Loading...
HomeMy WebLinkAboutResolution - 2008-R0041 - Contract - CXT Inc.- Pre-Cast Concrete Restroom And Shower Building - 01/24/2008 (2)Resolution No. 2008—R0041 January 24, 2008 Item No. 4.11 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a Contract by and between the City of Lubbock and CXT, Inc., of Spokane, Washington, for a pre -cast concrete restroom and shower building for Lake Alan Henry per RFP 07-716-DD, which Contract and any associated documents, are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 24th day of January , 2008. D, fMAYOR ATTEST: Rebec a Garza, City Secretary VED AS TO vv� (1ill'- Scott Snider Assistant City Manager/Community Services ROVED AS TO FORM: Vandiver, Attorney of Counsel DDres/CXT--LAHreestroom07ConRes August 30, 2007 No Text City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 102, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-3326 http://purchasing.ci.lubbock.tx.us RFP# 07-716-DD, Addendum # I ADDENDUM # I UP07-716-DD LAKE ALAN HENRY PRECAST CONCRETE RESTROOM & SHOWER BUILDING DATE ISSUED: July 19, 2007 CLOSE DATE: August 2, 2007 @ 8:00 A.M. f j The following items take precedence over specifications for the above named Request for Proposals r' (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. In General Instructions to Offeror's, paragraph 32, Basis of Proposals and Selection Criteria, CHANGE subparagraph 32.2 to read as follows: 32. BASIS OF PROPOSALS AND SELECTION CRITERIA The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: 32.1 40% Price. 32.2 40% CONTRACTOR QUALIFICATIONS. Complete and submit the enclosed "Statement of Qualifications" (two pages) with your proposal. The City shall have an opportunity to interview the proposed job superintendent at a time to be named after receipt of proposals. Offeror's are not required to submit the resume and references with their proposal submittal. 32.3 10% Safety Record Questionnaire. 32.4 10% Construction time. The estimated budget for the construction phase of this project is $275,000 Proposals shall be made using the enclosed proposal submittal form. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 RFP07-716-DD 1 RFP# 07-716-DD, Addendum # 1 Questions maybe faxed to (806)775-2164 or Email to ddo mylubbock.us. THANK YOU, CITY OF LUBBOCK Daleie Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the City of Lubbock Public Works Contracting Officer if any language, Muirenents, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Interim Public Works Contracting Officer no later than five (5) business days prior to the bid close date. A review of such noti f I cati ons wi I I be made. RFP07-716•DD 2 *****MUST BE SUBMITTED WITH BID / PROPOSAL***** CITY OF LUBBOCK Statement of Qualifications RFP # 07-716-DD LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING d Candidates must complete each of the following items in order to be considered. rA 1. FIRM NAME: X T T pfy,r aiP� ci y A n ��jj 2. BUSINESS ADDRESS: 3gQ� A), SJ I, Ja,-, �dC. x SDI � F Lo d A H 3. TELEPHONE, WITH AREA CODE: ( , ���j 57A, FAX, WITH AREA CODE: j j �}q) q 2� - 2 %Q by � H dl� E MAIL ADDRESS: A Ir0q"S V1C, DrA b INTERNET URL ADDRESS: ww to c)CT 1 hC, Com * 4. TYPE OF ORGANIZATION: (CHECK ONE) r z a ri a. SOLE PROPRIETORSHIP a0 b. PARTNERSHIP O a c. CORPORATION (t� d. JOINT VENTURE A 5. PRINCIPALS (P) AND ASSOCIATES (A): (WRITE "P" OR "A" FOR EACH) A G F DEGREE OR NAME' P/A CERTIFICATE INSTITUTION ff a. s 41—sSeAL'Sekd, CEO b• c E Vn J i CSrCea ,Oy O c. * d• h a -af S it . V A/11 P.t'rt'flt4n S 9f'u { r Gvr� 6e C GGf`1 rs� �1 e._ a4aq Bc,,ccU- ' Q-� 07,�) s Na", a' f. *****MUST BE SUBMITTED WITH BID / PROPOSAL***** *****MUST BE SUBMITTED WITH BID*****MUST BE SUBMITTED WITH BID / PROPOSAL***** City of Lubbock STATEMENT OF QUALIFICATIONS CONTINUED 6. LIST 5 MAJOR PROJECTS WITHIN THE PAST THREE YEARS THAT ILLUSTRATE YOUR EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S. PROJECT OWNER YEAR COST a. Ik Arm �,_&p Qf dAls -Tuts Po�`��►.so'a 5 I_�(yU b. US Af mq C� mar - fanyn_--� `ate 2IX�n 0, 00 (( A (� e. r�f 0i' Ti L�n�� 00 S _ 3 c ,DD 7. REFERENCES: (INCLUDE AT LEAST THREE REFERENCES FROM THREE PROJECTS SIMILAR TO THE ONE FOR WHICH YOU ARE COMPETING) NAME RELATIONSHIP PHONE NUMBER a. Lj .j,,,6s ,vS+0,fer---K��y���nl � �0�t'38�-571k b. 534 C. A _ C%fy Al o- lus�w 32S 657-�2?Z% BY: Printed Name: hwi ; P Title: T�,�t1 +-o r v <J&s /Ilnrn a e 0.✓ Firm T Tel #: 900- (Oct 6- S7 Address: g D 1 A), % 7 7 - City: 4111c,kx0 State: f) —Zip: tCLil�__ *****MUST BE SUBMITTED WITH BID / PROPOSAL***** RFP07-716-DD, Addendum # 2 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE Room 204, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2168 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us DATE ISSUED: OLD CLOSE DATE: NEW CLOSE DATE: ADDENDUM # 2 RFP07-716-DD LAKE ALAN HENRY PRECAST CONCRETE RESTROOM & SHOWER BUILDING August 2, 2007 August 2, 2007 August 16, 2007 @ 8:00 A.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. This document is a Request for Proposal. It differs from an Invitation to Bid in that the City of Lubbock is seeking a solution, not a bid/quotation meeting firm specifications for the lowest price. As such, the lowest price proposed will not guarantee an award recommendation. The plans and specifications included in this RFP illustrate the type and quality of construction desired for this project. Sealed proposals will be evaluated based on the evaluation factors published in the RFP. Those factors will be used and considered in evaluation for contract award. The City will thoroughly review all proposals received. 1. Due date and time are CHANGED from August 2, 2007 at 8:00 A.M. to August 16, 2007 at 8:00 A.M. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to ddoss(c,)mylubbock.us. RFP# 07-716-DDad2 1 RFP07-716-DD, Addendum # 2 1 THANK YOU, CITY OF LUBBOCK VaI&NC DO" Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the City of Lubbock Public Works Contracting Officer if and language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Public Works Contracting Office no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. c i L s L RFP# 07-716-DDad2 1 CITY OF LUBBOCK SPECIFICATIONS FOR LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING RFP #07-716-DD Contract # 8341 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK REQUEST FOR PROPOSALS • TITLE: LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING ADDRESS: GARZA COUNTY, TEXAS RFP NUMBER: 07-716-DD PROJECT NUMBER: 9492.9212.3000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE *****MUST BE SUBMITTED WITH BID / PROPOSAL***** City of Lubbock, TX Public Works Contracting Office Contractor Checklist for RFP # 07-716-DD Before submitting your proposal, please ensure you have completed the following: Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. V Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT P � Q AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 3. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid / Proposal. 4. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 5. ✓ Carefully read the BASIS OF PROPOSALS and EVALUATION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. Complete and submit the "Statement of Qualifications" with your proposal 6. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 7. _� Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 8. �:. Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the deadline. Late proposals will not be accepted. