HomeMy WebLinkAboutResolution - 6327 - Contract - Tommy Klein Constuction - LMCC Exterior Renovations - 05_27_1999Resolution No. 6327
May 27, 1999
Item No. 33
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract for the Lubbock Memorial Civic
Center Exterior Renovations, attached herewith, by and between the City of Lubbock and
Tommy Klein Construction of Lubbock, Texas, and any associated documents. Said Contract is
attached hereto and incorporated in this Resolution as if fully set forth herein and shall be
included in the minutes of the City Council
Passed by the City Council this 27th day of May , 1999.
WINDY AfT4T, YOR
A
Darnell, City Secretary
APPROVED AS TO CONTENT:
Victor Kilman, Purchasing Agent
APPROVED AS TO FORM:
William de Haas
Competition and Contracts Manager/Attorney
gs/Lubb Memorial Civic Ctr Exterior Reno.res
May 17, 1999
CITY OF LUBBOCK
SPECIFICATIONS FOR
LUBBOCK MEMORIAL CIVIC CENTER EXTERIOR RENOVATIONS
BID #99082
c
CITY OF LUBBOCK
Lubbock, Texas
el
F.O. Box 2000
Lubbock. Texas 79457
(806) 775-2167 • Fax (806) 775-2164
ITB 999082, Addendum #2
Office of
Purchasing
ADDENDUM #2
ITB #99082
LUBBOCK MEMORIAL CIVIC CENTER
EXTERIOR RENOVATIONS
MAILED TO VENDOR: April 26, 1999
CLOSE DATE: April 29,1999 @ 2:00 P.M.
r" The following items take precedence over specifications for the above named Invitation to Bid (ITB).
i Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Item No. 1: Specifications, General Instructions to Bidders, 5. Time and Order for Completion.
Change the first sentence to read: "The construction covered by the contract documents shall be fully
completed within 150 (ONE HUNDRED FIFTY) consecutive calendar days from the date specified in
the Notice to Proceed issued by the City of Lubbock to the successful bidder."
Item No. 2: Drawings, Sheet A101: Change Note No. 1, last sentence to read as follows: "Note:
Contractor shall protect trees and tree root system from damage. Stop waterproofing membrane just
short of roots where required to prevent damage. Contractor shall be responsible for removing all
necessary portions of juniper shrubbery as required to install waterproofing membrane."
Item No. 3: Drawings, Sheet A101: Add the following to GENERAL NOTES: "Contractor shall
remove and reinstall or otherwise make allowance for all existing hardware, mechanical or electrical
devices, or other items that occur in the surface of walls, soffits, sill, jambs, floors, etc. where quarry
tile or stucco is being removed and replaced with new or salvaged material."
Item No. 4: Drawings, Sheet A101: Add Plan Note No. 19 to the CIVIC CENTER PLAN at the
following location: The intersection of the south wall of the EXHIBIT HALL and the east wall of the
MEETING HALL (quarry the pilaster at west end of entry doors, below TERRACE).
Item No. 5: Drawings, Sheet A101: Change Note No. 2, to delete last sentence. Contractor shall
therefore be responsible for demolition and disposal of existing concrete steps and sidewalks.
Item No. 6: The Civic Center staff will provide space in the parking lot for a storage trailer as required
by the Contractor.
r
1`7 ITB 99082ad2.doc
ITB #99082, Addendum #2
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to
or Email to:
Ron Shuffield, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806) 775-2164
RShuffield@mail.ci.lubbock.tx.us
THANK YOU,
Aoneffield
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID
ITB 99082ad2.doc
P.O. Box 2000
Lubbock, Texas 79457
(806) 775-2167 9 Fax (806) 775-2164
ITB 099082, Addendum #1
Office of
Purchasing
ADDENDUM #1
ITB #99082
LUBBOCK MEMORIAL CIVIC CENTER
EXTERIOR RENOVATIONS
MAILED TO VENDOR: April 14, 1999
CLOSE DATE: April 29, 1999 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please find enclosed the new Wage Rate Determination.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to
or Email to:
Ron Shuffield, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806) 775-2164
RShuffield@mail.ci.lubbock.tx.us
XAO&/
Ron Shuffield
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID
ITB 99082adl.doc
ncSVLULiuU .%,,. OLOc
Item No. 39
f
RESOLUTION April 8, 1999
r
WHEREAS, the City Council has heretofore established the general prevailing
rate of per diem wages for each craft or type of workmen or mechanics needed to execute
public works contracts for the City of Lubbock in accordance with the provisions of
Vernon's Ann. Civ. Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719 enacted .
February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984. further
updated by Resolution No. 2502 enacted January 8, 1987, further updated by Resolution
No. 5721 enacted March 14, 1996, and amended by Resolution No. 6138 enacted
December 16, 1998; and
i
WHEREAS, such rates need to be updated at the present time in order to reflect
the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works contracts
shall be as set forth in the following named exhibits, which exhibits shall be attached
hereto and made a part hereof for all intents and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction
Exhibit C: Overtime Rate
Exhibit D: Legal Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing rate of per
diem wages in all localities where public works are undertaken on behalf of the City of
Lubbock and such wage rates shall be included in all public works contracts as provided
by law.
Passed by the City Council this
ATTEST:
KaytidDarnell, City Secretary
'� 1
APPROVED AS TO CONTENT:
r /
Man- Andrews, Managing Director o
Human Resources
APPROVED AS TO FORM:
Amy L s, Askisitant City Attorney
pccdoc ubworks.res
March 25, 1999
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
IV I
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
Hourly Rate
11.50
12.50
6.25
9.00
12.50
12.50
7.00
11.00
7.00
8.00
11.00
13.75
7.00
9.50
8.50
9.50
10.50
11.50
7.00
11.00
6.00
6.00
9.50
12.50
7.00
9.00
7.00
10.00
7.00
11.00
i
EXH"TT B
Paving and Highway Construction
Prevailing Wage Rates
Cart
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor
Truck Driver -Light
Truck Driver -Heavy
Hourly Rate
9.00
6.00
8.00
7.00
12.00
6.00
7.00
6.25
6.00
6.75
8.00
7.00
7.75
F.00
7.75
7.25
8.00
7.25
9.50
6.75
7.25
7.25
6.50
7.00
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair
Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
I _ The rate for legal holidays shall be.as required by the Fair Labor Standards Act.
l:
r
i
i
r
a
C
{
CITY OF LUBBOCK
7 INVITATION TO BID
L.
I FOR
TITLE: LUBBOCK MEMORIAL CIVIC CENTER EXTERIOR RENOVATIONS
}�
r
' ADDRESS: LUBBOCK, TEXAS
f�
t
7
i.
sry
BID NUMBER: 99082
r�
PROJECT NUMBER: 9541.8302.10000
r
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
r
f
a
f'
r
r
r
2.
■,, 3.
4
!� 4.
5.
6.
6.
7.
8.
9.
r 10.
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
No Text
NOTICE TO BIDDERS
.� BID #99082
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock p.m. on the 29th day of April,1999, or as changed by the issuance of formal addenda to all planholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"LUBBOCK MEMORIAL CIVIC CENTER EXTERIOR RENOVATIONS"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
1 Purchasing Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for
f" the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 13th day of May, 1999, at the Municipal Building, 1625 13th
Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids
and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with
Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.
r Said statutory bonds should be issued by a company carrying a current Best Rating of D or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of
award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on
22nd day of April, at 10:00 o'clock a.m., in the Planning Conference Room-107, Lubbock, Texas
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
l contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
.— The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and
bid openings are available to all persons regardless of disability. If you would like bid information made available in a more
- accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-
2281 at least 48 hours in advance of the meeting.
CITY OF L B K
UZ�il�
VICTOR KILMAN
PURCHASING MANAGER
Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806) 775-2167/Fax (806) 775-2164.
r-
i
r
r
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents for the LUBBOCK MEMORIAL CIVIC CENTER
EXTERIOR RENOVATIONS.
CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General
Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the
d construction of this project and shall be responsible for the satisfactory completion of all work contemplated by
said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
4. BIDDER INQUIRIES
No bidder shall request any information verbally. All written requests for additional information or clarification
concerning this bid must be addressed to:
4:
RON SHUFFIELD
SENIOR BUYER
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
FAX (806) 775-2164
5. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 90 (NINETY) consecutive
calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
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 insure completion of the project within the
time specified.
6. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
0
s•
N
6
7. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute
an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements
contemplated by the contract documents have been paid in full and that there are no claims pending, of which the
Contractor has been notified.
MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to
procure a satisfactory project.
9. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective
materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general
guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all
damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from
date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner --
(City of Lubbock).
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 the year 2000 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.
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.
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.
10. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his 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. --
r
11. PROTECTION OF THE WORK
.► The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
r been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
12. TEXAS STATE SALES TAX
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.
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.
13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve
the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
14. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
I acceptance of the project.
r- 15. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from
r the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume
p full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all
1 cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life
or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or
r�- corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract, it
shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in
proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given
'` 3
sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their _
property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage
resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
17. 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) 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 coverage's shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof
of coverage insurance documents including workers compensation coverage for each subcontractor. _
18. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in
the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further
directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the
wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of
general prevailing rate of per diem wages in these contract documents does not release the Contractor from -�
compliance with any wage law that may be applicable. Construction work under this contract requiring an
inspector will not be performed on weekends or holidays unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service
to its citizens.
(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.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's
Representative.
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.
4
r
19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
.�The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
j" Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his
99 classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
20. PROVISIONS CONCERNING ESCALATION CLAUSES
t Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
r.+ 21. PREPARATION FOR BID
F
The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled
in and the bidder shall state the price both in words and numerals, for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or
? typewritten. In case of discrepancy between the price written in words and the price written in figures, the price
written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly
r.. authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each
member must be given and the bid signed by a member of the firm, association or partnership, or person duly
authorized. If the bid is submitted by a company or corporation, the company or corporate name and business
address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid
shall be executed in ink.
Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed
on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
r bid may be withdrawn or altered thereafter.
22. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
r-
(a
(b)
(c)
(d)
r
(e)
M
(g)
Notice to Bidders.
General Instructions to Bidders.
Bidder's Submittal.
Statutory Bond (if required).
Contract Agreement.
General Conditions.
Special Conditions (if any).
(h) Specifications. _
(i) Insurance Certificates.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
23. QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable
investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the
bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of
Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to
satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to
complete the work described therein. Evaluation of the bidder's qualifications shall include:
1. The ability, capacity, skill, and financial resources to perform the work or provide the service required.
2. The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts or services.
6
No Text
BID SUBMITTAL
LUMP SUM BID CONTRACT
7 CE: Lubbock, Texas
jATE: April 29, 1999
�OJECT NUMBER: #99082 - LUBBOCK MEMORIAL CIVIC CENTER EXTERIOR RENOVATIONS
aid of Tammy Klein Construction, Inc. (hereinafter called Bidder)
7
T the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
:gentlemen:
�, le Bidder, in compliance with your invitation for bids for the construction of a
a
Lubbock Memorial Civic Center Exterior Renovations
-t..ving carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
3 cuments and the site of the intended work, and being familiar with all of the conditions surrounding the construction of
:.a 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
t" t forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required
der the contract documents.
�JATERIALS: Seventy—five thousand, eight hundred thirty Dollars ($ 75,839.00 )
LRVICES:One hundred fort —three thousand six hundred twenty—fcW 143 624.00
� "7TAL BID: 7o hundred nineteen thousand, four hundred sixty—three($ 219, 463.00 )
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
, 4otice to Proceed" of the Owner and to fully complete the project within 90 (NINETY) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner
Fliquidated damages the sum of $500 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of the
ne set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract
documents.
7 Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
f—struction number 21 of the General Instructions to Bidders.
r" Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
dding.
I
r--
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
af+-r the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
glans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
a7mence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
.ch he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
tified check Issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
hout recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
Did submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
-to*essary bonds (if required) within (ten) 10 days after notice of award of the contract to him.
4
Enclosed with this bid is a Cashler's Check or Certified Check for
Dollars ($ ) or a Bid Bond In the sum of Thirty thousand Dollars
(730,000.00 ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the
gnt the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt
c Lwritten notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
L :dersigned upon demand.
Bidder understands and agrees that the contract to be ex(
jcuments made available to him for his inspection in accordance
r
I
7
r+
f"eal if Bidder is a Corporation)
XTEST:
�ec to
.Bidder acknowledges receipt of the following addenda:
No. 1 Date 04-14-
99
Addenda No. 2 Date 04-26-99
�ddenda No. Date
ddenda No. Date
a
by Bidder shall be bound and include all contract
le Ngtice to Bidders.
► Klein
or Typed Name)
Tommy Klein Construction, Inc.
Company
7304-C Upland
Ave.
Address
Lubbock,
,Lubbock
City,
County
Texas
.79423
State
Zip Code
Telephone: (806)
- 794-3939
Fax: 806 - 79d-F65
LIST OF SUBCONTRACTORS
Minority Owned
Yes
No
Arthur Garza Tile iN
❑
Lee Scott Plastering p
IN
t7 & J Steel p
19
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
3
r
r�
CITY OF LUBBOCK
r- INSURANCE REQUIREMENT AFFIDAVIT
i
l
To Be Completed by Bidder
And Attached to Bid Submittal
e undersigned Bidder, certify that the insurance requirements contained in this bid document have been
. sewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
ubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock,
ish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal.
t n
"r" inn
Contractor (Prin )
'S NAME: Tommy Klein Construction Inc
(Print or Type )
CONTRACTOR'S ADDRESS: 3811 62nd Drive
Lubbock, Texas 79413
C
flame of Agent/Broker:
David Tate
Fdress of Agent/Broker: 5233 79th
�1$y/State/Zip: Lubbock, Texas 79424
8 6-794-1177
,gent/Broker Telephone Number:
r-ite: 4-26-9 9
i'
NOTE TO CONTRACTOR
f the time requirement specified above is not met, the City has the right to reject this bid/proposal and
ward the contract to another contractor. If you have any questions concerning these requirements,
l .ease contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #99082 - LUBBOCK MEMORIAL CIVIC CENTER EXTERIOR RENOVATIONS
1
9
4
1
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310 .
Bid Bond
Bond No. Y107840
KNOW ALL MEN BY THESE PRESENTS, that we TOMMY KLEIN CONSTRUCTION, INC.
as Principal, hereinafter call the Principal, and EVERGREEN NATIONAL INDEMNITY COMPANY
2400 Corporate Exchange Dr., Ste 290
Columbus OH 42321
a corporation duly organized under the laws of the State of Ohio
as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK
Lubbock, Texas
as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF TOTAL AMOUNT BID NOT TO
EX® THIRTY THOUSAND AND 00/100 Dollars ($ 30, 000.00 ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS, the Principal has submitted a bid for
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 the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this 29th day of April, 19 99
TOMMY KLEIN CONSTRUCTION, INC.
