT TEMPLATE!! PROJECT NO: 20-1062-48 1 100% CONSTRUCTION DOCUMENTS SCALE - NOT TO SCALE I DATE: 02/19/2020 I DRAWN BY: CB