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. -: (Please type or print company / firm name) -� *****MUST BE SUBMITTED WITH BID / PROPOSAL***** City of Lubbock Public Works Contracting Office In an effort to better serve our suppliers, the City of Lubbock Public Works Contracting Office is conducting the following survey. We appreciate the time and effort expended to submit your offer. Please take an additional moment to complete the information below. If you have any questions or need more information, please call (806)775-2168. City of Lubbock RFP07-716-DD HOW DID YOU RECEIVE NOTICE OF THIS REQUEST FOR PROPOSAL? Lubbock Avalanche Journal? ,- Yes V No The Daily Commercial Record? Yes LNo From Plan Room or other type Ve'ro vice? Yes Did you access the City of LubboA website to search for bids? Yes V No Facsimile or emailr RFP Depot.com? ! Yes No Did you download from your ho computer? Yes Mo Did you download fro your company computer`? Yes No Requested a copy from Lubbock�tiblic Works Contracting Office? Yes No Are you a membeA P Depot? r ies No � Other: THANK YOU (Please Print or Type Company Name) L_ INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL - PROPOSAL FOR LUMP SUM CONTRACTS 4.1 Contractor Checklist 4.2 Proposal Submittal Form 4.3 City of Lubbock Insurance Requirement Affidavit 4.4 Safety Record Questionnaire 4.5 Suspension and Debarment Certification 4.6 City of Lubbock Statement of Qualifications 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. CURRENT WAGE DETERMINATIONS 11. SPECIFICATIONS NOTICE TO OFFERORS NOTICE TO OFFERORS RFP #07-716-DD Sealed proposals addressed to Bruce MacNair, Public Works Contracting Officer, City of Lubbock, Texas, will be received in the office of the Public Works Contracting Officer, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 8:00 A.M. on August 2, 2007, 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: LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Public Works Contracting Officer and publicly read aloud. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Public Works Contracting Officer for the City of Lubbock, before the expiration of . the date above first written. Proposals are due at 8:00 A.M. on August 2, 2007, and the City of Lubbock City Council will consider the proposals on August 23, 2007 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 proposals and waive any formalities. The successful offeror will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each offeror's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre - proposal conference on July 24 2007 at 9:00 A.M., in the Park Development Conference Room at 1010 91" Street, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE -- CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, http://pr.thergproductioncompany.com/, Phone: (806) 763-7770. Additional sets of plans and specifications may be obtained at the offeror's expense. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Public Works Contracting Officer of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to provision of Article 5159a, Verrion's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2163 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK BRUCE MACNAIR, PUBLIC WORKS CONTRACTING OFFICER GENERAL INSTRUCTIONS TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE 2 The City of Lubbock is seeking written and sealed competitive proposals to furnish LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING per the attached specifications and contract documents. Sealed proposals will be received no later than 8:00 A.M. CST, August 2, 2007 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP07-716-DD, LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Darlene Doss, Buyer City of Lubbock Public Works Contracting 1625 13th Street, Room 204 -- Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT - ACCEPT FAX PROPOSALS. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- mandatory nre-nronosal meetinii will be held at 9:00 A.M., Julv 24. 2007 in the Park Development Conference Room at 1010-9t`' Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.2 It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at http://www.RFPdepot.com. We strongly suggest that you check -- for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most up blic libraries. 3.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the offeror, or in the event the Public Works Contracting Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Public Works Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdel)ot.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Public Works Contracting Office no later than five (5) days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Public Works Contracting Officer and a clarification obtained before the proposals are received, and if no such notice is received by the Public Works Contracting Officer prior to the opening of proposals, then it shall be deemed that the offeror fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If offeror does not notify the Public Works Contracting Officer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your proposal is in fact a trade secret or commercial or financial - information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your proposal that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 OFFEROR INOUIRIES AND CLARIFICATION OF REOUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Public Works Contracting Officer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION' CONCERNING THIS REQUEST FOR PROPOSALS (RFP)MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR` TO THE PROPOSAL' CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 13' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: ddoss(a,mylubbock.us RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED TWENTY (120) CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror showing completed jobs of a similar nature to the one - covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the offeror. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 1 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the [ . Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized i to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The offeror' 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 offeror'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: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on 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. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors 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 Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his 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. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The offeror shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the offeror 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. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Offeror's name 28.3.2 Proposal for (description of the project). 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The offeror may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror. 32 33 (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. BASIS OF PROPOSALS AND SELECTION CRITERIA The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: 32.1 40% Price. 32.2 40% Resume and references of proposed job superintendent. City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. 32.3 10% List of potential items from offeror that could reduce the cost of work, but result in the same end product. List shall include suggestions of materials/assemblies, etc. 32.4 10% Safety Record Questionnaire The estimated budget for the construction phase of this project is 275 000. Proposals shall be made using the enclosed Proposal Form. SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 11 TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS § 271.116. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS. (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. PROPOSAL SUBMITTAL No Text PROPOSAL SUBMITTAL LUMP SUM PROPOSAL CONTRACT fu - DATE: -7/3( 2.0 PROJECT NUMBER: ##RFP07-716-DD - LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING I Y Proposal of �T Z11 (hereinafter called Offeror) x To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING having carefully examined the plans, specifications, - - instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance _ with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE PROPOSAL Design, manufacture, placement and connection of a modular precast concrete restroom and shower building as per specifications. Placement in the Sam Wahl Recreational Area located at Lake Alan Henry in Ga za Coun r 2 '(wo-hw��recQSiK�Y-t+aothousajuny,recQ il��� -Foy r o fits d% V MATERIALS: N r a' op lt7(k CXT „Sft++f o It Gt.