(Seal)
(Witness) ' ..�� C-Ek r
EVERGREEN NATIONAL INDEMNITY COMPANY
(Surely) (Seal)
�•+ (Witness)
Ray wjt1p& (rltle) Attorney —in —Fact
�+ AIA DOCUMENT A3100BID BOND•AIA®OFEBRUARY 1970 ED.*THE AMERICAN WATSON//SMITH, INC.
I INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON D.C. 20006 RICEIARDvON, TEXAS
F
r
EVERGREEN NATIONAL INDEMNITY COMPANY
CLEVELAND, OHIO
POWER OF ATTORNEY
PRINCIPAL TIOMMY MUN CONSTRUMON EFFECTIVE DATE 04/29/99
CONTRACT AMOUNT $ 600, 000.00 AMOUNT OF BOND S 30, 000.00
POWER NO, 107840
KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby
nominate. constitute and appoint: Ray Watson &DanE. Smith — ----------
its true and lawful Attomey(s)-In-Fact to make. execute. attest. seal and deliver for and on its behalf. as Surety, and as its act and deed. where required.
any and all bonds, undertakings. recognizances and written obligations in the nature thereof. PROVIDED. however, that the obligation of the Company
under this Power of Attorney shall not exceed One Million Five Hundred Thousand Dollars (S1.500.000.00).
This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of
February, 1994:
"RESOLVED, That any two officers of the Company shall have the authority to make. execute and deliver a Power of Attomey constituting as
Attorneys) -in -fact of such persons. firms, or corporations as may be selected from time to time.
FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company 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 signatures or facsimile sea] shall be
valid and binding upon the Company; and any such powers so executed and certificate by facsimile signatures and facsimile seal shall be valid and
binding upon the Company in the future with respect to any bond or undertaking to which it is attached:'
IN WITNESS WHEREOF, the Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto. and these presents to be
signed by its duly authorized officers this 23rd day of February, 1994.
EVERG LIN, ATIONAMNDEMNrrY COMPANY
%�raig L. Stout, President
SEALr
% s► I Roswell P. Ellis, Treasurer
Notary Public)
State of Ohio) SS:
On this 23rd day of February, 1994, before the subscriber, a Notary for the State of Ohio, duly commissioned and qualified, personally came Craig L.
Stout and Roswell P. Ellis of the Evergreen National Indemnity Company, to me personally known to be the individuals and officers described herein, and
who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed and said that they are the
officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation, and that the
resolution of said Company, referred to in the preceding instrument, is now in force.
R! TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at Cleveland, Ohio, the day and year above written.
✓�� f/ � . cif f!(.14t�
qfelory N. Miracle, Attorney
Notary Public State of Ohio
My Commission has no expiration date Section 147.03 R.C.
State of Ohio ) SS:
I, the undersigned, Secretary of the Evergreen Natios� nXj�"C`ompany, a stock corporation of the State of Ohio, DO HEREBY CERTIFY that
the foregoing Power of Attomey remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth
herein above, is now in force.
Signed and sealed in Cleveland, Ohio this 29th day of April, 1999
r ``�ranuagy�u .
Anne eyers, Secrete
{, +caI CoAPQRAIf =
r,
a
SEALAny reproduction or facsimile of this form is void and invalid.
9
l
I�
Ii
i
PAYMENT BOND
i
I
I
I�
� BOND HE � C C K
BEST (?ATIVc .
�.
1 I i s
_J DJ ERAS
i d T
i
I I f Y
Bond No. Y 107869
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
ro OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $26,000)
Fr
Ta4MY KLEIN CONSTRUCTION, INC.
KNOW ALL MEN BY.THESE PRESENTS, that (hereinafter called the Print: paf(s), as
Prtncipal(s). and
EVERGREEN NATIONAL INDEMNITY OWPANY
(hereinafter called the Surety(s). as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter ailed the
Obligee), in the amount of ** See Be] ow Dollars (S 219, 463.00) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminisi-ators,
executors, successors and assigns, jointly and severally, firmly by these presents.
** Two ID NINETEEN Tf1g0 Emo, FOU HuNmw SIxI'ii' TuREE AND 00/100 Doilars
WHEREAS, the Principal has entered into a certain written contract with the Obligee. dated the 27th lay or
May . 19 99 , to _ Bid #99082
for LUBBOCK MEMORIAL CIVIC CENTER EXTERIOR RENOVATIONS
and said Principal under the law is required before commencing the work provided for in said contract to exoc: to a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the sal i ie extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal 5f i all pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for Ir 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(:. of the
Texas Government Code, and all liabilities on this bond shall be determined In accordance with the provision.! 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 insbvme • t this
Rth day Of jime., 1999
4Ttge) , , Don E. Smith
i ittorney-in-Fact
r J _
TCMMY KLEIN CONSTRUCTION, INC.
Principal V110
By:
i e)
B
(Title)
By:
(Title)
r
C
r The undersigned surety company represents that it is duty qualified to do business in Texas, and here: y
f designates ** See Below an agent resident in Lubbock County to whom any requisite notices may t * delivered
` and on whom service of process may be had in matters arising out of such suretyship.
** Charles C. Quisenberry EVERGREEN NATIONAL INDEMNITY COMPANY
Surety
Quisenberry & Associates
4601 66th Street •
Lubbock TX 79414 By:
(Title) Don . E. Smith
Approved as to form: Attorney -in -Fact
City of Lub ck
By: .fib.•--- !GC_ �t
City At mey
Note: If signed by an ofiicer of the Surety Company there must be on file a certified extract from the by -lows showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of I: Dwer of
;• attorney for our files.
Flo
r
a
yb
F
L
i
EVERGREEN NATIONAL INDEMNITY COMPANY
CLEVELAND, OHIO
POWER OF ATTORNEY
PRINCIPAL T1JI!bMY FIEIN CONSTRUCTION, INC. EFFECTIVE DATE . 06/08/99
J CONTRACT AMOUNT $ 219, 463.00 AMOUNT OF BOND 5219, 463.00
r. POWER NO. 107869
KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby
nominate. constitute and appoint: Ray Watson&DonE. Smith---------------------------- -------•--------- --^ ---
its true and lawful Attorney(s)-In-Fact to make, execute. attest. seal and deliver for and on its behalf. as Surety.'and as its act and deed, where required.
any and all bonds, undertakings. rccognizanees and written obligations in the nature thereof. PROVIDED. however. that the obligation of the Company
under this Power of Attorney shall not exceed One Million Five I lundrcd Thousand Dollars (b 1.500.000.00).
This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Hoard of Directors on the 23rd day of
February, 1994:
"RESOLVED, That any two officers of the Company shall have the authority to make. execute and deliver a Power of Attorney constituting as
Attomcy(s)-in-fact of such persons. ftmns. or corporations as may be selected from time to time.
FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company may be alTtxed to any such Power of Attorney or any
certificate relating thereto by facsimile; and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
valid and binding upon the Company; and any such powers so executed and certificate by facsimile signatures and facsimile seal shall be valid and
binding upon the Company in the future with respect to any bond or undertaking to which it is attached."
IN WITNESS WHEREOF, the Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto. and these presents to be
signed by its duly authorized officers this 23rd day of February. 1994.
EVER G GN NATION DEMNITY COMPANY
raig L. Stout, President
,3; pORATE sJ r
Roswcll P. Ellis, Treasurer
Notary Public)
State of Ohio) SS:
On this 23rd day of February, 1994, before the subscriber, a Notary for the State of Ohio, duly commissioned and qualified, personally came Craig L.
Stout and Roswell P. Ellis of the Evergreen National Indemnity Company, to me personally known to be the individuals and officers described heroin; and
who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed and said that they arc the
officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation, and that the
resolution of said Company, referred to in the preceding instrument, is now in force.
D! TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at Cleveland, Ohio, the day and year above written.
1�1
-i e ory N. Miracle, Attorney
2 i otary Public State of Ohio
�Ik : , * I My Commission has no expiration dale Section 147.03 R.C.
State of Ohio ) SS:
T, the undersigned, Secretary of the Evergreen Nation Ii(DKrtrr'0ompany, a stock corporation of the State of Ohio, DO HEREBY CERTIFY that
the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth
herein above, is now in force.
Signed and scaled in Cleveland, Ohio this 8 t day of- jun;,� 1999
\1`1„'ttlplpll"'
�tNt,
Ann
o cycrs, Sccrcta
�',: rrORPQSATE _
Any reproduction or facsimile of this form is void and invalid
r
i
r
i I
a I
i
I
. a
a
9
I�
,
I
I 1
-
-
RFORMANCE BOND I I
1
I;.
II
I � �
PSI
j.l 1
BOND CHECK
BtST RATING
LIKEN"Ed
IN TEX4
.
3 , i
DAr 8Y
I, II;
r - r
Bond No. Y 107869
r
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
' OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that / TQMMY KLEIN CONSTRUCTION; INC.
(hereinafter called the Principal(s), as Principal(:; i, and
(hereinafter called the Surety(s), as Surety(s), are held and Timely bound unto the City of Lubbock (hereinafter : alled the
Obligee), in the amount of ** See lIelow Dollars ($ 219,463,00) lawful money )f the
United States for the payment whereat, the said Principal and Surety bind themselves, and their heirs, adminir rators,
executors, successors and assigns, jointly and severally, firmly by these presents.
TW HI»2ID NIIE'MEEQ TLUUSAND, EUM 1F1MID SIX'I.'Y TMM AND 00/100 Dollars
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27t)d;1of
May , 1999 to Ri ri ##gc)nA2
and said principal under the law is required before commencing We work provided for In said contract to exea� * a bond In
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the sari a extent as
if copied at length herein_
l NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION IS SUCH. that If the said Principal st; ill faithfully
perform the work in accordance with the plans. specifications and contract documents, then this obligation sh;! -1 be void:
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2263.021(a) of the
Texas Government Code, and ell liabilities on this bond shall be determined In accordance with the provision;. 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 instrumer this 8th
day of June , 19-9-9.
TOMMY KLEIN CONSTRUCTION, INC.
Print al
(T le
(Title)
By:
(Title)
I.
Iroll The undersigned surety company represents that It Is duly quati6ed to do business In Texas, and herel ly
l ; designates **See Belay an agent resident in Lubbock County to whom any requisite notices may be deiil, %red and on
whom service of process may be had in matters arising out of such suretyship.
** Charles C. Quisenberry Evergreen National Indemnity Compar'
t Surety
"Quisenberry & Associates`
r- 4601 66th Street �.
.6 '
Lubbock TX 79414 y (Tide) Don E. Smith
Approved as to Form Attorney -in -Fact
City of Lubb ck
By: �_
City Attorney
Note. If signed by an officer of the Surety Company, there must be on file a certified extract from the by -lave . showing
1� that this person has authority to sign such obligation. If signed by an Attorney in Fact. we must have copy of 1 ower of
¢ attorney for our files.
E;
r
F
2
r
I
i
r
EVERGREEN NATIONAL INDEMNITY COMPANY
CLEVELAND, OHIO
r ]POWER OF ATTORNEY
1
PRINCIPAL EFFECTIVE DATE
TOMMY KLEIN CONSTRUCTION, INC. .06/08/99
` CONTRACT AMOUNT $ 219, 463.00 AMOUNT OF BOND 5219, 463.00
r POWER NO. 107869
KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby
nominate. constitutc and appoint: Ray Watson&DonE. Smith------------------------------------~-------------------------
its true and lawful Attomcy(s)-In-Fact to make. execute. attest. seal and deliver for and on its behalf: as Surcty.'and as its act and deed, where required.
any and all bonds, undertakings, rccognizanccs and \written obligations in the nature thereof. PROVIDED. however, that the obligation of the Company
under this Power of Attorney shall not exceed One Million Five f lundred Thousand Dollars ($1.500.000.00).
This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of
February, 1994:
"RESOLVED, That any two officers of the Company shall have the authority to make, execute and deliver a Power of Attorney constituting as
Attomcy(s)-in-fact of such persons. firms. or corporations as may be selected from time to time.
FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney or any
certificate relating thereto by facsimilc: and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile scat shall be
valid and binding upon the Company; and any such powers so executed and certificate by facsimilc signatures and facsimile scat shall be valid and
binding upon the Company in the future with respect to any bond or undertaking to which it is attached."
IN WITNESS Will"REOF, the Evergreen National Indemnity Company has caused its corporate scat to be affixed hereunto, and these presents to be
signed by its duly authorized officers this 23rd day of February. 1994.
EVERG EN NATION DEMNITY COMPANY
raig L. Stout, President
_
CORPRA�'
Tr :.c
ZZ
to, a9,r l.r Roswell P. Ellis, Treasurer
16 H11`I`w��
Notary Public)
r State of Ohio) SS:
On this 23rd day of February, 1994, before the subscriber, a Notary for the State of Ohio, duly commissioned and qualified, personally came Craig L.
Stout and Roswell P. Ellis of the Evergreen National Indemnity Company, to me personally known to be the individuals and officers described hcrcin; and
who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed and said that they arc the
officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation, and that the
resolution of said Company, referred to in the preceding instrument, is now in force.
D! TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my official seal at Cleveland, Ohio, the day and year above written.
WILL
e ory N. Miracle, Attorney
7'Notary Public State of Ohio
My Commission has no expiration date Section 147.03 R.C.
State of Ohio ) SS:
1, the undersigned, Secretary of the Evergreen Nation*101 iik4rl y'Company, a stock corporation of the State of Ohio, DO HEREBY CERTIFY that
the foregoing Power of Attorney remains in full force and has riot been revoked; and furthermore that the Resolution of the Board of Directors, set forth
f•, herein above, is now in force.