$Pea 2) 63A. 22 ) Two. WtYA2- wv'1 lre ctm o 04S "Q won SERVICES: L71x1'�1 III Sfu - tws2 ($ 2�02.00 ) TOTAL BASE PROPOSAL: —�un P�Si>< �Vt? D�tSam� /�t'�u,��l�7�� � 2(,95, 536, 22 (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in wordi shall govern.) Offeror hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Pro eed" of t e Owner and to substantially complete the project within (120) Days Completed by Contractor ( ()V11A „"I„Lk Z^X +LA) tm�-y ) (Written Days Completed by Contractor) days thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $25 (TWENTY-FIVE) for each calendar day in excess of the time set forth herein . } above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with [ instruction number 29 of the General Instructions to Offerors. lam Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing w. fferor's Initials I—, The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Ch Certified Check for Dollars ($ ) or Bid/Pro osal Bo in the sum of S % o i-00 a,nn®u N Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: " . � Secretary Offeror acknowledges receipt of the following addenda: Addenda No. _� Date 7/It/Z00-7 Addenda No. Date Addenda No. Date Addenda No. Date Authorized Signature 0 (Printed or yped Name) /� 0X J�co�r ,.�-Pr'X pof Address spots Spo Kco-te- City, County State Zip Code Telephone: 900 - 0 6—S-76(a_ Fax: 5-01 - q2S —P270 FEDERAL TAX ID or SOCIAL SECURITY No. q1-149 g6os- M/WBE Firm: Woman ( I Black American ( Native American Hispanic American I I Asian Pacific American Other (Specifv) 07/31/2007 08:29 412-859-9023 LIBERTY MUTUAL PGH CITY OF LUBBOCK )NSURANCE REQUM IINT AFFIDAVIT (Must Be Sakmitted With proposal 5ubmittall To Be Completed by Offeror and Agent And Attached to Proposal Submittal I, the undersiped Offeror, certify that the insurance requirements contained in this prod document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, faruish a valid insurance certificate to to City meeting all of the requirements defined in this proposal. Contractor (S' ) Contractor (Print) xz-. v . CONTRACTOX•SFIRMNAME: ,fir gf, (print or Type) CONTRA.CTOR7 S .IF" .A DD:ltBss: Name of Agent/Bmker: I-V 4/t *74/ -CA/ E,-r e- Agent / Broker (S' ature) Address of Agent/Broker. 1 4-,5­a e Ems- CJGCi Y City/Statelztp: J AgcarlBroker Telephone Number: A-17-- ,28 Date: %64� 7 NOTE TO CONTRACTOR. tf the time regttlrement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions coneernittg these requirements, please contact the Public Works Contracting Office for the City of Lubbock at j${i6) 775-2168. PROPOSAL # RFP07-716-DD LAKE ALAN HENRY PRECAST CONCRETE RLSTROOM AND SHOWER BUELDING 3 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT (Must Be Submitted With Proposal Submittal) To Be Completed by Offeror and Agent And Attached to Proposal Submittal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Workers' Compensation Covera4e Contractor (Sign. ire) Contractor (Print) RSSt Sirs-t-l2j��cYZ CONTRACTOR'S FIRM NAME: CXT, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: ' IS.. }6—t bA+-� Dy-w tG -_ Address of Agent/Broker: bix Pr'u mace, suite au City/StatelZip: Pittsbur9b. PA 15222 Agent/Broker Telephone Number: ( 412 ) 552.-5000 Date: 7/31/o7 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Office for the City of Lubbock at (806) 775-2168. PROPOSAL # RFP07-716-DD LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT (Must Be Submitted With Prot)osal Submittal) To Be Completed by Offeror and Agent 11 And Attached to Proposal Submittal 1, the undersigned. Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal_ Cat Xt L s ; r�#�'� `� • K t�.�s K t Contractor (Sigi tore) Contractor (Print) 0�sSi CONTRACTOR'S FIRM NAME: L.- $ EOSVIM C 2yF'It A*j (Print or Type) CONTRACTOR'S FIRM ADDRESS:_ ►t5/ ��ty Name of Agent/Broker: VLC !t: Ag t / Broker (Signature //�� Address of AgentlBroker: it te Sa f Ste two 6r c n City/State/Zip: AI *br pfh )OP I-) Olt 9 Agent/Bmker Telephone Number: ( 41©1 ) 9Ca7 - j Date: 3 ! b __ NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Public Works Contracting Office for the City of Lubbock at (806) 775-2168. PROPOSAL # RFP07-716-DD LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING 3 As certificate is execvled by Libtsly Mutual Insurance Group as respects such instrmnce as is afforded by those cornpanies. BM0068 Certificate of Insurance Chis catificate is issued as a matter of infamacion only and cordbrs no rights upon you the certificate holder. This certificate Is not an insurance policy and does not amend. extend, or alter the coverage Borded by the policies listed below. This Is to certify that (Name and address of Insured) CXT, INC. L.B. FOSTER COMPANY 415 HOLIDAY DRIVE PITTSBURGH, PA 15220-2729 is, at the sews Cate or ens cemrtcatc, nest is not altered by any requirement, term or Ex iration Type Continuous* Extended X Policy Tenn Workers Compensation 01101l200710I10112008 1 TB2-181-053266-397 General Liability Hx Claims Made Occtuxence Re't'r`o'' Date Automobile Liability Owned Non -Owned Hired watver of buorogation is inciu a on me uenrerar Primary Additional Instuod: The City of Lubbock C 1 Please see attachments for additional information O E N T S Muftiatw a all their tenor, ealmions and eDndi6ons and Coverage afforded under -WC law of Employers Liability the foUtriving slates: Bodily Injury u BY Accident Each Accident Bodily Injury By Disease Policy Limit Bodily Injury By Disease Each Person General Aggregate -Other than ProdlCompleted Operations $2,000,000 Products/Completed Operations Aggregate $2,000 000 Bodily Injury and Property Damage Liability Per $1,000 000 Occurrence Personal and Advertising Injury I Per Person / Other Liability Other Liability $1,000,0001:ire Legal $10,000 Medical Each Accident - Single Limit - B. I. and P. D. Combined Each Person Each Accident or Occurrence Each Accident or Occurrence Nonceoftancelinion:(not aMic✓bleunless anumber ofdmsisentered belm,). Before the mated equalton dale the oompam� uAl W cured or reduce the insurance afforded under the above policies hmtit at least 3e dm-e notice of such cancellation has been mailed to: Office: ROBINSON TOWNSHIP, PA Phone: 800-227-2859 Certificate Holder: City of Lubbock Texas 1625 13th Street Lubbock, TX 79401 Date Issued: 07/31/2007 Prepared By: BS 07/31/2007 08:29 412-859-9023 LIBERTY MUTUAL. PGH PAGE 02/07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ.IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS —SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) �As required by written agreernent with the exception of agreements for architect, engineering or surveying services Location(s) Of Covered Operations f Information required to oomplets this Schedule, If not shown above, will be shown in the Declarations, 1 A. Section d — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily Injury", "properly damage" or "personal and advertising Injury" caused, in whole or in part, by: 1. Your negligent ads or omissions; or 2. The negligent acts or omissions of those acting on your behalf, In the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. There is no coverage for the additional insured for "bodily injury', "property damage` or °personal and advertising injury° arising out of the sole negligence of the additional insured or by those acting on behalf of the additional insured. S. Exclusions With respect to the insurance afforded to these additional insureds, the following additional exclusions apply, This Insurance does not apply to "bodily injury" or "property damage" occurring after: 1. Ail work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(a) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the Injury or damage arises has been put to its Intended use by any pamon or organization other than another contractor or sub oontra dor engaged in performing operations for a principal as a part of the same project LG 3219 08 05 Page 1 of 2 07/31/2007 08:29 412-059-9023 LIBERTY MUTUAL. PGH PAGE 03/07 a C. Other Insurance This insurance shall be excess over any other insurance available to the additional insured, whether such insurance is on an excess, contingent or primary basis, unless the written agreement with you requires that the insurance provided for the additional insured be primary concurrent or primary non-contributory, in comparison to the additional insured's own policy or polices. To the extent that the additional insured would have had the right to pursue any other insurance carrier for coverage, including a defense, we shall share that right with the additional insured. =his endorsement Is executed by the Liberty Mutual Fite insurance Company Premium S Efiectm Date ExpirsUm date For attachment to Poky No. TE32.181-053266-397 Audit Basis Issued To 55CR&1'iSY 'I IREADEN-r Countersigned by _ preset hate Issued Sates ©f%e and