Signed and scaled in Cleveland, Ohio this 8ti1' __ 4ay of Jiinp� 1999
^ram.. •�.,�
pN„\tlttllttttlq„ ", w
I�
r' y+r�� ��
i w s f„ Anne eycrs, Secreta
01
vts".•SEAL¢ �a Any reproduction or facsimile of this form is void and invalid
///NtllasitllNN
i
r
r
I
i
cERTIFICATE OF INSURANCE
i F
s
i
i
I4
I
q
06 15/99 13:04 FAX 18067940196 DAVID TAM INS 01
1
- CERTIFICATE OF INSURANCE
TO: CRY OF LUBBOCK LATE: 6�15-99 ,
P.O. BOX 2t#00
4t1B6OCK, TX THW TYPE OF PROJECT:
O99082
3811 62nd Lubbock, Texas 7941
THIS IS TO CERTIFY THAT T O�y K 1 n C nn S t + r t i nr T n c (Nam and Address of h*r d) m. at
the date of this certificate. Insured by this Company with respect to the business operstlons hereinafter desrcthed. for the
typed of insurance and in accordance with titre provisions of the standard policies used by this company, the further
hcrefnafter described. Exceptions to standard policy noted hereon. s
Tyre OF MURANCE
POLICY NUNMR
EFFECTIVE
EFFECTIVE
LAMM
DATE
DATE
c wt uA�ury
E Oomrmrin! Cenerat Llabi9gr
SCP32958895
'
Gwwat AWa� 6 2
o cL*MMade
4-16-99
4-16-00
Pnoduas-CamplC�pAGG
e 0cmure=
Paraonel 3 Adv. i
0 Ow oft & ContraClots
tame nnr nno
Fk*p
s
50000
Mel Exp (knya* POMM) 5000
S
AQM40TWE U4Bwa1Ty
a MyA�
CombinrdEbVe Lknftsj pnannn
SC132945017
4-16-99
4-16-00
OW
6
GDo*ott
AcdftM
f lmd Auks
PMWty Dam�D S
B Wort -Owned Autos
0
GQgk _ LtasrLrry
o A ►y Auto
llum oNtr - �rh Aadaer�t t
0 6UADER'S PJSK
0 100% at to Total Contract
_
0 LNSTALLArMFLOATI:R
i
ur&eb t:arm�►
CP32959000
4-16-99
4-16-00
� �+= i 1000000
OthwTha Lkftssat"orm
�, hnnnnnn
o
6WPLOYERS'i1AM TY
Tba PM~
a
Lkft
�Aeddeet 500000
PPvt1 Sex rimb a
SBP0001079321
5-29-99
5-29-00
a
Of>lcers am
-' bee♦am Pd3ey Umd i -
pdtEtr�ioyrr s U000-
Snnnnn_
OTHER
Uty of Lubbock is listed as additional
insured.on th 1 li bit
e genera a ity and auto policies
There is a waiver of subroaatio n fAym f the wiry ^f Tmhhnrk rt�,��� n�+r•inc
The above poiidit either In the body thereof or by appMPTI ba endoMMMt Provide that NW msy not be dhenped or
c ammled by the usurer to lass tFtan the legal time rokukad after the MStued has received written notice of tun dMW or
man, or in case there is no 16gal requirement. In less ththn *ve days In advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CRY OF LUBBOCK
i
06-15-99 13:54
(Naatne n$urer
W *z j
RECEIVED FROM : 18067940196
P-91
No Text
i
STATE OF TEXAS
COUNTY OF LUBBOCK
CONTRACT
THIS AGREEMENT, made and entered into this 27th day of May, 1999 by and between the City of Lubbock,
r County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Tommy Klein Construction of the City of Lubbock, County of Lubbock and the
State of Texas hereinafter termed CONTRACTOR.
170
r
I
r
P
r
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:
BID #99082 - LUBBOCK MEMORIAL CIVIC CENTER EXTERIOR RENOVATIONS — $219,463.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
A T:
Secret
APPR ED AS TO CONTENT:
6wffeo Reodsentative
APPROVED AS TO FORM:
C4 Attorney
ATTEST:
Corporate Secretary
CONTRACTOR:
TOMMY(PU.EIN OONSTRUCTION
By:
P NTE NAME:
TITLE: if Cam; (,^
COMPLETE ADDRESS:
Tommy Klein Construction
7304-C Upland Avenue
Lubbock, Texas 79423
No Text
F
GENERAL' CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit TOMMY KLEIN CONSTRUCTION who has agreed to perform the work
embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative GARY SMITH, FACILITIES 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.
r 4. CONTRACT DOCUMENTS
6,
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
r- Agreement, Statutory Bonds if required), General Conditions of the Agreement, Special Conditions of the
r 9 rY (�9 P
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder
for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to
r herein as the "contract" or "contract documents".
I
5. INTERPRETATION OF PHRASES
r' Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
i words of like import are used, it shall be understood that the direction, requirement, permission, order, designation
or prescription of the Owner's Representative is intended; and similarly, the words "Approved" "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
7
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or
work described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment. —
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall —
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all —
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE _
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous`onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract
documents or the completion of the work contemplated by these contract documents. Whenever necessary,
Contractor shall suspend its work in order to 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.
2
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
` Representative has the authority to review all work included herein. The Owner's Representative has the authority
to stop the work whenever such stoppage may be necessary to insure 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
i 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.
r'
. 15. SUPERINTENDENCE AND INSPECTION
r It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be bome 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.
r• 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.
F
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
r
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or -
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The 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 which may be contemplated by Owner or Owner's Representative and shall give ample notice as to
the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject
any such work found to be defective or not in accordance with the contract documents, regardless of the stage of
its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative
has previously accepted the work through oversight or otherwise. If any such work should be covered without
approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for
examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at
a location where it is not convenient for Owner or Owner's Representative to make observations of such work or
require testing of said work, then in such event Owner or Owner's Representative may require Contractor to
furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons —
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated.
All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials
or such other applicable organization as may be required by law or the contract documents.
c-
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and —
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any.such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
�.. inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
t , 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.
r`-
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 shalt make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
r alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
�.. Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged
!(' by a reasonable and prudent Contractor as a reasonable and necessary cost for
= performance of the extra work.
�. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
I" 5
i�
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 prior to the commencement
any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
i
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative prior to bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
6
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
J 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
r• Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attomeys' 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
poll 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.
The Insurance certificates furnished shall name the City as an additional Insured, or In the alternative,
I., shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof
1 of coverage insurance documents Including workers compensation coverage for each subcontractor.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
r
i
i
Products & Completed Operations Hazard
Contractual Liability ~
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance
For bodily injuries, including accidental death and or property damage, $0.00 Combined Single Limit. This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000.00 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and
Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 0.00% of the total contract price (100%
of potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor. shall have Umbrella Liability Insurance in the amount of LQ.00 on all contracts with
coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability
coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.00.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
8
7
p 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
r 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
i.: Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
t3. 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.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
r`
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
C�
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:
r•
i
9
(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 entities 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.
G. Proof of Coverage
,-r
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth: '—
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
10
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for
all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any additional
words or changes:
' ' REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the Identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage, " and `
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the --
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown —
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project r
and for one year thereafter;
12
4 !.
(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 havingmore than fifteen (15 employees agree to comply with the Americans with Disabilities Act of
) P 9
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.
r- 30, PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS
OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless
i . 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, materialmen and furnishers of
r-► 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.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a
sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such
indebtedness.
f 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
C 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
i" save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
r•, required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
1 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 bidding.
13
t
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors _
perform any work contrary.to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of "
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $500 (FIVE HUNDRED DOLLARS)
PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each
and every working day that the Contractor shall be in default after the time stipulated for substantially completing
the work.
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
i
35.
7
f
t
F
RM
37
RA
TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may
direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
i
15
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without _
limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract. —
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for
partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine
the amount to be partially paid. Owner's Representative shall review said application for partial payment if --
submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a
certificate for partial payment showing as completely as practical the total value of the work done by the Contractor -
up to and including the last day of the preceding month. The determination of the partial payment by the Owner's _
Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be --
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
16
i Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
r
' 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
r- Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
I Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
R Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
i contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
1 Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
71, 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) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
i" 17
i
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will --
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective •-
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or ---
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of _
the work under substantially the same terms and conditions which are provided in this contract. In case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which
would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
18 '-
I
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
P.. provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of
the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided,
however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to
the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the
date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
*" sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at
either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
d machinery, equipment, tools, materials, or supplies which remain on the jobsite and belong to persons other than
the Contractor or his Surety, if applicable, to their proper owners.
t 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
r" The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
C
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
f" project which is the subject matter of this contract.
t
50. BONDS
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved
Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be
in effect until such bonds are so furnished.
r
19
i
51. SPECIAL CONDITIONS
In the event special,conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control. _
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project _
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If ~
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or --
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos. _
20
IN
r
t
Resolution No. 6138
Item No. 23
December 16, 1998-
F1
RESOLUTION
WHEREAS, the City Council of the City of Lubbock has heretofore established
the general prevailing rate of per diem wages on public works projects in Lubbock as
required by Section 2258.022 of the Government Code; and
WHEREAS, such wage rates were established by Resolution No. 5121, enacted
on March 14, 1996; and
WHEREAS, said schedule of per diem wage rates requires a clarification with
regard to Exhibit D; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works contracts
shall be as set forth in Resolution No. 5121 enacted on March 14, 1996, except that
Exhibit D to said Resolution entitled "Weekend and Holiday Rate" shall be entitled
"Legal Holiday Rate' and shall read as follows:
"The rate for legal holidays shall be as required by the Fair Labor Standards Act."
Passed by the City Council this 16th day c
ATT ST:
Nu�
ythie arnell, City Secretary
APPROVED AS CONTENT:
—2,�4 6�,�
Mary Andfkws, Director of Human Resources
APPROVED AS TO FORM:
G. Vandiver, First Assistant CityAttorney
DGWadoes/wagerate.res
Dgdember 7. 1998
r
E
March 14, 1996
Item #19
�FSO _ TT1ON
WHEREAS, the City Council has heretofore established the general prevailing rate of
per diem wages for each craft or type of workmen or mechanics needed to execute public
works contracts for the City of Lubbock in accordance with the provisions of Vernon's
Ann.Civ.St.. Art. 5159a; and
r-• i WHEREAS, such wage rates were established by Resolution No. 719 enacted Februar,•
12. 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated b'*
Resolution No. 2502 enacted January 8. 1987; and
WHEREAS, such rates need to be updated at the present time in order to reflect the
current prevailing rate of per diem wages. NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK.
THAT the general prevailing rate of per diem wages for public works contracts shall
as set forth in the following named exhibits. which exhibits shall be attached hereto and magi;
a part hereof for all intents and purposes:
.. Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction
Exhibit C. Overtime Rate
Exhibit D: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing rate of per diem
wages in all localities where public works are undertaken on behalf of the City of Lubbock ar.
such wage rates shall be included in all public works contracts as provided by law.
Passed by the City Council this 14th
ATTEST:
'f
Betty M. J on, City Secretary
APPROVED AS TO CONTENT:
Mary AndrYws, Managing Director of
Human Resources
I APPROVED AS TO FORM:
i�
!} a old Willard, Assistant City Attorney
HW :da/ccdocs/pubworks.res
l!i February 14. 1996
I�
q
!
k
EX EUBIT A
City of Lubbock
i
Building Construction Trades
Prevailing Rates
Craft
Hourty Rate
Acoustical Ceiling Installer
10.00
Air Conditioner Installer
11.00
Air Conditioner Installer -helper
5.50
Asbestos Worker
8.00
.,
Asbestos Supervisor
11.00
k
Bricklayer
11.00
Bricklayer -Helper
6.00
�-
Carpenter
11.00
16.00
Cement Finisher
7.50
Drywall Hanger
10.00
•
Electrician
13.00
Electrician -Helper
6A0
CEquipment
Operator -Heavy
8.50
c
Equipment Operator -Light
7.50
Floor Installer
8.50
Glazier
8.00
E
Yasulator-Piping/Boiier
9.00
Iasulator-Helper
Iron Worker
5.50
8.00
Laborer -General
5.50
Mortar Mixer
5.50
Painter
9.50
Plumber
10.50
Plumber Helper
6.00
�.
Roofer
8.00
Roofer -Helper
5.50
Sheet Metal Worker
8.75
4
Sheet Metal Worker -helper
5.50
Weider -Certified
10.00
6
r
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Crzft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor
Truck Driver -Light
Truck Driver -Heavy
Hourly Rate
6.00
5.50
7.35
5.75
10.50
5.50
6.50
5.50
5.50
6.25
7.25
5.50
7.00
7.00
7.00
6.50
7.00
6.50
8.50
6.00
6.50
6.50
6.00
6.50
�.i
j.•
1
FJDMrrC
Prevailing wage Rates
Overtime Rate
r
The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate.
EJMIT D
Prevailing Wage Rates
Weekend and Holiday Rate
�-
The rate for weekend and holiday is 11/2 times base rate.
r
t
r
i
t;
r
t
t
r
No Text
SPECIFICATIONS FOR
LUBBOCK MEMORIAL CIVIC CENTER
EXTERIOR RENOVATIONS
1501 6TH STREET
LUBBOCK, TEXAS
CITY OF LUBBOCK PROJECT NUMBER 9541
CITY OF LUBBOCK, TEXAS
BID #99082
FEBRUARY 26, 1999
Expires 7/31/99
EXTERIOR RENOVATIONS
LUBBOCK MEMORIAL CIVIC CENTER
LUBBOCK,TEXAS
BGR ARCHITECTS -ENGINEERS
LUBBOCK, TEXAS
February 26, 1999
SPECIFICATIONS SECTIONS
DIVISION 1 - GENERAL REQUIREMENTS
01010 - Special Conditions . . . . . . . . . . . . . . . . . . . . . . . . 1 thru 5
01340 - Shop Drawings, Product Data and Samples. . . . . . . . . . . . 1 thru 3
01630 - Substitution and Product Options . . . . . . . . . . . . . . . . . 1 thru 2
DIVISION 3 - CONCRETE
03300 - Concrete Work . . . . . . . . . . . . . . . . . . . . . . . . . . 1 thru 9
DIVISION 5 - METALS
05500 - Miscellaneous Metals . . . . . . . . . . . . . . . . . . . . . . . 1 thru 4
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07100 - Waterproofing . . . . . . . . . . . . . . . . . . . . . . . . . . 1 thru 3
07240 - Exterior Insulation and Finish System . . . . . . . . . . . . . . . 1 thru 6
07900 - Caulking and Sealants . . . . . . . . . . . . . . . . . . . . . . 1 thru 3
DIVISION 9 - FINISHES
09330 - Quarry Tile . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 thru 2
r
F
1.01 RELATED DOCUMENTS: Applicable requirements of the General Conditions
and Supplementary Conditions apply to work specified in this section.
1.02 EXAMINATION OF SITE:
A. Bidders are expected to visit the site of the building and compare
the Drawings and Specifications with existing conditions, and inform
themselves of all conditions which will affect this work. Failure
of the successful Bidder to do so will in no way relieve the Bidder
from necessity of furnishing any materials, labor, or equipment, or
performing any work that may be required to complete work in
accordance with Drawings and Specifications, without additional cost
to the Owner.
1.03 NOTIFICATIONS:
A. Contractor shall give the Architect verbal notification at least 48
hours prior to commencing any of the following:
Demolition of existing quarry tile
Exterior insulation and finish system
Quarry tile work
Painting
1.04 PROTECTION AND ACCESS:
A. Contractor shall adequately protect adjacent property at all times,
and shall make good at his own expense any damage to such property
arising out of any operation connected with his contract.
B. Contractor shall at all times protect the building from damage from
rain water, ice or snow.
C. Contractor shall at all times provide protection against weather -
rain, wind, storms, frost, or heat so as to maintain all work,
materials, apparatus and fixtures from injury or damage. At the end
of the day's work all new or old work likely to be damaged shall be
covered.
1.05 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK:
Before the award of the Contract, Contractor shall furnish to Architect
in writing for acceptance by the Owner and Architect a list of the names
of Subcontractors proposed for various portions of the work, including
the federal identification number of Contractor and each Subcontractor.
Certificates of Workman's Compensation insurance coverage from all
subcontractors must be provided for attachment to the Owner -Contractor
Agreement. Pay estimates will not be considered until Subcontractors
are approved by Architect.