No. End. Serial No. 27 Mc 1/30/07 LG 3219 08 05 Page 2 of 2 07/31/2007 08:29 412-859-9023 LIBERTY MUTUAL PGW PAGE 04/07 THIS ENDORSEMENT CKANGES THE POLICY. PLEASE READ IT CAREFULLY. Ubuty Direct5olutions for Manufacturers For Optional Coverages below, coverage is afforded only if the appropriate box is checked. The following sections mnodify the insurance provided under the following: Commercial General Liability Coverage Part These changes override the sections described unless otherwise endorsed separately on other sections of this policy. PIease read it cate6ully. Item 1. - ❑ Product Withdrawal Coverage l'mAm1t llt/���YhliT7T l�.Tf'1'iPllflA Ah,.Aiv1A AAWgate Limit S 50,000 Deduetiblc Amount Per Product: tXWmtlirhawal $ 5 qoq Pertici anion PeLcrntwc Per Product 'Mrithdrawti 10 Cut -Off Date Item 2. - ® Incidental Foreign Coverage Item, 3 - Additional Insured & Waiver of Subrogation — Automatic Status — General Item 4 - 0 Additional Insured &'4paiver of Subtgation — Automatic Status — Ongoing Operations of Installation Services Item 5 - Per ,Location. Aggregate Limits Item 6 - Vendors Coverage Iteta 7 - Bodily Injury to Co-Empiayees - $500,000 Item 8 - Organizations Acquired or Fonued - Automatic Status ap to 180 days Itein 9 - Alienated Premises Item 10 - Knowledge, of an Occurrence Item 11 - Liberalization Item 12 - Definitions - Bodily Injury Items 13 - Non -Owned Watercraft Less Than 5V Long Item 14 - Premium, Responsibility Items 15 - heated Premises -Expanded Cove=V Item 16 • Supplernentarf Payments Item 17' - Unintentional Faihue to Disclose Hazards LG 3213 1105 page 1 of 17 07/31/2007 08:29 412-859-9023 LIBERTY MUTUAL PGH PAGE 05/07 �i C. Paragraph 4. of the Definitions section is replaced by the following: C "Coverage territory' means anywhere in the world with the exception of any country or jurisdiction which is subject to trade or other economic sanction or embargo by the United States of America, ITEM 3. ADDITIONAL INSURED & WAIVER OF SUBROGATION a AUTOMATIC STATUS -- GENERAL A. Section YY - Who Is An insured is amended to include as an insured any person or orgaaxization to whom you are obligated by a written agreement to procure additional insured coverage, provided that: I. the "bodily injury", "property darnage" or "personal and advertising injury" giving rise to liability occurs subsequent to the execution of the agreement, and 2. the written agreement is in effect at the time of the "bodily injury", "property damage", "personal injury" or "advertising injury" for which coverage as sought. That person or oxgarsization shall be xc&=d to as the "Additional Insured." The coverage afforded to the Additional Insured is limited to liability incurred as a result of some neogent act or omission of the Named 'Insured, its employees, agents, or subcontractors in the conduce of the Named Insuted's ongoing operations and, if applicable, as a result of the ownership, maintenance or use of the premises leased to you. If the written agreement to procure additional insured coverage requires that the insurance provided for the Additional Insured be broader than as provided by the preceding paragraph, then the coverage for the Additional Insured shall conform to that contract; provided, however, that in no event shall the coverage afforded to the Additional Insured apply to liability that is not incurred as a result of some negligent act os omission of the Named Insured, its employees, agents, or subcontractors and, if applicable, as a result of the ownership, maintenance or use of the premises leased to you. B. Exclusions This insurance does not apply to: 1. With regard to the premises leased to you, any "occurrence" that takes place after you cease to be a tenant in that premises. 2. With regard to the premises leased to you, oily construction, renovation, demolition or installation operations performed by or on behalf of the Additional iusuzed 3. The construction, xenovstion, demolition or installation operations of the Named Insured, its employees, agents or subcontractors. As used abort, the pxemisrs Icased to you shall only include those locations leased to you for which you have agreed in a written agreement to provide additional ir4ured coverage. C. Other insurance LG 3213 1105 Page 9 of 17 07/31/2007 08:29 412-859-9023 LIBERTY KJTUAL PGH PAGE 06107 The insurance provided by this endorsement applies only to overages and minimum limits of insufmce required by written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy. This insurance shall be excess over any other insurance iLvailable to the Additional Insured, whether such insurance is on an excess, contingent or pay basis, unless the written agreement with the Named Insured requires that the insurance provided for the Addidoad Insured be ptamsq concurrent or primary non-contributory, in comparison to the Additional Insured's ow"a policy or polices. To the extent that the Additional Insured would have had the right to pursue any other insurance car&r for coverage, including a defense, we shall share that right with the Additional Insured D, Waive,t Of Subrogation If a contrast that is otherwise covered by this policy requires the Named Insured (or its insurer) to waive rights of recovery against the person or organizations because of payments we make for injury or age, we will waive those rights to the extent requited by the agreement; provided, however, in no event shall we waive rights of recovery for liability that is not incurred as a result of some negligent act or omission of the Named Insured, its employees, apnts, or subcontractots and as a result of the ownership, maintenance or ase of that part of the premises leased to you. ITEM 4 — ADDITIONAL INSURED & WAIVER OF SUBROGATION — AUTOMATIC STATUS — ONGOING OPERA'T'IONS OF INSTALLATION SERVICES A. Section II -- Who is An Instwned is arnended to include as an additional insured any person or organization for whom you are perfotxr*g operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on `our policy. Such person or organization is an additional insured only with respect to liability for "bodily inj*', "property damage" or "personal and advertising injury" caused, in whole or in part; by: t Your negligent acts or omissions; or 2. The negligent acts oz omissions of those acting on your behalf, ixa the performance of your ongoing operations for the additional insured. There is no coverage for the additional insured fox "bodily injury", "property damage" or `personal and advertising injury" arising out of The sole negligencc of the additional insured or by those acting on behalf of the additional insured_ A persoges. or organization's status ad an additional insured under this endorsement ends when your operations for that additional insured are completed. B. Exclusions With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property dainale" or "personal and advertising injury" arising out of the rendering of, or the failure to reader, any professional architectural, engineering or surveying services, including. LCs 3213 1105 -Page 10 of 17 07/31/2007 09:29 412-859-9023 LIBERTY MUTUAL PGH PAGE 07107 (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury" or "property damage" occurring after. (a) All work, including materials, parts or equipment famished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project C. Other Insurance This insurance shall be excess over any other insurance available to the additional insured, whether such insurance is on an excess, contingent or primary basis, unless the written agreement with you requires that the insurance provided for the additional insured be primary concurrent or primary nor -contributory, in comparison to the additional insured's own policy or polices. To the extent that the additional insured would have had the right to pursue any other insurance carrier for coverage, including 'a defense, we shall snare that right with the additional insured. D. Waiver Of Subrogation If a contract that is otherwise covered by this policy requites that you or us waive sights of recovery against the person or organization because of payments we make for injury or damage arising out of your ongoing operations, we will waive those rights to the extent required by the contract; provided, however, in no eveot shall we waive our rights of recovery for liability that is not incurred as a result of some negligent act or omission of the learned Insured, its employees, agents, or subcontractors in the performance of your ongoing operations. Further, we will not waive our tight of recovery against any person or organization for "bodily injury"', "property damage" or "personal and advat-tiling injury" a3: ising out of the sole negligence of that person or origination or by those acting on behalf of that person or Organization - ITEM $ —PER LOCATION AGGREGATE LIMITS A. For all sucks which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I}, and for all medical expenses caused by accidents under COVERAGE C (SECTION X , which can be attributed only to operations at a single "location:" 1. A separate Each Location General Aggregate Limit applies to each "location," and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. 7be Each Location General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury°' or "praperef damage" included in ttke "products -completed operations hazard; and for medical expenses under COVERAGE C regardless of the number ob LG 3213 1105 Page 11 of 17 PRODUCER THIS C£RTU7CATfi i8 188UE0 As A MATTER Ot INI'ORMATION ONLY AND tXiNFERe MaBh USA IDC. NO RIGHTS UPON THE C£RnFICATS HOLDER OTHER THAN Tt108E PROVIDED IN TH6 Attu: Leslie Molyneaux POUC1f. THIS CPRTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE 412-5525257 AFFORDED liY THE POLICIES DESCR®ED HEREIN. S PPG Place, Suite 300 COMPANIES AFFORDING COVERAGE Pittsburgh, PA 16222 _C01P1-Y 351823-CAS­WC/EX-.07-D8 CXT A Sentry Insurance. a Mutual Company RED COMPANY CXT, Inc. a NIA L B. Foster Company 415 Holiday Drive Pittsburgh, PA 15220 COMPANY C COMPANY D r R.-W WEI A47 THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE MY)FICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 13Y THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED By PAID CLAIMS. Co LTR TYPE OF 013UPANCE POLICY NUMBER POLICY EFFECTIVE DATE (UMMWM POLICY EXPIRATION DATE (MMDIYY) LIMITS GENERAL IJAIRUTY GENERAL AGGREGATE $ PRODUCTS. COMPIOPAGG $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE R OCCUR OWNER'S & CONTRACTOR'S PROT PERSONAL & ADV INJURY $ EACH OCCURRENCE $ FIRE DAMAGE (Any one fim) I$ MEDEXP(A1W..W**M AUTOMOBILE IJABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY (per per—) ALL OWNED AUTOS SCHEDULEDAUTOS BODILY INJURY (Perw4mm $ HIRED AUTOS NON OWNED AUTOS I PROPERTY DAMAGE GARAGE LIABILITY AUTO ONLY- EAACCtDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH 1 $ I AGGREGATE $ EACH OCCURRENCE $ AGGREGATE $ UMBRSLLA FORM $ OTHER THAN UMBRELLA FORM A A WORKERS C6_M_P_E_N$_AT1ON AND RMFLOYERVILIABlury THE PROPRIETOR/ INCL PARTNERSIEXECUTIVE OFFICERS ARE: ri rXCL 90-14714-01 (AOS) 01/01107 90-14714-02 (MA & OR) 01/01/07 01101 108 101101/08 VWWC X TORY L M TnEW g - il FL ACCIDENT rEACH EL DISEASE -POLICY LIMIT $ 1,000.000 EL 0L DISEASE -EACH EMPLOYEE $ 1,000,000 DESCRIPTION OF OPEPATIONSIfLOCATIONMENICLESISPECIAL ITEMS Re: Proposal #RFP07-716-OD -Lake Alan Henry Precast Concrete Resiroom and Shower Building Waiver of Subrogation Is included in favor of Certificate Holder to the extent permitted by law. -OPIRM SMULO ANY OF THE POLICIES DUMBED HEREIN BE CANCELLED BEFORE THE UftM'nON CATS TI*REOF, THE WSLMR AFFORW4 COVERALLS VILL ENDEAVOR TO WJL __M DAYS MffTEN NOTICE TO THE City of Lubbock 1625 13th Street Lubbock, TX 79401 CWnrICATE HOLDER WMO HEREON. BUT FAURE TO IML SUCH NOTIM *HALL NPOSE NO OBLIGATION OR L"LITY OFAW KIND UPON THE iWAJRUR AFfORMW COVOtAOC ITS AOMMOR REMSEWATIVES. OR THE .-ISSUER OFTHISCERTIFICATE. MARSH USA INC. or. Paul Hoyt VALID AS OF 7131 OT r_Hnnto- 4r;nKa 1 at:ner ACDRD- CERTIFICATE OF LIABILITY INSURANCE 7i3107DDmrY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION The HDH Group, Inc. P&C US Steel Tower, Suite 1100 600 Grant Street ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Pittsburgh, PA 15219-2804 INSURERS AFFORDING COVERAGE NAIC INSURED L.B. Foster Company 415 Holiday Drive Pittsburgh, PA 15220 INSURER A: Travelers Property Casualty of Amer INSURER $: INSURERC: INSURER D: INSURER £: r_wc-rrnt:r� THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. L7 TYPE OF INSURANCE POLICY NUMBER PO Y EFFECTIVE MMF D POUCY EXPIRATION TE UMITs GENERAL LMABBJTY EACH OCCURRENCE — S COMMERCIAL GENERAL :!ABILITY CLAIM MADE M OCCUR DAMAGE TO RENTED IES Me 7lteme)._ S MED EXP (Any one person) S PERSONAL S ADV INJURY $ GENERAL AGGREGATE $ GEN'LAGGREGATELIM{TAPPLIESPER: POLICY Z& ED LOC PRODUCTS -COMP/OPAGG S A AUTOMOBILE LIABILITY X ANY AUTO 8100308EI464TIL07 01/01107 01/01108 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per Person) $ X HIRED AUTOS X NON -OWNED AUTOS BODILY INJURY (Pet aeoldent) S X Physical Damage PROPERTY DAMAGE (Poraocbenq $ Self -Insured GARAGE LIABILITY AUTO ONLY -EA ACCIDENT S OTHER THAN EA ACC S ANY AUTO $ AUTO ONLY' AGG EXCESSIUMBRELLA LIABILITY OCCUR FICLAIMS MADE EACH OCCURRENCE, S AGGREGATE $ 5 S RDEDUaISLE $ RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' UABILr(Y 1VCY TATU- 07H- E.L. EACH ACCIDENT $ ANY PROPRIETORIPARTNER/FXECUTIVE E.L. DISEASE -EA EMPLOYEE S OFFICERIMEMBER EXCLUDED? Byes, a IYISK/ E.i DISEASE - POLICY LIMIT t P I PROVISIONS below AL PR . OTHER I ( DESCRIPTION OF OPERATIONS J LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS ** Supplemental Nance ** L.S. Foster Company CXT, Inc. (See Attached Descriptions) �.nrsvc�r.r�l lvn SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRAMoN City of Lubbock DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL .3A DAYS WRITTEN 162513th Street NOTICE TO ME CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SMALL Lubbock, TX 79401 IMPOSE NO OBLIGATION OR LIAOILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE a4urcu sa IcvDTrva11 of 3 #5164436/M151087 I(UO 0 ACORD CORPORATION 1980 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. .---.-.+Q 010 iF01094awmiolv0r No Text MARSH BID RESULTS REPORTING FORM Marci Haponski Mr. Chris Kijowski Marsh USA Inc. L.B. Foster Company 412.552.5977 412.928.3486 412 552 5181 412-928.3448 Pittsburgh, PA Pittsburgh, PA Please identify the three lowest bidders on the project listed below and indicate the amount of their base bid and any alternates (if applicable). If you are not included in the list of the three lowest bidders, please indicate your ranking and the amount of your bid in the additional space provided. Also, please indicate the Engineer's Estimate for this project (if any was provided). Send this information to us by fax as soon as possible after the bid date. Thank you for your assistance on this matter. August 02, 2007 City of Lubbock, Texas Furnish"& Install CXT "Santiago" 26x50 Flush -Shower Building BIDDER 14 Marsh & McLennan Companies SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Proposal Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of an offeror prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of an offeror for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the offeror for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received ci ions for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. Offeror's Initials 4 QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, - suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. Fi" QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO x If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Y Signature President Title I 5 SUSPENSIONLy AND DEBARMENT CERTIFICATION (Must Be Submitted With Proposal Submittal) t Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals ; are not suspended or debarred by a Federal agency. "1 I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: WalCon, Inc. FEDERAL TAX ID or SOCIAL SEC TY No. 860851649 Signature of Company Official: • Printed name of company official signing above: Robert C. Fischer Date Signed: 8 / 13 / 2007 G PAYMENT BOND 0) t r BOND NO; 387002921 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) CNOW ALL MEN BY THESE PRESENTS, that CXT Incorporated * (hereinafter called the Principal(s), -is Principal(s), and Liberty Mutual Insurance Cogpan 175 Berkeley Street, Boston, MA 02117 hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Jbligee), in the amount of Two Hundred Sixty Five Thousand** Dollars ($ 265, 536.00 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, xecutors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28th day of January ,20 08 ,to Produce Deliver, and Install