1.06 SPECIAL PROJECT PROCEDURES!
A. ALTERATIONS AND ADDITIONS TO EXISTING FACILITIES:
1. Contractor shall cooperate with the Owner in scheduling his
work. Due to the nature of the work required by this contract,
all operations must be coordinated with the Owner to insure a
minimum of interference with the continuing use of the existing
facilities.
01010 - 1
2. This contract shall include alterations and additions to —
existing building as indicated on the Drawings. Each Bidder
will be expected to familiarize himself with conditions
affecting the execution of this work. _
3. Drawings do not indicate complete existing building elevations
or surfaces or other construction conditions and each Bidder
shall visit the site prior to submitting his proposal and shall
inspect installation and `conditions to be met and work to be
accomplished in removing and modifying existing work and
installing any new work in the existing building. Failure to
comply with this shall not constitute grounds for any additional
payments in connection with removing or modifying any part of
existing installations and/or installing any new work to meet
the requirements of this contract.
4. Certain information is shown on the Drawings concerning the —'
existing installation for general information purposes, but
shall not be interpreted as representing "as built" conditions.
Where the existing conditions are found to be different from.
that indicated, Contractor shall provide any materials necessary
and make all connections required for proper operation at no
additional expense to the Owner. _
5. Re -use of Materials: Where required by the Drawings or
specifications, materials shall be thoroughly cleaned to be in
compliance with the applicable sections of Specifications and
shall be stacked on site for re -use in the building. --
6. Where alterations to 'existing building is required, Contractor
shall, after his work is otherwise complete, repair adjacent
finishes and do patching work as necessary to leave the adjacent
work in good shape. He shall paint, plaster, trim out, and
finish new work and as much adjacent existing work as is
necessary to leave the job clean, neat and attractive.
7. All existing piping and/or circuits which are disconnected
during the course of this work shall be reconnected and left in
satisfactory operating order unless they are specifically noted
to be removed or disconnected.
B. WORKING AND STORING AREAS:
1. The Owner will designate an area or areas for storage of
materials.
2. Storing or working outside of indicated renovation areas is
prohibited. Keep areas outside the renovation areas free from
debris incident to this project.
C. PROTECTION OF EXISTING FACILITIES: Contractor shall take
precautions to protect existing facilities and features within
designated construction limits and along the access to construction
site. Any damage caused by Contractor or his Subcontractor shall be
repaired immediately at his expense.
D. REPAIR OF DAMAGE: Contractor shall be responsible for any loss or
damage caused by him, his workmen, or his subcontractors to the work
or materials, to tools and equipment of one another, to adjacent
property and persons, and shall make good any loss, damage or injury
without cost to the Owner.
01010 - 2
F
7
7
E. EXISTING UNDERGROUND UTILITIES Existing underground lines occur in
the site where the work is to be done. Such lines will be staked by
the Owner if necessary for the benefit of the Owner and Contractor
prior to start of the work.
F. LANDSCAPE IRRIGATION SYSTEM: Contractor shall protect all portions
of the underground landscape irrigation system located within the
designated limits of construction area. Any damage incurred to the
system shall be repaired or replaced by Contractor as directed at
the Contractor's expense.
G. CONSTRUCTION SEQUENCE: The actual phases of the construction
program shall be developed by the successful Bidder in cooperation
with the Owner and Architect to provide the needed occupancy of
the facilities.
1.07 COORDINATION: All contractors, and subcontractors on the project shall
coordinate their work with each other, advising on work schedules,
equipment locations, etc.
1.08 FIELD ENGINEERING:
A. LAYING OUT WORK: A competent foreman or superintendent initially
approved by Architect, shall be kept by Contractor at the building
at all times and in continuous superintendence during the progress
of the work, to receive instructions and to act for Contractor in
the accurate laying out and direction of all work.
1.09 REGULATORY REQUIREMENTS:
A. PERMITS AND LAWS:
1. Contractor shall arrange for the issuance of any required
building permits. Contractor shall comply with all Federal,
State and Municipal Laws, Codes and Ordinances applicable to the
work of this contract, and he shall obtain and pay for all
permits required in connection with the execution of his work.
Architect shall be furnished with certified copies of these
permits if requested.
2. If above Laws, Codes or Ordinances conflict with Contract
Documents, then laws, codes or ordinances shall govern instead
of Contract Documents, except in such cases where Contract
Documents exceed them in quality of materials, or labor; then
Contract Documents shall be followed.
1.10 PROJECT MEETINGS:
A. PRECONSTRUCTION CONFERENCE: Prior to Contractor occupying site
where the work is to be done the Owner will hold a Preconstruction
Conference at a time and place to be established by the Owner.
B. PROJECT BRIEFINGS:
1. Each month, Contractor shall brief the Owner and Architect on
project progress during the preceding period. Any slippage in
schedule shall be discussed during the briefings.
2. Briefings shall be held at a time and place established by the
Owner.
3. Contractor shall be responsible for providing typewritten copies
of the minutes of each meeting to all participants at the
meetings.
01010 - 3
t
1.11 SUBMITTALS:
A. CONSTRUCTION SCHEDULE:
1. Within thirty (30) days after award of a contract, Contractor
shall submit to the Architect a Progress Chart or CPM Chart
showing sequence of construction, together with proposed
completion dates for various trades.
2. Schedule shall indicate start and finish dates for various major
subcontracts or operations.
1.12 TEMPORARY UTILITIES:
A. Contractor shall make all arrangements necessary for utilities
required during construction. Fees, where required by the utility
company, will be paid by Contractor.
B. When necessary to connect to existing utility systems furnishing
power, water, or gas to existing buildings, meters shall be
installed on services required for construction, and arrangements
shall be made by Contractor to have statements of cost for such --
service directed to his office for payment. Contractor shall include
in his proposal all costs necessary for connecting and extending all
necessary utilities. Where connections are made to existing utility _
services, shut-off or turn -on shall be by Building Maintenance only.
C. Mechanical, Electrical and Utility Contractors shall make
arrangements with General Contractor to use these services for
testing and other normal use during construction. D. Contractor shall provide adequate temporary lighting in the building
for all trades.
E. The Owner will furnish all power and water required during
construction. Contractor shall make all arrangements necessary to
connect to existing utility system. Contractor shall cooperate with
the Owner to conserve use of utilities during construction.
F. Telephone: Contractor shall be responsible for his own telephone.
Contractor shall provide and pay for a telephone at the building
site in order to expedite his work. Local telephone service shall
be made available to all persons connected with the work. G. Toilets: Contractor shall provide and maintain in good order
temporary chemical toilet facilities for all workmen and shall
remove same at completion of the work. Toilets shall be completely
enclosed and of neat appearance. Toilet locations shall be approved
by Architect.
H. Cover trenches and holes when not in use. Erect barriers as
required. -'
I. Provide and maintain warning lights and signs as necessary to
prevent damage or injury. Keep warning lights burning from dusk to
dawn.
1.13 BARRIERS:
A. TREE AND PLANT PROTECTION: Contractor shall protect existing trees
and other vegetation indicated to remain in place, against
unnecessary cutting, breaking or skinning of roots, skinning and
bruising of bark, smothering of trees by stockpiling construction
materials or excavated materials within drip line, excess foot or
vehicular traffic, or parking of vehicles within drip line.
Contractor shall provide temporary fences, barricades or guards as
required to protect trees and vegetation to be left standing.
01010 - 4
1.14 BARRICADES: Construct and maintain barricades sufficient to prevent
injury to persons and damage to property.
1.15 TEMPORARY CONTROLS:
A. DISPOSAL OF WASTE MATERIALS: Contractor shall remove all
combustible and non-combustible waste materials completely from the
r- Owner's property and legally dispose of same.
1.16 TRAFFIC REGULATION:
A. PARKING: Parking of private cars permitted only in areas designated
by the Owner. Notify employees and subcontractors of this
requirement at beginning of work.
B. HAUL ROUTES: Haul route for materials shall be as designated by
Owner. Traffic areas shall be clear of obstructions at all times in
order that it can be used by the Owner. Any damage to paved or
landscaped areas will be repaired by Contractor at his expense.
Haul routes over other areas is especially prohibited.
1.17 PROJECT IDENTIFICATION AND SIGNS: No signs or advertisements will be
permitted without approval of Architect.
1.18 MATERIAL AND EQUIPMENT:
A. STORAGE AND PROTECTION: The Owner will designate an area
immediately adjacent to Building site for storage of materials.
Storage area shall be fenced to keep unauthorized persons from
having access to area.
1.19 ASBESTOS -CONTAINING AND ENVIRONMENTALLY HAZARDOUS MATERIALS: There
shall be no asbestos -containing or environmentally hazardous materials
identified by E.P.A. or O.S.H.A. used or installed in any category of
work under this Contract.
1.20 CONTRACT CLOSEOUT:
A. FINAL CLEANING:
1.
Use experienced workmen, or professional cleaners, for final
cleaning.
2.
At completion of construction and just prior to acceptance of
occupancy, conduct a final inspection of exterior surfaces and
perform final cleaning.
3.
Remove grease, dust, dirt, stains, and other foreign materials
r-
from surfaces.
4.
Repair, patch and touch up marred surfaces to match adjacent
finishes.
5.
Broom clean existing paved surfaces affected by construction
E
activities.
B. RECORD DRAWINGS:
1.
Contractor shall keep a set of Drawings in his office at the
site, on which he shall legibly indicate all changes in
construction as installed or built.
2.
Upon completion of Contract, Contractor shall deliver to
Architect the completed Record Drawings.
19
End of Section 01010 - 5
r
F
I
1 1 �1 ■1' 1;� � ';11 1� � 1 '
1.01 GENERAL:
A. Refer also to General Conditions.
B. Submit to the Architect shop drawings, product
required by specification sections.
C. Prepare and submit a list of required submittals
Product Data and Samples. List submittal items i
of specification section numbers. Identify each
with an item number, specification section number
and type of submittal (Shop Drawings, Product
Include dates for submission and need dates for ea
1.02 SHOP DRAWINGS:
A. Original drawings, prepared by
or distributor, which illustrat
fabrication, layout, setting o
qualified detailer.
B. Reproductions for Submittals:
opaque print.
data and samples
of Shop Drawings,
n numerical order
submittal in list
name of product
Data, Samples).
ch item.
e
Contractor, subcontractor, supplier
some portion of the work, showing
r erection details, prepared by a
Reproducible transparency with one
1.03 PRODUCT DATA:
A. Manufacturer's standard schematic drawings:
1. Modify drawings to delete information which is not applicable to
Project.
2. Supplement standard information to provide additional
information applicable to Project.
B. Manufacturer's catalog sheets, brochures, diagrams, schedules,
performance charts, illustrations and other standard descriptive
data:
1. Clearly mark each copy to identify pertinent materials, products
or models.
2. Show dimensions and clearances required.
3. Show performance characteristics and capacities.
4. Show wiring diagrams and controls.
1.04 SAMPLES:
A. Physical examples to illustrate materials, equipment and
workmanship, and to establish standards by which completed work is
judged.
B. Field samples and mock-ups:
1. Erect at Project site at location acceptable to Architect.
2. Construct each sample or mock-up complete including work of all
trades required in finished work.
1.05 CONTRACTOR RESPONSIBILITIES:
A. Review shop drawings, product data and samples prior to submission.
Initial, sign, or stamp, certifying to review of submittal.
B. Verify:
1. Field measurements.
2. Field construction criteria.
3. Catalog numbers and similar
C. Coordinate each submittal with
documents.
01340 - 1
data.
requirements of work and contract
D. Contractor's responsibility for errors and omissions in submittals is not relieved by Architect's review of submittals.
E. Contractor's responsibility for deviations in submittals from
requirements of Contract Documents is not relieved by Architect's
review of submittals, unless Architect gives written acceptance of
specific deviations.
F. Notify Architect, in writing at time of submission, of deviations in
submittals from requirements of Contract Documents. --
G: Begin no work which requires submittals until return of submittals
with Architect's stamp and initials or signature indicating review.
H. After Architect's review, distribute copies.
1.06 SUBMISSION REQUIREMENTS:
A. Schedule submissions at least 30 days before date reviewed
submittals will be needed, in accordance with approved submittal -"
schedule.
B. Submit 1 reproducible transparency and one opaque print of shop
drawings.
C. Submit number of copies of product data which Contractor requires
for distribution, plus 3 copies which will be retained by Architect.
D. Submit number of samples specified in each of specification _
sections.
E. Accompany each submittal with transmittal letter, in duplicate,
containing:
1. Date.
2. Project title and number.
3. Contractor's name and address.
4. The number of each Shop Drawing, Product Data and Sample
submitted.
5. Notification of deviations from Contract Documents.
6. Other pertinent data.
F. Submittals shall include:
1. Date and revision dates.
2. Project title.
3. Names of Architect, Contractor, subcontractor, supplier and --
manufacturer.
4. Identification of product or material.
5. Relation to adjacent structure or materials. _
6. Field dimensions, clearly identified as such.
7. Applicable reference standards.
8. Other pertinent data required by Specifications. .
9. Identification of deviations from Contract Documents. —
10. Contractor's stamp, initialed or signed, certifying to review of
submittal, verification of field measurements and compliance
with Contract Documents.
11. Space large enough to accept Architect's approval stamp (3" x 1-
1/211).
1.07 RESUBMISSION REQUIREMENTS:
A. Shop Drawings:
1. Revise initial drawings as required and resubmit as specified
for initial submittal.
2. Indicate on drawings any changes which have been made, other
than those requested by Architect.
01340 - 2
B. Product Data and Samples: Submit new data and samples as required
for initial submittal.
1.08 DISTRIBUTION OF SUBMITTALS AFTER REVIEW:
A. Distribute copies of shop drawings and product data which carry
Architect's stamp as required for construction, including
Contractor's file, job site file, record documents file, other prime
contractors, subcontractors, supplier and fabricator.
End of Section
01340 - 3
F
SECTION 01630 - SUBSTITUTION AND PRODUCT OPTIONS
1.01 PRODUCT LIST:
A. Within 21 days after date of contract, submit to the Architect 5
copies of complete list of products and materials which are proposed
for installation.
B. Prepare list on basis of each specification section.
C. For products specified under reference standards, include with
listing of each product:
1. Name and address of manufacturer.
2. Trade name.
3. Model or catalog designation.
4. Manufacturer's data, including performance and test data,
reference standards.
1.02 CONTRACTOR'S OPTIONS:
A. For products specified only by reference standards, select any
product meeting standards, by any manufacturer.
B. For products specified by naming several products or manufacturers,
select any product and manufacturer named.
C. For products specified by naming only one product and manufacturer,
there is no option, unless a substitution is approved as specified
below.
D. Product selection is governed by the Contract Documents and
governing regulations, not by previous project experience.
1.03 SUBSTITUTIONS:
A. During bidding, Architect will consider written requests from prime
Bidders for substitutions, received at least 10 days prior to bid
date. Approval of proposed substitutions will be set forth in an
�- addendum or letter of approval. Requests for substitutions shall
include data listed below.