Pre -Cast Concrete Restroan - Lubbock, TX .nd said Principal under the law is required before commencing the work provided for in said contract to execute a bond n the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent ,s if copied at length herein. NOW, 'THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay 11 claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said cntract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the exas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said -article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 6th day of February 2008 . Liberty Mutual Insurance Conpany ,urety i By' 4O� _. (Titl Leslie L. Rudat, Attorney -In -Fact * 415 Holiday Drive, Pittsburgh, PA 15220 ** Five Hundred Thirty Six and 00/100 CXT Incorporated (Company Name) By: �Av �— (Prin ed ) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates *** an agent resident in Lubbock County to whom any requisite notices may be deliver and on whom service of process may be had in matters arising out of such suretyship. t *** Gallagher Inwest 2727 81st Street Lubbock, TX 79243 Approved as to form: Liberty Mutual Insurance Corrpany Surety (Title)Ke% in J. Dunn, Ate(orney-in—Fact I�AUOMP,y * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws shows that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power _. attorney for our files. 0 L N 142) C e 2220008 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint CHRISTINE A. HARTUNG, LESLIE L. RUDAT, JAMES L...BLY, ELENA ZUNIC, MARJORIE A. ALTEMUS, WENDY A. BRIGHT, JAMES M. GRIFFITH, ALL OF THE CITY OF PITTSBURGH STATE OF PENNSYLVANIA . ............................................. .............................................................. ,, ...... .... ... ................................................... each individually if there be more than one named, its true and lawful aftorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any. and all undertakings, bonds, recognizances and other surettyy obligation s in the penal sum not exceeding SEVENTY FIVE MILLION AND 00/100* ****************** DOLLARS ($ 75,00 O0.00***** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents,: shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law, and Authorization:. ARTICLE XIII - Execution of Contracts: Section 5. Surety. Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 2nd day of October 2007 LIBERTY MUTUAL INSURANCE COMPANY q8 COMMONWEALTH OF PENNSYLVANIA ss Garnet W. Elliott, Assistant Secretary �-'- COUNTY OF MONTGOMERY On this 2nd day of October , 2007 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. ��c t ,, J Cfi a PCONA{ONwi ALTHR 4M'fLVANlA J OF T6fwF'9s[ , ti=y PubkBY Twp., W,, ary t My Gar , r. , Ter sa Pasteila, Notary Public - �'ft„".� �t - i+Aerr.6er. Fenn&yivansn Ae>xialWa at Noiarfea CERTIFICATE I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and'I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company, This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 6th day of February 0ByZ�2 David M. Carey, Assjotg6t Secretary 0 N d si N 3 t3 c O vH N d W C 0 g a� O� do O iL NO O O C d Ta � �O CY w M 00 O� F T 1678773 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock Insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint KEVIN J. DUNN, CARA D. HANCOCK, ALL OF THE CITY OF LUBBOCK, STATE OF TEXAS............................................. ................................................................................................................................................................................................ each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, and and all undertakings, bonds, recognizances and other surety obliggations in the penal sum not exceeding TWENTY MILLION AND 00/100********* "*'******* DOLLARS ($ 20 000 000.00***** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE Xlll - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: Pursuant to Article XI11, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 9th day of February 2005 LIBERTY MUTUAL INSURANCE COMPANY L /`� Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 9th day of February , 2005 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH R unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.----------------- w t° 1 rose". ,�.:_ . t YObrc OF uth p i t ht ey C a Yf B . ; g' Ter sa Pastella, Notary Public SYL` -a CERTIFICATE I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and i do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article Xlil, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 6th day of February 2008 . 1 a '�k+ By , ti;� Davi6 M. Carey, Assiot9t Secretary 10�Nluttta'�l -rev Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection(r7tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 PERFORMANCE BOND No Text BOND NO: 387002921 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 In orporated*(hereinafter called the Prineipal(s), as Prineipal(s), and Liberty Mutual Insurance Company, 175 Berkelev Street. Boston. MA m117 (hereinafter called the Surety(s), as Surety(s), are held and family bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Two Hundred Sixty Five Thousand ** Dollars ($265. 536- cxl )lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2ft� day of January 20QQto Produce, Deliver, and Install Pre -Cast Concrete Restroom - Lubbock TX and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section, 2253.021 (a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ tb day of February 20 08 Liberty Mutual Insurance Conpany CXT Incorporated Surety 57 (Company Name) * By. By. AV i R Leslie L. Rudat, Attorney -In -Fact �$ (Printe N e (Signature) (Title) * 415 Holiday Drive, Pittsburgh, PA 15220 '* Five Hundred Thirty Six and 00/100 The undersigned surety company represents that it is duty qualified to do business in Texas, and hereby designates *** an agent resident in Lubbock County to whom any requisite notices may be delive and on whom service of process may be had in matters arising out of such suretyship. Liberty Mutual Insurance Company *** Gallagher Irmest 2727 81st Street Lubbock, TX 79243 -kpproved as to form: LubbockCity of Surety * By (Tit e) v,4 J. Tll,,-n, Attorney -Its -Fact City Attorney ' * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws show that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power_ attorney for our files. 3 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 2220007 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint CHRISTINE A. HARTUNG, LESLIE L. RUDAT, JAMES L. BLY, ELENA ZUNIC, MARJORIE A. ALTEMUS, WENDY A. BRIGHT, JAMES M. GRIFFITH, ALL OF THE CITY "OF PITTSBURGH:STATE OF PENNSYLVANIA.............................................. ......•.................•...... ..• ....... ...... • ....... ... ....... . ... ................. .....................••........••.... each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other, surety obliggations in the penal sum not exceeding SEVENTY FIVE MILLION ANQ 00/100* ***************'** DOLLARS ($ 75 000 000.00**** ) each, and the execution of such undertakings, bonds; recognizances and other surety obligations, in pursuance of these presents; shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. ' By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: p c Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby ... authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and 13 deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. rn v 0 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 2nd day of October d 2007 '.a N LIBERTY MUTUAL INSURANCE COMPANY 1 L By IAI- t Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY :tg L tm C On this 2nd day of October 2007 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above I: Am ai Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. o IN TESTIMONY WH P unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year tt first above written. e.aov I ' i �COMMQNw AITH OFPE PdN YiV N A /) p 3?F ?sra aPzte tsY� By T{J Ter sa Pastella, Notary Public *' a�SY04 �. wa;or' F@nn$yNania Acsodtivian of NcAaAs CERTIFICATE° I, the undersigned, Assistant ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full forge and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company -- with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seal of the said company, this hth