B. Within 21 days after date of contract, Architect will consider
formal requests from Contractor for substitutions of products in
place of those specified.
C. Submit 4 copies of request for substitution. Include in request:
1. Complete data substantiating compliance of proposed substitution
with contract documents.
2. For products: Project identification, including manufacturer's
name and address. Manufacturer's literature, including product
description, performance and test data and reference standards.
Samples, if applicable. Name and address of similar projects on
which product was used and date of installation.
3. For construction methods: Detailed written descriptions of
proposed method. Complete drawings illustrating methods or
1. revisions.
4. Itemized comparison of proposed substitution with product or
method specified.
5. Data relating to changes in construction schedule.
D. In making request for substitution, Bidder/Contractor represents:
1. He has personally investigated proposed product or method and
determined that it is equal or superior in all respects to that
specified.
01630 - 1
r
f
E.
F.
2. He will provide same warranty for the substitution that he would
for the product specified.
3. He certifies that the cost data presented is complete and
includes all related costs under the Contract except the _
Architect's redesign costs, and waives all claims for additional
costs related to the substitution which subsequently become
apparent.
4. He will coordinate installation of accepted substitute, making
such changes as may be required for the Work to be complete in
all respects.
5. He will assume full responsibility for additional cost and _
expenses for the Owner, Architect/Engineer, and all other
contractors.
Substitutions will not be considered if:
1. They are indicated or implied on shop drawings or product data
submittals without formal request submitted in accord with
Article 1.03 of this section.
2. Acceptance will require substantial revision of contract —
documents.
If substitution is not approved or accepted, Contractor shall -
furnish specified product.
End of Section 01630 - 2
SECTION 03300 - CONCRETE WORK
F
PART 1 - GENERAL
1.01 DESCRIPTION: This section includes all materials, placing and finishing
of all plain and reinforced concrete as indicated on the drawings. Form
work, reinforcing, curing and related items are a part of this
section.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
r' Supplementary Conditions and General Requirements apply to the work
specified in this section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Testing and Laboratory Control - Section 01400
1.04 CONCRETE TESTS:
A. Make a minimum of three (3) test cylinders from concrete as
delivered to the job for each major pour.
B. Test specimen shall be taken by the Contractor and tested by an
approved laboratory in accordance with ASTM C31-83 for "Compression
Tests of Concrete". Results of tests shall be submitted to the
Architect. Cost of tests will be paid out of the allowance
specified in Section 01020.
C. Where the ultimate 28 day compressive strength of concrete in any
test cylinder falls below the strength specified for the class of
concrete tested or below proportional minimum 7-day strengths, the
proportions, water content, or temperature conditions shall be
changed to secure the required strength. All concrete whose test
specimen falls below the required compressive strength shall be
removed from the structure unless the Contractor supplies additional
evaluation and testing to establish its suitability for use in this
location. Notify Architect of proposed evaluation procedure to be
used before beginning.
D. Substitution of materials shall not be made without additional tests
for quality. All tests shall be made without additional cost to the
Owner.
1.05 REFERENCE STANDARDS: The current issue of ACI-301, "Specifications for
Structural Concrete for Buildings" is a part of this specification and
applicable to this project. Where any part of ACI-301 specification is
modified or voided by this specification, the unaltered provisions shall
remain in effect.
1.06 STORAGE OF MATERIALS: Store cement on platforms off ground; protect
stored cement against the elements. Handle and store aggregate
separately in manner to prevent intrusion of foreign material. Protect
all reinforcement until used. Use no frozen material or any hardened
cement.
03300 - 1
r
1.07 SUBMITTALS:
A. Shop Drawings: Submit shop drawings in accordance with Section
01340. Drawings shall show bending diagrams, assembly diagrams,
splicing, and laps or rods, shapes, dimensions, and details of bar
reinforcing and accessories. Fabricate materials in accordance with
approved shop drawings.
B. Product Data: Submit copies of manufacturer's product data.
C. All submittals shall be in accordance with Section 01340.
PART 2 - PRODUCTS
2.01 PORTLAND CEMENT: ASTM Spec. C150-76 or Air -Entraining Portland Cement C-
175, use Type III -A where high early strength concrete might be
required, and Type I or I -A for all other concrete work.
2.02 COARSE AGGREGATE: Hard, durable, uncoated, crushed stone or gravel
conforming to ASTM Spec. C33-74a. Maximum size aggregate allowed is 1/5
of narrowest dimension between forms of the concrete member or 3/4 of
minimum clear spacing between reinforcing bars. For concrete having an
exterior surface exposed, 95 to 100% shall pass a 1-1/2" sieve, 35 to
70% shall pass a 3/4" sieve, 10 to 30% shall pass a 3/8" sieve, and not
more than 5% shall pass a No. 4 sieve.
2.03 FINE AGGREGATE: Clean, hard, durable, uncoated grains free from silt,
loam, and clay, conforming to ASTM Spec. C33-74a. The fine aggregate
when tested according to ASTM C136-83, shall have a gradation with 100%
,by weight passing 3/8" sieve; 95 to 100% passing No. 4 sieve; 80 to 100%
passing No. 8 sieve; 50 to 85% passing No. 16 sieve; 25 to 60% passing
No. 30 sieve; 10 to 30% passing No. 50 sieve; 2 to 10% passing No. 100
sieve. The fineness modulus of fine aggregate shall be not less than
2.3 nor more than 3.1. Soundness of fine aggregate when tested
according to ASTM C88-83, shall not have a loss greater than 15% with
magnesium sulfate solution test, nor more than 10% loss with sodium
sulfate solution test.
2.04 MIXING WATER: Clean and free from oil, acid, and injurious amounts of
vegetable matter, alkalies, and other salts.
2.05 REINFORCING STEEL: Reinforcing steel shall be domestic and shall
conform to ASTM A615-75 Grade 60, and shall have 60,000 lbs. per square
inch minimum yield point, except that #3 bars, ties and stirrups may be
Grade 40 with 40,000 lbs. per square inch minimum yield point.
Deformation of deformed bars shall conform to Specification for
"Deformation of Deformed Steel Bars for Concrete Reinforcement", ASTM
A615-75. If requested, furnish certified mill test reports with each
delivery, attesting that reinforcement meets specification requirements.
2.06 POLYPROPYLENE FIBER CONCRETE REINFORCING: The concrete reinforcing
fibers shall be polypropylene collated, fibrillated fibers from
Fibermesh Company, 4019 Industry Drive, Chattanooga, TN, or an approved
equal. The fibers shall be used in strict accordance with the
manufacturers recommendations as to type and amount. The fiber
manufacturer or approved distributor shall provide the services of a
qualified technician for a pre -job meeting and initial job set up. Only
03300 - 2
9
fibers designed and manufactured specifically, for use in concrete from
virgin polypropylene and so certified by the manufacturer shall be
acceptable. Use in all exterior concrete except as otherwise noted.
2.07 METAL ACCESSORIES: Include all spacers, chairs, ties and other devices
{ necessary for properly placing, spacing, supporting and fastening
reinforcement in place. All metal a'cessories shall be zinc coated; for
�.. exposed work, support ends shall be:, turned upward. Material and work
shall be in accordance with CRSI�-72, except as modified by this
specification or the drawings.
'^ 2.08 EXPANSION JOINT FILLER: Expansion joint filler shall be preformed
saturated fiber filler, Celotex Flexcell, or approved equal. Joint
material shall be full thickness of slab or joint, and unless otherwise
r- indicated, 1/2" thick.
2.09 ADMIXTURE: Chemical Admixtures, Pozzolanic Admixtures, ASTM C494-71 or
I C618-73, modified for loss of ignition not exceeding 6%. Admixture
shall be used subject to certification based on tests and data. Submit
certificates with related laboratory test reports attesting that
admixture meets specified requirements and that admixture to be used for
r" work under the contract is identical in composition and concentration
with type used in test for acceptance.
2.10 SEALING AND CURING FRESH CONCRETE: Clear Bond treatment as manufactured
by The Guardian Chemical Co. or an approved equal. Sealer shall conform
to ASTM C309-74, Type I Clear. Contractor shall submit manufacturers
literature which will substantiate that product meets all specified
j requirements. Submit for approval in accordance with Section 01340.
2.11 FORMS:
A. Smooth Finish: Use new 9/16" thick moisture -resistant plywood or
line forms with 1/4" thick plywood.
2.12 AIR -ENTRAINING AGENT: Neutralized Vinsol Resin, or an approved
substitute, conforming to ASTM C260-77.
2.13 EVAPORATION REDUCER: Use an evaporation reducer equal to "CONFILM" as
manufactured by Master Builders, Inc., on concrete slabs on grade.
2.14 FORM RELEASE AGENT: Use a non -staining agent equal to Duogard as
manufactured by W.R. Meadows. Apply to all concrete forms according to
manufacturer's directions.
PART_3 - EXECUTION:
3.01 3000 PSI Concrete: All concrete designate
03300 - 3
d
3.02 3000 PSI AIR ENTRAINED CONCRETE: All concrete shall have a compressive --
strength of 2400 psi in 7 days, and 3000 psi in 28 days. Use this mix
for sidewalks, curbs and all other concrete slabs exposed to weather.
Total air content required shall be 6%. Concrete with exposed aggregate
shall have a minimum of 5-1/2 sacks of cement per cubic yard. `
3.03 PROPORTIONS:
A. Proportion mixed by either laboratory trial batch or field --
experience methods, using materials to'be employed on the project
for each class of concrete required, complying with ACI 211.1-81.
B. Submit written reports to the Architect of each proposed mix for _
each class of concrete at least 15 days prior to start of work. Do
not begin concrete production until mixes have been reviewed by the
Architect.
C. Laboratory Trial Batches: When laboratory trial batches are used to `
select concrete proportions, prepare test specimens in accordance
with ASTM C192-69 and conduct strength tests in accordance with ASTM
C39-72, specified in ACI-301-72 (Rev. 1975). Establish a curve. -�
showing relationship between water -cement ratio (or cement content)
and compressive strength, with at "least 3 points representing
batches which produce strengths above and below that required. Use
not less than 3 specimens tested at 28 days to establish each point
on the curve.
D. Field Experience Method: When field experience methods are used to
select concrete proportions, establish proportions as specified in
ACI-301-72.
Strength data for establishing standard deviation will be considered
suitable if the concrete production facility has certified records _
consisting of at least 30 consecutive tests in one group or the
statistical average for 2 groups totaling 30 or more tests,
representing similar materials and project conditions.
Standard Deviation: If standard deviation exceeds 600 psi or if no
suitable records are available, select proportions to produce an
average strength of at least 1200 psi greater than the required --
compressive strength of concrete.
After sufficient experience and test data become available from the
job, using ACI-214-77 methods of evaluation, the standard deviation
may be reduced when the probable frequency of an average of 3
consecutive tests below required compressive strength will not
exceed 1 in 100.
E. The proportions and mixes of aggregate to cement paste shall be
designed by a recognized commercial laboratory from a representative
sample of aggregate stockpiled at the site if job mixed; if ready -
mixed, shall be from a representative sample of aggregates stock-
piled at the plant. If additional material is brought on the site
for concrete work, a new design shall be made. The Contractor shall
obtain a written approval from the Architect of the particular
laboratory which he proposes to use. Cost Qf one design nix for
each strength will be paid for by the Owner out of the allowance
specified in Section 01020. If additional material is brought to
the stockpile, additional tests will be paid for by the Contractor.
03300 - 4
F. Workability of concrete shallbesuch that concrete can be handled,
placed and worked into angles and corners of forms, around
reinforcing steel and inserts without segregation, without water and
fine material rising to the surface.
G. Slumps: Slumps shall fall within the following limits:
Footings Max. 3 ---- Min. 1
Grade Beams, Walls Max. 5 ---- Min. 2
Slabs Max. 4 ---- Min. 2
3.04 MEASURING: The method of measuring water and aggregates shall be such
as to secure specified proportion in each batch and in manner that
proportion of water to cement can be closely controlled and easily
checked at any time.
�- 3.05 MIXING CONCRETE: All concrete throughout shall be either job or plant
mixed in an approved type of power operated mixer that will insure a
uniform distribution of the material throughout the mass. Contractors
shall see that sufficient number of mixers are provided to rapidly carry
on the work. Mixing shall be done in accordance with the requirements
4 of the American Concrete Institute Building Code. Mix each batch a
minimum of one (1) minute before discharging.
3.06 PLACING CONCRETE:
A. Place no concrete until forms, reinforcing steel, and/or other work
required to be built into concrete has been installed.
B. Place no concrete until earth surface to come in direct contact with
the concrete has been sprinkled thoroughly with water.
C. The placing or depositing of all concrete shall be in accordance
r' with requirements of the American Concrete Institute Building Code.
3.07 CONSTRUCTION JOINTS: The rate and method of placing concrete and
r- arrangement of construction joints shall be such that concrete may be
placed in one (1) continuous operation. Location of construction joints
shall be as shown on drawings.
3.08 CONTROL JOINTS: Joints shall be sawed where shown on the Drawings
immediately after completion of the finishing operation. Joint depth
shall be 1/3 of slab thickness. Fill all joints in slabs to be exposed
with a self -leveling polyurethane sealant. Sealant shall be Sonolastic
SL1 as manufactured by Sonneborn or an approved equal. Install in
accordance with manufacturer's instructions. See detail on Drawings.
3.09 REMOVAL OF FORMS:
A. Forms shall be removed in accordance with requirements of the
American Concrete Institute Building Code, without damage to
concrete and in a manner to insure complete safety of the structure.
Leave shoring in place until concrete member may safely support its
weight and loads upon it. Generally, the following procedure will
be required:
1. Grade beam forms may be removed after 24 hours.
03300 - 5
3.10 CONSTRUCTION OF FORMS: Construct forms to slopes, lines, and dimensions
shown, plumb and straight and sufficiently tight to prevent leakage;
securely brace and shore -forms to prevent displacement and to safely
support construction loads. Do not coat forms with materials that will
stain or cause injury to exposed concrete surfaces. Keep wood forms wet
as necessary to prevent shrinkage. See drawings for special
architectural effects.
3.11 PLACING REINFORCEMENT: Place reinforcement accurately in position
shown; securely fasten and support to prevent displacement before or
during pouring. Cleaning, bending and placing of reinforcement shall be
done in accordance with requirements of the American Concrete Institute
Building Code.
3.12 INSERTS AND FASTENING DEVICES FOR OTHER WORK: Provide for installation
of inserts, and other fastening devices required for attachment of other
work. Properly locate in cooperation with other trades, and secure in
position before concrete is poured.
3.13 PATCHING: Directly after forms have been removed, all exposed tie wires
and stapled ends shall be removed from concrete surface to be exposed;
cut ties flush with finished surfaces of all other concrete. Rub smooth
or cut off fins and rough places; remove all loose concrete and fill
honeycombing surfaces, stone pockets, and other irregularities with
cement mortar. Do not patch any surface until the Architect has been
notified and given opportunity to observe the irregularity.