day of _ 3 A, . By >>` David M. Carey, Assotg& Secretary rn N d C .y .O c CHI N yW G r aM od 3� d O E O N O O O d �o 04 O 00 0 r 0 T 1678774 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint KEVIN J. DUNN, CARA D. HANCOCK, ALL OF THE CITY OF LUBBOCK, STATE OF TEXAS............................................. ............................................................................................................................................................................................... ............................................................................................................................................................................................... , each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY MILLION AND 00/100********' ********** DOLLARS ($ 20 000 000.00***** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such N attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their 0 signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be CL 0 as binding as if signed by the president and attested by the secretary. .O By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: ,Op G Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby ,s La authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and 3 deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. L 4) That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. Is Z IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 9th day of February O 2005 02 LIBERTY MUTUAL INSURANCE COMPANY L � 0 By Garnet W. Elliott, Assistant Secretary 0 W COMMONWEALTH OF PENNSYLVANIA ss (0 COUNTY OF MONTGOMERY V +% On this 9th day of February 2005 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged 0 that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above }i Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. O t0 V IN TESTIMONY WH t unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year c) first above written.�� •� 0 d Ca p I M L"* i> 3 T G 1 i=# y 4G (j lL/�i ✓v^" C Fti Z V I f T J 3 i.L }r J By Ter sa Pastella, Notary Public � ��.��'�� � xt.. , �_.,, . f, rs� v,a .a . _c �tf�n t � area ry CERTIFICATE 1, the undersigned, Assistant ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be 4id and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, This 6tt: day of February 2008 ey t— David M. Carey, Ass; i Secretary FAX - Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 1 Rev. 7.1.07 CERTIFICATE OF INSURANCE No Text Tids certificate is issued as a mancofiofomution only and confers no rights upon you the eertiBcate holda��tltis at%rdtA by the Adkins ILcted below. This is to certify that (Name and address of Insured) r� 1 T. INC. B. POSTER COMPANY 15 HOLIDAY DRIVE iTTSBURGH. PA 15220-2729 d the insu¢ date of this certificate, insured by the Comoanv wider a mlimr A ne. t does nw atnerA extrnd or alter the coverage Liberty Mutualim a ay any Mquirvalent. mmorcolubtlan Ex iration Type o anv eonRaG or of cr ¢cumettr with regmuto which this certi5al¢ maybe issued, E07Ez . Datets Policy Number(s) Limits ofLiability Continuous* C.ovet'ageafrordeduodcr-WCfawof Employers Liability Extended JX Policy Term the following states: Bodily Injury By Accident Each Accident Bodily Injury By Disease Workers Compensation Policy Limit Bodily Injury By Disease Each Person 01101/2009 / 01/0112009 TB2.161-053266.399 General Aggregate -Other than Prod/Completed Operations General Liability $2,000,000 Products/Completed Operations Aggregate $2 000 000 Claims blade X Occurrence Bodily injury and Property Damage Liability Per Retro Date $1000000 Occurrence Personal and Advertising Injury Per Person / $1,000,000 Organization Other Liability $1,000,000 Fire Legal Other Liability $10,000 Medical Automobile Liability Each Accident - Single Limit - 111. and P. D. Combined Owned Each Person Non -Owned Hired * Each Accident or Occurrence Each Accident or Occurrence Waiver of Suhmgation is included on the Geneca! t lability Primary Additional Insured; The City of Lubbock C Please see attachments for additional inroirnation O M M E N T S Notice o/tanecllaGoa: (nm applia cullers rnumberddays is entersQ bJoa•). Oefine sated expirauun dare the cuMv:y •+ilt not;;leer or reduce the uuu =etfordrd ;;n ar d+e aSorc poGeia u:s6lYfew30daisnoticeolsuchcu:eMtationhmbeenmaikdtin. Office: ROBINSON TOWNSHIP, PA Phonr.800-227-2359 �j Certificate Holder. City of Lubbock Texas •rcoc 11tt, o,...- DEBORAH LEONETTi_- AuthorizedRearmcatative Lubbock, TX 79401 Date Tssued: 12/20/2007 Prepared By. BS 07/31/2007 00:29 412-859-9023 LIBERTY MUTL;AL PGH PACE 02/07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ.IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Narne Of Additional Insured Pemon(s) As required by written agreement with the exception of agreements for architect, engineering or surveying services if A. Section If "- Who Is An Insured is amended to include as an additional insured the person(s) or organizations) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your negligent acts or omissions; or 2. The negligent acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insuied(s) at [be location(s) designated above. There is no coverage for the additional insured for "baclily injury-, °property damage" or "personal and advertising injury" arising out of the sole negligence of t,;e: additiona, Insured or by those acting an 4213alf of the additional insured. LG Z219 03 08 Location($) Of Covered Operations be shown in 8. Exclusions With reryeCt to'tfte insurance afforded to these additional Insureds, the fallowing additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment fur-rished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or cn behalf of additional insured(s) at the location of the covered operations has been contgleted; or 2. That portion of "your work" out of which the Injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project Page 1 of 2 87/31/200? 08,29 412-859-9023 LIBERTY MUTUAL i'6H PAGE 03/0? C. Other Insurance This Insurance shall be excess over any ether Comparison to the additional Insured's own policy or I insurance available to the additional insured, whetter polices. such insurance is ont ten an excess, contingent or primary To the exthat the additional insured would have basis, unless the written tten agreement with you requires , that the Insurance provided for the additional insured had the right to pursue any other insurance carrier for be primary concurrent or primary non-contributory, in coverage, including a defense, we shall share that rightwith the additional insured. I} i } I I i i I � f I i i !i i I l . This eAdorsement is executed by the liberty Mutual Fire Insurance Company j Premium $ Effective Date Expiration Date For attachment to Porlay No. T82-18i-05326"97 Audk Basis i Issued To Issued Mc 1/30/07 LO 321g og os Ax* SECACTARY ri PREnIDF%-r Countersigned by i f+�tl>�i1ed RefACsent311ve Sales Office and No. End. Social No. 27 1 I Page 2 of 2 i i I 07/31/2007 08:29 412-859-9023 LIBERTY MUTUAL. PGi PAGE 04/07 � f THIS ENDORSEMENT CKANGES THE MLICY. PLEASE READ IT CAREFULLY, I liberty DirwSolutions for Manufacturers For Optional Coverages below, coverage is afforded only if the appropriate Fox is checked. The following sections modify the insurance provided under the following: Commercial General Liability Coverage parr These changes override the sections described unless otherwise endorsed separately on other sections of this policy. PIease read it carefully, Item 1- - ❑ Product Withdrawal Expense Coverage Item 2. - © lucidental Forcign Coverage Item 3 - Additional Insured & Waiver of Subrogation — qutorrtatic Status — General t Item 4 Additional insured & Waiver of Subrogatiou _ Auto=dc Status — ongoing Operations of Installaaticn Services Item 5 - Per Location Aggregate Litwts Items 5 - Vendors Coverage Item 7 - Bodily Injury to Co-E.tnployees-1500,000 Item 8 - Organizations ,Acquired or Formed - Autornatic Status up to 180 days Itetan. 