3.14 PROTECTION AND CURING: Protect concrete against frost and rapid drying,
and keep moist for at least six (6) days after placing. Concrete from
which forms are removed within six (6) days after pouring, and cement
finishes shall be sprayed during the curing period as frequently as
drying conditions may require, and if necessary, be protected by
suitable temporary coverings. Cover cement finishes with waterproof
paper as specified under Paragraph entitled "Cement Floor Finishes".
3.15 SLABS:
A. Concrete slabs on earth shall be placed over a well -tamped subgrade.
Tamp and roll fill until thoroughly compacted. Immediately place
concrete of required thickness, and strike off at proper levels to
receive finishes specified.
B. Set continuous expansion joint strips where edge of slab abuts a
vertical surface and elsewhere as shown; seal joint tightly around
strips and spaces around pipes penetrating floors. Use coal -tar
pitch or asphalt mastic for sealing joints.
3.16 CEMENT FLOOR FINISHES:
A. Troweled Surfaces: This specification is for exposed slabs with or
without integral coloring, sidewalks, and slabs to receive floor
covering.
1. Slabs shall be screeded a maximum of 8'-0" o.c. After placing,
the concrete shall be rodded and screeded to the proper
elevations. Slab should then be darbied or floated. As screeds
are removed, the voids shall be filled and leveled; "Jitterbugs"
or similar devices shall not be used.
03300 - 6
Immediately after floating, apply a coat of evaporation reducer
with a constant pressure sprayer. Spray surface lightly and
uniformly, covering surface with a fine mist. Follow
manufacturer's directions.
r
2.
As soon as possible the slabs _shall be "laid down" by hand
#
troweling the surface once over completely. At this time the
surface shall be checked with a 10'-0" straight edge, and high
or low spots shall be brought to a common level at the elevation
shown.
3.
As soon as the surface is capable of supporting a troweling
machine, the slab shall be troweled again. Hand troweling will
be approved for the second troweling.
4.
As soon as the surface will "ring" under a steel trowel, a final
hand troweling will be required. All machine marks must be
�-
removed, and the surface must be left smooth, level, and true.
Irregularity in the surface grade exceeding 1/8" in 10' will not
be accepted.
5.
When the surface can be walked upon without damage, cover all
slabs with waterproof paper conforming to Fed. Spec. UU-B-790A-
76, or ASTM C171-69, lapping the edges sufficiently to seal out
the air and secure in place by spreading sand over the paper.
This covering shall remain in place a minimum of fourteen (14)
days. Chemical curing compound may be used if type is
compatible with finish flooring and approved by the Architect.
�..
6.
Sidewalks shall be stiff brush or medium broom finish, in lieu
of the third troweling. The texture shall be as approved by the
Architect. Note Paragraph entitled "Concrete Walks" of this
section of the specifications for further specifications
i'
regarding sidewalks.
is
7.
Ramps, porches and docks shall have stiff brush finish.
3.17 .SEALING:
A. Concrete slabs shall receive an application of sealing compound as
specified above. Application shall be by spray, as soon as concrete
finishing is completed, and after the surface is free of excess
water. The amount and rate of application shall be as recommended
by the manufacturer.
B. A second application consisting of 2 coats "Clear Bond Concrete
Treatment" by Guardian Chemical Co., or equal, shall be applied to
all concrete floors after all trades are finished and the structure
is ready for use. Apply sealer in accordance with manufacturers
r., printed directions.
3.18 CONCRETE WALKS:
A. Concrete walks shall be one -course construction, 4" in thickness of
3000 lbs. concrete as hereinbefore specified. Walks shall be cured
in a manner similar to that specified for floor slabs.
B. Provide 1/2" expansion joints (with premolded filler) not more than
32' apart, also at junctions with curb, where walks abut building,
platforms, and other fixed structures, and elsewhere as shown.
Where walks terminate at curbs, provide 1" expansion joints with
filler. Form dummy joints as indicated on drawings, or at 4'-0"
intervals.
03300 - 7
C. Refer to Paragraph "Cement Floor Finishes" of this section for
finishing instructions. Steps in connection with walks shall have
the same finish as walks. Round all edges, including those at
expansion and dummy joints to 1/4" radius. Where walks terminate at
curbs, finish walk 1/4" above curb. Permit no pedestrian traffic on
walks for a period of three (3) days. Gross slope for sloped or
crowned,walks shall be 1/4" per foot, or as noted on the drawings.
3.19 COLD WEATHER PROVISIONS:
A. Place no,concrete whenever it is anticipated that air temperature at
the point of placement is likely to fall below 40 deg. F.
B. Concrete may be placed when air temperature is 40 deg. F. and
rising..
C. Use of accelerators and anti -freeze compounds will not be approved.
3.20 RUBBED FINISH: Where indicated, rubbed finish shall consist of smooth
finish, as specified, wetted thoroughly and rubbed with carborundum
stones to a finish uniform in color and texture. Mortar or grout shall —
be employed during rubbing, and mortar worked up during rubbing shall be
removed. Upon completion of rubbing, the surfaces shall be washed
thoroughly with clean water.
3.21 CONCRETE CURB AND GUTTER INSTALLATION:
A. Portland Cement` concrete curbs or curb and gutter, without
reinforcing steel, shall be constructed on approved subgrade in
accordance with these specifications, and in conformity with the
lines and grades established on the ground, and as shown on the -
plans. B. The subgrade shall be excavated to the lines and grades shown on the
plans and as established in the field. All subgrade shall be damp
and firm before pouring the concrete.
C. Outside forms shall be metal, straight, clean, oiled and of a height _
equal to the depth of. the curb. They shall be securely staked to
line and grade and maintained in this position during depositing of
concrete. Inside forms shall be of such shape and material to give the curb section desired, and shall be rigidly attached to the
outside forms. Where curb and gutter intersects valley gutters, the
lip of the gutter shall be depressed to provide drainage to the flow
line of the valley gutter.
D. Concrete shall be proportioned as determined by a testing laboratory
using local aggregate. The minimum cement content shall be given
five (5) sacks per cu.yd. and the maximum water content shall be
seven (7) gallons per cu.yd. The maximum water content shall
include any free moisture present in the aggregate.
E. The mixing shall be done in a batch mixer of approved type and size --
which will insure the uniform distribution of the material
throughout the mass so that the mixture will be uniform in color and
smooth in appearance. Concrete may be "ready -mixed", but
transporting.vehicle shall be in good condition to prevent loss or
segregation of ingredients. Continuous mixing during transit will
be required. Placement of concrete within one (1) hour from
charging mixer with ingredients shall be required.
F. Premoulded asphalt composition expansion joint shall be installed at
a maximum spacing of 16 ft. and at ends of all curb returns. Tooled
contraction joints, cut through entire cross-section of curb and
03300 - 8
gutter, shall be constructed at a maximum spacing of ten ft. (101)
r and a minimum of five (F). Contraction joints may be replaced by
expansion joints at Contractor's option.
G. The Contractor shall give the Architect sufficient advance notice
before starting to place concrete in any unit of curb and gutter;
to permit the inspection of forms, subgrade and expansion joints.
The method and manner of placing shall be such as to avoid the
possibility of segregation or separation of the aggregate. Each
form shall be filled by depositing concrete as near its final
position as possible. The course aggregate shall be worked back
from the faces.
H. After the concrete has been struck off and after it has become
t , sufficiently hard to stand up, but before the initial set is
complete, the face form shall be removed and the curb shaped to
conform with cross-section shown on the plans. This may be done by
C
"darbying" or with a "mule" or template. The entire exposed surface
shall then be thoroughly worked with a wooden float, leaving curb
and gutter to line and grade. Care shall be taken that no more
concrete is poured than can be properly finished with the available
finishing crew. The entire exposed surface shall be brush finished,
after final troweling has been complete, to give a uniform and
PM
slightly grained surface. All exposed edges and joints are to be
edged with a 112" edging tool.
J. All concrete shall be adequately protected from injurious action by
the sun, heavy rains, rapid drying, freezing and mechanical damage.
Concrete shall be cured by applying an impervious membrane curing
compound. The membrane curing compound shall comply with the
"Standard Specification for Liquid Membrane -forming Compounds for
POW
Curing Concrete," ASTM C-309, Type 1, clear or translucent. It
shall be applied after the surface finishing has been completed, and
immediately after the free surface moisture has disappeared. The
surface shall be sealed with a single uniform coating of not less
than one (1) gallon per 180 sq.ft. of area.
End of Section 03300 - 9
r-
t
0
SECTION 05500 - MISCELLANEOUS METALS
PART 1 - GENERAL
1.01 DESCRIPTION: Provide miscellaneous metal work as detailed or specified,
including anchors, fasteners, hardware and accessories.
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 RELATED WORK SPECIFIED ELSEWHERE:
Concrete - Section 03300
1.04 QUALITY STANDARDS:
A. Comply with the provisions of the following codes, standards and
specifications, except as otherwise shown and specified.
AISC "Specifications for the Design, Fabrication, and Erection of
Structural Steel for Buildings", including "Commentary of the AISC
Specification".
AISC "Specification for the Design of Cold -Formed Steel Structural
Members".
AWS "Code for Welding in Building Construction."
B. Regulatory Requirements: Miscellaneous metals shall comply with
requirements of Americans with Disabilities Act (Public Law 101-
336), and the Texas Accessibility Standards (TAS) Architectural
Barriers Act, Article 9102, Texas Civil Statutes.
1.05 SUBMITTALS:
A. Shop Drawings: Submit shop drawings in accordance with Section
01340. Indicate each item being furnished, including materials,
quantities, sizes, shapes,locations, connections and fasteners.
Designate shop and field welds in accordance with AWS standard
symbols. Furnish setting diagrams, erection plans, templates and
directions for installation of backing plates, embedded anchors and
other items.
B. Product Data: For each catalog item, submit manufacturer's product
data sheet indicating product description and installation
recommendations. Submittal shall be in accordance with Section
01340.
1.06 PRODUCT DELIVERY, STORAGE AND HANDLING:
A. Properly identify and mark items in accordance with approved Shop
Drawings.
B. Deliver embedded items to site in accordance with concrete
construction schedule.
C. Store products completely clear of ground and covered to avoid
damage by elements.
05500 - 1
1.07 COORDINATION: Coordinate with other trades where their work is affected by miscellaneous metal work.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Miscellaneous Structural Steel: ASTM A36. B. Castings:
1. Grey Iron: ASTM A48, Grade 35B.
2. Malleable: ASTM A47, Grade 35018.
3. Steel: ASTM A27, Grade 65 - 35.
C. Fasteners: Furnish galvanized with galvanized items.
1. Bolts: ASTM A307, Grade A.
2. Expansion Bolts: Self -drilling anchors, Red Head Self -Drilling `
Series, or equal.
D. Shop Paint: Equal to TNEMEC Series 10-99 red metal primer.
2.02 FABRICATION - GENERAL:
A. Fabricate work true to shape, size and tolerances, as detailed, with
straight lines, square corners or smooth bends; free from twists.
B. Grind and dress edges and ends of metal smooth, with no sharp edges
and with corners slightly rounded.
C. Perform welding in accordance with AWS D1.1 and approved Shop
Drawings. Grind welds smooth and at decorative items, polish to --
uniform surface or radius.
D. Construct connections and joints exposed to weather to exclude
water.
E. Provide sufficient type, quantity and size of anchors for proper
fastening of items. Fastenings shall be concealed wherever
possible.
F. Provide holes and connections for work of other trades.
G. Preassemble items in the shop to the greatest extent possible, so as
to minimize field splicing and assembly of units at the project
site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and
coordinated installations.
2.03 FABRICATED PRODUCTS:
A. Miscellaneous Steel Shapes: Channels, wide flange shapes, standard
pipe, angles, plates, connections and bolts where shown and detailed
on Drawings. Hot -dip galvanize items on exterior. _
B. Steel Guard Posts: 6" standard galvanized steel pipe as detailed on
Drawings. Provide welded convex steel cap at top of post.
C. Aluminum Pipe Handrail System:
1. Where shown and herein specified, furnish and install aluminum
pipe component rail system equal to Wesrail as manufactured by
Moultrie Manufacturing Co., Moultrie, GA, 800-841-8674.
2. Material quality: Provide materials free from surface blemishes —`
'where exposed to view in the finished installation.
3. Aluminum: Alloy - 6063 - T6.
a. Extruded pipe: 1-1/2 inch O.D., ASTM B 429. --
b. Bars, Rods and Tubes: ASTM B221.
c. Plate and Sheet: ASTM B 209.
4. Base Flanges, Anchors and, Inserts: Provide manufacturer's
standard machined or cast base flanges. Provide all anchors and
• inserts required to support work specified, in accord with
approved shop drawings.
5. Fittings and fasteners: Provide fittings and fasteners of same
basic material and alloy as parts being joined, unless otherwise
indicated. Provide Type 305 stainless steel blind rivets and
self -tapping screws. Do not use metals that will be corrosive
` and incompatible with materials being fastened.
6. Provide weep holes or other means to exit entrapped water in
hollow sections of railing members that are exposed to exterior
or to moisture from condensation or other sources.
7. Anodized Aluminum: Dark Bronze Anodized.
2.04 CATALOG PRODUCTS:
A. Roof Drain Nozzle: Where noted on Drawings, furnish and install
roof drain nozzle equal to Wade model number 3940 cast bronze, size
to match existing piping.
B. Stair Nosing: At tile surfaced or concrete stairs and steps where
indicated on Drawings, furnish and install stair nosings on each
tread. Nosings shall be continuous and the length of tread less 3"
each side. Nosings shall be equal to the following:
Wooster - #131
1. At new poured concreted stairs: Type 3511 (embedded) as
manufactured by American Safety Tread Co., Inc., (800) 245-4881.
2. At existing tile surfaced stairs: Type G4702 (surface applied)
as manufactured by American Safety Tread Co., Inc., (800) 245-
4881.
PART 3 - EXECUTION
3.01 INSPECTION AND PREPARATION:
A. Examine structure and surfaces for defects that would prevent proper
installation of miscellaneous metal items. Report discrepancies.
B. Field measure related work and openings as required for proper fit.
3.02 INSTALLATION:
r'
A.
Install items in accordance with approved Shop Drawings and
manufacturer's instructions.
B.
Install plumb and level, anchored rigid and secure, and in true
alignment with related and adjoining work.
C.
Field weld members in accordance with AWS D1.1. Grind exposed welds
smooth.
D.
Provide anchoring devices and fasteners for properly installing
items.
E.
Set surface applied stair nosings in full bed of exterior grade
mastic before anchoring to substrate.
r-
F.
At existing roof drains to receive cast bronze nozzle, extend pipe
f
as required and thread to receive nozzle. Securely anchor flange to
solid substrate.
r
G.
Upon completion, re-examine work and correct to insure that
installation is firm, tight, anchored, in true alignment with neat
fits, without distortions, unsightly fastenings, raw edges or
protrusions.
05500 - 3
H. Touch-up field welded areas with specified shop paint. Use
specified galvanized touch-up at galvanized items.
I. Handrails: The structural strength of installed handrails,
fasteners, and mounting devices, as finally installed, shall be
capable of withstanding a thrust of 250 lbs. applied in any
direction. Handrails shall not rotate in their mountings.
End of Section 05500 - 4
r
SECTION 07100 - WATERPROOFING
PART 1 - GENERAL
1.01 DESCRIPTION: Provide waterproofing and all supplementary items
necessary.
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: The extent of waterproofing work is shown on the
drawing or herein specified. Location of various types shall be as
follows:
A. Membrane Waterproofing: Include exterior surfaces of all basement
walls extending from top to bottom of wall, including brick shelves,
projections, etc. Use membrane waterproofing at all interior and
exterior planters and elsewhere as shown on the Drawings.
1.04 QUALITY ASSURANCE:
A. Manufacturer: Provide only products of manufacturers with not less
than 3 years of successful experience in supplying the principal
materials for the required work.
B. Application: Applicator shall show proof of at least 5 years of
experience in successfully completing work of comparable size.
1.05 JOB CONDITIONS:
A. The Installer must examine the substrate and the conditions under
which waterproofing work is to be performed, and notify the
Contractor in writing of unsatisfactory conditions. Do not proceed
with the work until unsatisfactory conditions have been corrected in
a manner acceptable to the Installer.
B. Weather Conditions: Proceed with waterproofing work only when
weather conditions comply with manufacturer's recommendations, and
will permit the materials to be applied in accordance with the
recommendations.
1.06 SUBMITTALS:
A. Manufacturer's Data: Submit copies of specifications, installation
instructions. and general recommendations by the manufacturer of
waterproofing materials. Include published data for each material
r showing compliance with the requirements. Submittal shall be in
accordance with Section 01340.
'~ 1.07 GUARANTEE: All work under this contract shall be performed by a
reliable applicator. Upon completion of the work the installer shall
furnish the Owner with a written warranty, cosigned by the General
Contractor, stating that all materials and workmanship are guaranteed
for a period indicated below from the date of acceptance, and that all
repairs necessary during the warranty period due to water damage will be
FOR
made without expense to the Owner:
Membrane waterproofing installer - two years
r
Membrane waterproofing manufacturer - five years
R
f
07100 - 1
PART 2 - PRODUCTS
2.01 MEMBRANE WATERPROOFING MATERIALS: Shall be equivalent to Bituthene
Waterproofing Systems by Grace Construction Products:
A. Membrane: Bituthene 3000, self -adhering membrane of rubberized
asphalt integrally bonded to polyethylene sheeting.
B. Primer: P-3000
C. Protection Board Adhesive: PBA 3000
D. Protection Board: PB3000, 1" lightweight cellular plastic.
PART 3 - EXECUTION
3.01 MEMBRANE WATERPROOFING:
A. Excavation: Remove existing soil as required to allow space to
install membrane waterproofing.
B. Preparation: Concrete surface must be free of voids, spalled or
loose aggregate, and sharp projections. Surface must have a smooth
troweled finish. Concrete surface must be dry. Patch as required
to fill all holes, voids and other irregularities.
C. Temperature: Apply Bituthene 3000 only in fair weather when air and
surface temperatures are above 40 deg. F. Between 25 deg. and 40
deg. F., use Bituthene 3100.
Bituthene Primer P-3100 must be used on vertical surfaces at
temperatures between 25 deg. and 40 deg. F. Do not apply Bituthene
to frozen concrete.
D. Priming: Apply Bituthene Primer P-3000 to concrete by spray or
lambswool roller (250 to 350 sq. ft. per gallon). Allow primer to
dry one hour or until tack free. Prime only the area which will be
covered with membrane in a working day. Areas not covered with
membrane in 24 hours must be reprimed. Primed surfaces should be
covered .immediately where contaminants from the air accumulate on
the surface. Metal or other dense surfaces do not require priming, but must be clean, dry and free of loose paint, rust or other
contaminants.
E. Corner Details: Cover all inside and outside corners with' an
initial strip a minimum of 11" wide centered on the axis of the
corner, followed by the full width Bituthene Membrane application.
Outside corners must be free of sharp edges. Inspect surfaces
adjacent to all corners and repair if necessary to provide a smooth �-
dense surface. Inside corners should receive a fillet formed with
epoxy mortar or latex modified cement mortar (such as Daraweld-C
mixed in with cement mortar) and a double coverage of membrane as --
described above. Do not use fiber or wood cants.
F. Vertical Surfaces: Apply Bituthene Membrane vertically in strips of
8 feet in length or less. Edge seams must be overlapped at least 2-
1/2". On higher walls, apply in two or more sections with the upper '—
overlapping the lower by at least 2-1/2". Press all membrane on
.vertical surfaces with heavy hand pressure during application.
Bituthene Membrane should be applied over the edge of the slab or over the top of the foundation. Apply a troweled bead of Bituthene
EM-3000 to all vertical and horizontal terminations.
07100 - 2
F
Seal all daily terminations with a thin troweled bead of EM-3000.
Bituthene must not be applied in any areas permanently exposed to
sunlight.
Patch tears and inadequately lapped seams with Bituthene Membrane.
Slit fishmouths and repair with a patch extending 6" in all
directions from the slit and seal edges of the patch with EM-3000.
Inspect membrane thoroughly before covering and make any corrections
immediately.
G. Protection of Membrane: Bituthene shall be protected. Bituthene
Protection Board PB-3000 adhered with Bituthene Protection Board
Adhesive PBA-3000 applied at a rate of 250-350 sq. ft. per gallon.
r`
H. Backfill: After installation of membrane and protection board,
!,
backfill soil and compact to match undisturbed adjacent soil. Rake
surfaces level.
End of Section 07100 - 3
F
r
t
19
I
SECTION 07240 - EXTERIOR INSULATION AND FINISH SYSTEM
PART 1 - GENERAL
1.01 DESCRIPTION: Furnish all labor, equipment and material necessary to
complete the installation of the insulation and finish 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 RELATED WORK SPECIFIED ELSEWHERE:
Sealant - Section 07900
1.04 QUALITY ASSURANCE:
A. Supplier Qualifications: Supplier shall be an established firm,
experienced in the field; DRYVIT System, Inc., or an approved equal.
B. Applicator Qualifications: Application of the system shall be by an
applicator approved by the manufacturer of the system.
C. Mock-up Installation: Prior to installation of system, provide
sample mock-up panel using materials specified for final work.
Build sample panel at the site, as directed, and of full thickness
and approximately 4' x 31. Demonstrate the proposed range of color,
texture and workmanship to be expected in the completed work,
including all types of joints and reveals to be used on the project.
Obtain Architect's acceptance of visual qualities of the sample
panel, before starting work. Retain sample panel during
construction as a standard for judging completed work. Do not
alter, move or destroy sample panel until application work is
completed.
D. Reference Standards:
1. Federal Specification (Fed. Spec.)
HH-I-524 B Insulation Board, Thermal (Polystyrene)
2. Federal Standard (Fed. Std.)
141A/6201 Moisture Resistance
141A/6191 Abrasion Resistance (Falling Sand)
141A/6061 Salt Spray (Fog) Test
141A/6151 Accelerated Weathering
3. American Society of Testing and Materials (ASTM)
ASTM B 117 (Federal Test Standard 141A Method 6061) Method of
Salt Spray (Fog) Testing
ASTM C 79 Test Method for Gypsum Sheathing Board
ASTM C 150 Specification for Portland Cement
ASTM C 297 Test Method for Tensile Strength of Flat Sandwich
Constructions in Flatwise Plane
ASTM D 968 (Federal Test Standard 141A Method 6191) Test Method
for Abrasion Resistance of Organic Coatings by the Falling
Abrasive Tester
ASTM D 2247 ( Federal Test Standard 141A Method 6201) Method of
Testing Coated Metal Specimens at 100 Percent Relative
Humidity
07240 - 1
ASTM E 84 Test Method for Surface Burning Characteristics of
Building Materials
ASTM E 96 Tests for Water Vapor Transmission of Materials
ASTM E108 (Modified) Method of Fire Tests of Roof Coverings
ASTM E 119 Method for Fire Tests of Building Construction and _
Materials
ASTM E 330 Test Method for Structural Performance of Exterior
Windows, Curtain Walls, and Doors by Uniform Static Air —
Pressure Difference
ASTM E 331 Test Method for Water Penetration of Exterior
Windows, Curtain Walls, and Doors by Uniform Static Air
Pressure Difference
ASTM G 23 (Federal Test Standard 141A Method 6151) Recommended
Practice for Operating Light and Water Exposure Apparatus
(Carbon -Arc Type) for Exposure of Non-metallic Materials
E. Regulatory Agencies: The system shall be approved by the building
codes or agencies with jurisdiction on the project.
1. Packaging shall be labeled to indicate approval.
F Apply system in strict accordance with manufacturer's latest printed
application instructions.
1.05 SUBMITTALS: Submit in accordance with Section 01340.
A. Samples: Submit samples of materials to Architect for approval and
selection of color and texture. Do not order materials until after
approval and selection by Architect.
B. Manufacturer's Data: Submit copies of manufacturer's technical data
and application instructions for each material.
C. Submit letter of applicator's approval by system manufacturer.
1.06 PRODUCT DELIVERY, STORAGE AND HANDLING:
A. Deliver products in original unopened packaging with legible
manufacturer's identification.
B. Store products in a cool, dry place out of direct sunlight,
protected from the elements and from damage.
1. Store at a temperature of not less than 40 deg. F.
1.07 JOB CONDITIONS:
A. Cold Weather Requirements: _
I. Provide heat and protection as required to maintain a minimum
ambient temperature of 40 deg. F. for at least 24 hours after
the system installation.
2. Distribute heat uniformly to prevent concentration of heat near -
the source.
3. Do not apply the system in ambient temperature below 40 deg. F.
or on frozen surfaces.
B. Protection:
1. Protect surrounding areas and surfaces to preclude damage during
application of the system.
2. Protect finished work when stopping for the day or when _
completing an area in order that water will not penetrate behind
the system.
07240 - 2
1.08 COORDINATION: The work of this section requires close coordination
between related sections. Make provisions for installation of other
work; openings, anchors, flashings,,etc. to avoid cutting and patching.
All caulking shall be done immediately after installation of the system.
1.09 MAINTENANCE KIT: At completion of project, furnish Owner with
Maintenance Kit with enough material to repair 64 square feet.
�.. Containers of liquids shall be unopened.
1.10 GUARANTEE: Provide the Owner with a written guarantee from the
manufacturer which shall guarantee the material against any defects for
a minimum period of 5 years. The installer shall provide a written
warranty against defects in workmanship for a period of 2 years.
2.01 MATERIAL:
A. Adhesive: The adhesive shall be designed to be compatible, both in
bond strength and chemical structure, with the specific rigid
insulation used and with the stratum to which it is adhered.
B. Portland Cement: Portland Cement shall conform to ASTM C 150, Type
I, fresh and free from lumps.
C. Water: Water shall be clear, clean and potable, without any foreign
matter in solution which might affect the color or setting qualities
of the cement, adhesive, or finish coat.
D. Insulation Board:
1. Expanded polystyrene; Federal Specification HH-I-524 B less than
25 flame spread, thickness as shown.
2. The density and shear modulus of the insulation board shall be
such that it serves as a buffer between wall structure and
exterior finish.
a. It shall be coordinated so that thermal and structural
movements in the wall structure and thermal contraction of
the insulation will not produce excessive shear stresses in
the reinforced coating.
E. Plastic Veneer Base:
1. The plastic veneer base shall be a hard, breathing type bonding
layer.
p 2. This bonding layer shall be of an especially prepared mastic
type material applied in a thickness sufficient to completely
embed the reinforced fabric.
P 3. The strength of the shear bond on the surface of the insulation
board shall be sufficient to develop the full tensile strength
of the reinforcing fabric.
F. Fiberglass Reinforcing Fabric: The fiberglass fabric is twisted
t , multi -end strands, specifically treated for compatibility with all
of the compounds of the system.
r• 1. Provide Standard Plus (6 oz.) mesh on all surfaces.
2. Provide layer of Panzer 20 (20.5 oz.) mesh beneath Standard Plus
mesh on all surfaces.
r., G. Plastic Veneer Finish:
1. The plastic veneer finish shall be of a hardening, air cured
mastic type material, equal to Standard DPR with texture as
selected by the Owner/Architect from one of the following:
07240 - 3
Quarzputz, Sandpebb l e, Sandpebb l e Fine or Adobe Fine, a l l 100%
acrylic based.
2. It shall form a breathing type coating fully bonded and
compatible with the plastic veneer base to which 1; is applied.
3. The plastic veneer finish color shall be factory mixed and _
integral, and a custom color as selected by the Architect.
a. Color and texture shall comply with the approved sample.
H. Manufacturer: System specified is based on products manufactured by
DRYVIT System, Inc., 420 Lincoln Avenue, Warwick, RI.
2.02 SYSTEM PROPERTIES: The system specified shall have the following
minimum characteristics and properties.
A. Mechanical Properties:
1. Tensile Bond Strength of Adhesive - ASTM D 1682 Insulation Board
to: Exterior gypsum sheeting 1200 psf. —
Concrete 1900 psf. .
2. Impact Resistance - ASTM E-72
(Sections 13.1 - 13.4) —
Drop Height Indentation Observations
6 ft. 8.5 mm non -cracking
3. Freeze -Thaw Resistance - 68 deg. to 14 deg.
Soaked @ 68 deg - 4 days Results: 60 Cycles with no
then 14 deg for 2 hours checking, cracking
and 68 deg. for 2 hours. or splitting.
4. Water Vapor Transmission - ASTM C-355
Insulation Board 1.2 to 2.0 perm -inch. Plaster Lamina 9.75
perm.
B. Weathering Properties:
1. Accelerated Weathering - Fed. Std. 141A/6151 2000 Hours.
2. Salt Spray Resistance - Fed. Std. 141A/6061 300 Hours - 5% Salt
Concentration.
3. Falling Sand Abrasion - Fed. Std. 141A/6191 500 Liters - no
deleterious effects.
4. Moisture Resistance - Fed. Std. 141A/6201 14 days - no
deleterious effects. —
5. Mildew Resistance - Mil. Std. 810 B. - No growth of mildew.
2.03 MIXING: _
A. Adhesive and Plastic Veneer Base:
1. Use clean plastic container, free of all foreignsubstance, for
mixing and preparing material. Do not use container which has
been used for or cleaned with a petroleum product.
2. Use a mixer similar to Goldblatt Jiffler Mixer No. 15 311 H7,
powered by 1/2 in. drill 400-500 RPM.
3. Stir adhesive or plastic veneer base before adding portland
cement to assure homogeneous material.
4. Mix Type 1 portland cement with adhesive or plastic veneer base
in a ratio of one part portland cement to one part adhesive or
plastic veneer base.
a. Measure quantities of adhesive or plastic veneer base and
portland cement separately before mix.
b. Add portland cement to adhesive or plastic veneer base in
small increments while thoroughly mixing each increment.
5. Water may be added to adjust workability.
07240 - 4
6. Pot life for mixed adhesive or plastic veneer base should be
the same as ordinary mortar or plastic materials.
a. Keep container closed when not in use.
7. No additives such as rapid binders, anti -freeze, accelerators,
etc., shall be added to any material under any circumstances.
r B. Plastic Veneer Finish:
1. Thoroughly mix the factory prepared plastic veneer finish
material with the high speed mixer, until a uniform workable
consistency is attained.
a. A small amount of clean potable water may be added to adjust
workability.
PART 3 - EXECUTION
3.01 REMOVAL OF EXISTING QUARRY TILE:
A. Refer to Drawings for areas of existing quarry tile to be removed.
B. Remove completely, all quarry tile, grout and loose bonding mortar
or leveling compounds to achieve surface that is free from defects
that would prohibit bonding of exterior insulation and finish
system.
3.02 INSPECTION:
A. Surfaces to receive the insulation and finish system shall be dry,
clean, free of releasing agents (silicones, oils,. etc.) or waxy
films, and shall be sound and free of hot spots.
B. Surfaces with planar irregularities greater than 1/4" are
unacceptable.
C. Do not proceed with work until unsatisfactory conditions are
corrected. Starting of work shall constitute acceptance of surface
to receive system.
3.03 PREPARATION:
A. Patch as required, all holes and surface irregularities with
leveling compound as recommended by the exterior insulation and
finish system manufacturer, to achieve acceptable substrate for
application of exterior insulation and finish system.
B. All existing masonry or concrete surfaces shall be washed with a
masonry type cleaner and thoroughly flushed with water.
C. Remove and reinstall as required, all existing plumbing, electrical,
hardware or devices occurring in areas to receive new exterior
insulation and finish system. Install any new devices noted.
3.04 APPLICATION - EXTERIOR INSULATION AND FINISH SYSTEM:
A. Install the exterior insulation and finish system in accordance with
the current application instructions DS 204.
k B. Applying Insulation Board:
1. The application of insulation board to vertical surfaces shall
begin at the base from firm, permanent or temporary support.
2. Board shall be applied horizontally in a running bond.
3. Pre-cut insulation board as required to fit openings,
projections, etc. Stagger vertical joints and corners.
4. With a trowel apply a bead of mixed adhesive 2" wide by 3/8"
thick on the entire perimeter of the board. Apply dabs of
adhesive 3/8" thick by 4" in diameter approximately 8" on center
I^
t
i
07240 - 5
r
to the interior area. A minimum of 25% adhesive area must
result.
5. Apply pressure over entire surface of board to insure uniform
contact and high initial grab. Abut all joints tightly and _
insure`an overall flush level surface.
a. Any irregularity of the insulation board greater than 1/16"
must be rasped flush.
6. All accessory items or expansion joints should be installed and -
completely bedded in with adhesive.
a. Accessory items are specified or noted on the Drawings.
7. Expansion joints shall be installed in the following locations:
a. Where expansion joints occur in the substrate system.
b. Where building expansion joints occur.
c. Where exterior insulation and finish system abuts dissimilar
materials.
d. Where substrate changes.
e. In continuous elevations at intervals not exceeding 75 feet.
Coordinate with Architect on location of joint. C. Plastic Veneer Base and Reinforcing Fabric:
1. Using a stainless steel trowel, apply mixed plastic veneer base
to the entire surface of the insulation board to a uniform
thickness of approximately 1/16".
2. Immediately place the reinforcing fabric against the wet plastic
veneer base coating, and, by troweling from the center to the
edges, embed the fabric into the coating.
a. Reinforcing fabric shall be continuous at corners and lapped
not less than 2-1/2" at fabric edges.
b. Avoid wrinkles in embedding the reinforcing fabric.
c. Coating shall be such that the reinforcing fabric is fully
embedded.
3. The plastic veneer base coating surface shall be dry and hard
before proceeding to plastic veneer finish application.
4. Where additional impact layers of plastic veneer base and
reinforcing fabric are shown on drawings or specified, the above
procedure (1 and 2) should be repeated after the preceding layer has set up.
5. Exterior insulation and finish system base coat surfaces in
contact with sealant shall be coated with Demandit or Color _
Prime. Sealant shall not be applied directly to textured
finishes or base coat surfaces.
C. Plastic Veneer Finish: Apply plastic veneer finish material
directly to the reinforced plastic veneer base coating in
accordance with manufacturer's printed instructions to
achieve the texture selected by the Owner/Architect.
D. Cleaning:
1. Remove excess exterior insulation and finish system materials
from the job site.
2. Clean all surrounding surfaces to remove any exterior insulation
and finish system base coat or finish coat splatters.
E. Protection: Protect the exterior insulation and finish system from
weather and other damage until sealants at perimeter and expansion
joints is installed.
End of Section 07240 - 6
F
r
r
i
i
SECTION 07900 - CAULKING AND SEALANTS
1.01 DESCRIPTION:
A. Provide exterior sealants required to close joints which would allow
moisture or air to enter between fixed materials and as otherwise
indicated on the drawings for exterior sealing.
B. All joints between new quarry tile or exterior insulation and finish
system provided under this contract, and adjacent dissimilar
materials shall be caulked with sealant.
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 RELATED WORK SPECIFIED ELSEWHERE:
Exterior Insulation and Finish System - Section 07240
1.04 SUBMITTALS:
A. Manufacturer's Literature: Submit manufacturer's name and product
proposed for use, and manufacturer's color charts for Architect's
selections and approval. Submittal shall be in accordance with
Section 01340.
B. Samples and Test Reports: For materials other than those specified,
furnish a unit sample of each material proposed (include primer),
accompanied by certified independent laboratory test reports showing
that materials to be furnished have been tested and meet
requirements of applicable contract documents and manufacturer's
certification that no major formula change has taken place since
date of test. Sample containers shall be labeled as to supplier,
name of material, specification numbers, colors. Include letters or
published recommendations by manufacturer to support selection and
compatibility of various related materials with respect to type of
joints for which each material is intended.
1.05 QUALITY ASSURANCE:
A. Acceptable Sealants:
1. Dow Corning 795
2. General Electric Silpruf
3. Tremco Spectrem 2
B. Applicator: Approved in writing by sealant manufacturer as a
qualified applicator of their product.
C. Compatibility: Secure approval from manufacturer of exterior finish
and insulation system for use of one of the above special sealants.
1.06 DELIVERY AND STORAGE: Deliver materials in unopened containers as
packaged by manufacturer. Store in a manner to protect materials from
weather.
07900 - 1
r
1.07 JOB CONDITIONS: A. Environmental Requirements:
1. Sealant shall be applied only when (1) the ambient temperature
is 40 degrees F and rising and (2) surfaces to be sealed are
dry.
2. Proceed with sealant work only when weather conditions are in
compliance with manufacturer's recommendations.
B. Protection: —
1. Restore to original condition or replace work or materials
damaged during handling of sealant materials.
2. Protect surfaces adjacent to sealant work prior to starting _
work.
1.08 GUARANTEE: Provide Owner a written guarantee which shall guarantee
sealant operations to be free of leaks and defects in material and
workmanship for a period of two years from date of acceptance.
PART 2 - PRODUCTS
2.01 MATERIALS: _
A. Sealant: Provide sealant at all exterior joints created under this
contract subject to movement and between dissimilar materials.
Refer to Drawings and related specification sections for additional
information. Select from the following and use same manufacturer on
the entire project:
1. Dow Corning 795
2. General Electric Si 1pruf —.
3. Tremco Spectrem 2
4. Color shall be as selected by Architect.
B. Joint Backing: Closed cell or open cell polyethylene joint backing _
material as recommended by sealant manufacturer. Select a size that
will cause about 30% compression in joint.
C. Bond -Preventive Materials: Polyethylene tape, pressure -sensitive
adhesive or masking tape, FS UU-T-106.
D. Primer: As recommended by sealant manufacturer for each type of
working surface. Coordinate use of primers with primer requirements
established by the exterior insulation and finish system —
manufacturer.
2.02 MIXING: Mix two -component sealants in accordance with directions
printed on container labels.
PART 3 - EXECUTION
3.01 SURFACE PREPARATION:
A. Concrete, exterior insulation and finish system and masonry surfaces
shall be smooth, dry, sound. Brush and wipe surfaces dust free.
Remove oil, grease, release agents, coatings or other contaminants
from surfaces.
B. Remove loose mill scale from steel surfaces. Remove dirt, oil or
grease by solvent cleaning and wipe surfaces.
C. Report unsatisfactory surfaces to Architect.
l wllww
r
l
r D. Prime and prepare surfaces in strict accordance with sealant and
1 exterior insulation and finish system manufacturers' written
recommendations.
r^' 3.02 JOINT SIZES AND BACKING:
A. Sealant: Minimum and maximum joint sizes shall be as recommended by
sealant manufacturer and as shown on drawings. Use joint backing
r., material to control depth of Joints. In joints 1/2" and wider,
j depth equal to 1/2 width with minimum depth of 1/4".
3.03 APPLICATION:
A. Joint Backer: Install joint backer to achieve required depth of
joints. Where not used, install a bond -preventive material in
joint.
B. Sealant: Apply sealant to joints prior to water repellent or clear
coating operations. Apply sealant within 8 hours after primer has
dried. Gun -apply sealant, completely filling joint. Tool joints
smooth and wrinkle free.
3.04 CLEANING: Remove excess sealant materials and smears from adjacent
surfaces as work progresses. Solvent recommended by manufacturer may be
used to remove sealant. Remove debris from site.
End of Section 07900 - 3
F
SECTION
09330 - QUARRY TILE
r
PART
1 - GENERAL
1.01
DESCRIPTION: Provide complete installation of salvaged quarry tile and
repair/replacement of damaged quarry tile and grout joints.
1.02
RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work
specified in this section.
r�
!:
1.03
SUBMITTALS: Submit data on grout for Architect's approval and selection
of colors. Do not order materials until after approval and selection by
�-
f
Architect. Submittal shall be in accordance with Section 01340.
f
1.04
QUALITY ASSURANCE:
A. Reference Standards:
r
1. American National Standards Institute (ANSI) A108.5, A118.1 -
•
1985.
2. Recommended Standard Specifications For Ceramic Tile - TCA 137.1
- 1988.
3. 1989 Handbook for Ceramic Tile Installation, Tile Council of
America.
1.05
DELIVERY AND STORAGE: Deliver materials in unbroken factory -marked
containers and store in dry, protected area.
r^ 2.01 MATERIALS:
f A. General: Quarry the used for patching and replacement shall be
` salvaged quarry tile removed from the existing building where
indicated on the Drawings.
l B. In addition to tile required for patching and replacement,
contractor shall provide the Owner with 100 s.f. of salvaged tile
for Owner's use in future repair work.
C. Salvage tile shall be free from chips and cracks, and shall be
cleaned as required for reuse in areas to be repaired and patched.
D. Adhesive Material: Hydroment Ultra -Set, trowelable, elastomeric
waterproofing, crack isolation membrane and setting adhesive as
manufactured by Bostik, (800) 726-7843.
E. Grout. Hydroment Ceramic Tile Grout (sanded) or Dry Tile Grout
(unsanded) as required to match existing conditions, both as
l manufactured by Bostik, (800) 726-7843. Color shall match existing.
l F. Water: Potable.
G. Expansion Joint Sealant:
1. Single -component sealant equal to Dow Corning 795 silicone.
2. Sealant color shall be as selected by Architect to match or
blend with adjacent materials.
H. Expansion Joint Back -Up Materials: Shall be a flexible and
compressible type as recommended by the manufacturer of the sealant.
F
09330 - 1
I
Furnish material in sizes and shapes indicated by joint details or
as recommended by the sealant manufacturer for the size of joint and
type of materials. Material shall be non -staining and compatible
with the sealants used.
2.02 MIXES:
A. Grout: Mix in accordance with manufacturer's recommendations.
PART 3 - EXECUTION
3.01 PATCHING AND REPLACEMENT OF EXISTING QUARRY TILE:
A. Refer to Drawings'for areas of existing quarry tile to be patched
or replaced.,
B. Remove loose pieces completely, including grout and loose bonding
material or leveling compounds to achieve surface that is free from
defects and ready to receive new tile.
3.02 INSPECTION AND PREPARATION OF SURFACES:
A. Surfaces to receive tile shall be dry, clean, free of oily or waxy
films, and shall be firm, level and plumb. Surfaces which vary more
than 1/4" in 10 ft. are unacceptable.
B. Provide satisfactory protection of adjoining work.
C. Do not proceed with installation work until unsatisfactory
conditions are corrected. Starting of work shall constitute
acceptance of surfaces to receive tile.
D. Remove and reinstall as required, all existing plumbing, electrical,
hardware or other devices occurring in areas to be patched.
E. Remove and reinstall as required, all existing plumbing, electrical,
hardware or other devices occurring in areas to be patched.
3.03 LAYING OUT TILE WORK: Lay -out tile work on all surfaces to match
pattern and coursing of adjacent existing work to remain.
3.03 INSTALLATION:
A. Adhesive Material: Install in accordance with manufacturer's
printed instructions.
B. Quarry Tile: Prepare surfaces, fit, set in pattern to match
existing adjacent grout, and clean in accordance with applicable
requirements of ANSI Standards for setting method specified.
C. Grout: Grout tile in accordance with grout manufacturer's
recommendations. Leave smooth and uniform in color without voids or
pinholes.
D. Expansion Joints:
1. Where existing expansion joints occur, preformed joint filler or
back-up material shall be inserted in expansion joints at proper
height to allow the correct cavity depth for the sealant. Sand
or grind tile edges at expansion joints to obtain optimum
sealant bond.
2. Prior to grouting, keep expansion joints open and clean by
stuffing with paper or other material to prevent filling with
dirt, grout or mortar.
3. After tile is grouted and completely dry, remove paper or
temporary filler material and brush joints clean.
09330 - 2
r
7
7,
I�
r
7
4. Width of expansion joints shall match existing. Depth of
expansion joint cavity to receive the sealant shall be 3/8".
5. Apply back-up material in expansion joint cavities.
6. Remove excess sealant and clean adjacent surfaces soiled by the
sealant. To facilitate cleaning, strips of pressure -sensitive
adhesive tape may be applied on the surface of tile edge along
joints to be sealed. Remove tape immediately after sealing.
3.04 CURING: Cure grouts by keeping damp a minimum of 72 hours after
grouting. Maintain minimum temperature as recommended by manufacturer.
3.05 CLEANING:
A. Upon completion of setting and grouting, clean quarry tile
installations as recommended by manufacturers of proprietary
materials.
B. Tile may be cleaned with acid solutions only when permitted by the
tile and grout manufacturer's printed instructions, but not sooner
than 14 days after installation.
3.06 FINISHED TILE WORK: Leave finished installation clean and free of
cracked, chipped, broken, unbonded, or otherwise defective tile. Remove
and replace all defective tile work.
End of Section 09330 - 3
r