9 - !alienated Premises Item 10 - Knowledge of an Occurrence Item I - Liberalization Item 12 - UcSnitions - Bodily I:ajuty Item 13 - Non-Ow,7,gd Water =ft 7 css T'nan 50, Long Item 14 - Preatium Respon,ibiUt-j Item 15 - Rented Ptesnises-Expanded Coverage Item 16 - Supplementary Payments Item 17 - Unintentional Faihuc to Disclose Hazards LG 3293 1105 Page 1 of 17 •07/31/2007 08:29 412-859-9823 LIBERTY MUTUAL. pGH PAGE 05/07 C. Paragraph 4. of the Definitions section is replaced by the following- 4. "Coverage territory" means anywhere in the world with the exception of any country or jurisdiction which is subject to trade or other economic sanction or embargo by the United States of Arucd= ITEM 3 - ADDITIONAL INSURED & WAIVER OF SUBROGATION _AUTOMATIC STATUS --GENERAL A. Section II -'Who Is An Insured is amended to include as an insured any person or organization to whom you are obligated by a written agreement to procure additional insured coverage, provided that: I. the "bodily injury", "property da mSe" or "personal and advertising injury' giving rise to liability occurs subsequent to the cxecut+oa of the agreement; and 2, the written agreement is in effect at the titre of the `bodily injury'" '`proP age"� "personal injt:ry' or "advertising injury" for which coverage is sought. That person or organization shallbe referred to as the "Additional Iosu zcd. " The coverage afforded to the Additional Insured is litnited to liability incurred as a result of some negligent act or owissiou of the Named Insured, its employees, agents, or subcontractors in the conduct of the Named Insurcd's ongoing operations and, if applicabk as a result of the ownership, maintenance or use of the premises leased to you. i If the written agreement to procure addittonal insured coverage requires that the insurance provided for the Additional Insured be broader than as provided by the prect&ag paragraph, then the coverage for the Additional Insured shall conform to that contract; provided however, that in no event shall the coverage afforded to the Additional Insured apply to liability that is not incurred as a result of some negligent act or omission of the Named Insured, its employees, agents, or subcontractors and if applicable, as a result of the ownership, maintenance or use of the premises leased to you. H. Exclusians This insurance does not ripply to: 1. With regard to the premises leased to you, any "occ=ence" that takes place after you cease to be a tetnant in that premises. 2. With regard to the premises leased to yuu, any construction, renovation, demolition or installation operations perfumed by or on behalf of the Additional Insured. 3. The construction, renovation, demolition cir installation aperitions of the Named Insured, its employees, agents or subcontractors. As used above, the premises Icsscd to you shall only include chose locations leased to you for which you have agreed in a Wrinen agreement to provide additional insured coverage. C. Other Insurance LG 32i3 1,11)6 Page 9 of 17 07/31/2007 08:29 412-959-9023 LIBERTY MUTUAL oGH PAGE 06/07 j i The insurance provided by this endorsement applies only to coverages and Minimum limit s is of insurance � required by written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy. This insurance shall be excess over any other insurance -available. to the Additional Insured, whether such insurance is on an cxcess, contingent or p,druny basis, unless the written agreement with the Named Insured requires that the insurance provided for the Additional insured be primary concurrent or primary non-contributory, in comparison to the Additional Insured's own: policy or polices. To the extent that the Additional Jnsuted would have had the right to pursue any other insurance carrier for coverage, including a defense, we shall share that xigitt with the Additional Insured i D. Waiver Of Subro4ation If a contract that is otherwise coveted by this policy requires the Named insured (or its insurer) to waive rights of recovery against the person or organization because of payments we make for injury or damage we will waive those rights to the extent requited by the agreement; provided, however, in no event shall we, waive rights of recovery for liability that is nor inc=ed as a result of some negligent act or omission of the Named Insured, its employees, agents, or subconmmctow and as a result of the ownership, maintenance or use of that part of the premises Teased to you. ITEM 4 — A.ODIXIONAI.. INSURED & WAIVER ()1F SUBROGATION _AUTOMATIC STATUS — ONGOING OpERATIONS OF INSTA1,LA!170N SERVICES A. Section I:l -- W:1.0 ys .kn Insured is a-Aetaded to include as au additional insured any person or organization for who.m you axe petf0rminp,1 Operationswhen you and sucb person or organization have agreed in writing in a contract or: agreement that such person or organization be added as an additional insured on yo ur policy. Such Ise son or oileanizatiou is an addidr-InJ insured Orly with respect to liability for "bodily injury", "propert7 damage" or "personal and advertising injury" caused, in whole or in part, by. I. Your negligent tans cr Omissions; or 2.. i he nYgliee :t zc t; oz c_*asssians Of those annul; c-- Vol)[ la,I--a)f in the performance of your ongoing operations for the additional insured. There is no coverage for the additional insured fox "bodily injury", "prop" damage" or "personal and advertising injury" arising out of the sole negligence of the additional nzsured or by those aStanp, on behalf of the additional inured. A person's or organizations status as art adridona -insured undo: this endorsement ends when your operations for that adciiticnal uis�med a; e completed: B. Excimions With respect to the insurance afforded to these additional insateds, the foiiowiag additional exclusions apply -- This irsuxsnce does not at"piy to: I. 'Bodily iriiuty", "propcx-ry damage" or "personal vmd adverbs a "axis of, or thin t"i!w E tr. n a l uxy ing out of the rendering '- d.., a e orof�r nal srcl,itecru�l� eermg oz tuveyi a services, includinT. �C32i3 ,1 tt5 page 10of17 i i 87/31/2007 08:29 412-059-9023 LIBERTY MUTUAL PGH PAGE 07/07 (a) The preparing, approving, or faring to prepare orapprove, traps, shop drawings, opinions, reports, surveYs, field otcless, change orders or 3rauittgs and specifications, or (b) Supervisory, inspection, architectural or Engineering activities. 2. "Bodily injury" or "property da-mage" occurring after. (a) All wOdf, including nuateraals, pam or equipment -Finished is connection with such work, on the Project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (b)11mt portion of "your woxk" out of which the injury or damage arises has been put to its intended use by atty person or organization other than another corttmctor or subcontractor engaged in performing Operations for a principal as a part of the same project_ C. Utlterfnsarauce: This insurance shall be excess av" :4ny ocher instuance available to the additional insured, whether such insurance is on an excess, contingent or primary basis, unless the written agreement with you requires that the insurance provided for the additional insured be pritnary concurrent or primary non-contributory, in comparson to the additional insttred's own policy or. To the extent that the additional instr*ed would have had the right to pursue any other insurance carrier for coverage, including'a defence, vie shall share tilat right with the additional insured. D. Waiver Of Subro;"tion If a contract that is otherwise covered by this policy requires that you or us waive rights of recovery against the person ar C17anilation because of payments we make for injury or damage arising out of your { ongoing oyc ra.ions, er:: will u a.ivt ulc:lc r't ^,rs to tit-, "t':t?t r<:,ltutecl by the centx-act; provided, however, in no eveY'tt shall we WRlye Utu hi�hts of recovery for liability that is ^nt irt.uxred as a result of some negligent act or omissirn of the NTArn.d tasurea, , :rttplovP.eq, agents, r-r tsubcontracton: in the performance of your ongoing opemrion:;. F+v:the.*., we waive out right of rcrovety a must any person or organization for 'fly injury' +<praperry darnage" or `personal and advexdsir<g ;njurv'T arising out of the sole negligence of that person oz ocagic�.ationt or by those actin, on behalf of• that petsoti or. organization_ ITEM 5 —PER LOCS 1`ION AGGREGATE LIMITS A. For all 5ttdn5 vlllG%T L�C i113'1Y: t; l5i'.co n]es legally obligated to pay as daSt nes caused by "occurrences" under COVERAGE 4. (SEC t g©N 1), and for an medical expenses caused by sccadenrs under COVERAGE C (SECTION it which .an be artributed poly to operations at a single "location:" 1. A separate Each iLocHt;C. to tn (3et:etal t1 r� agate i sztit aaplirs to etch "iccaion,,' and that limit is equal he a!vot�nt of t •erezal A�zegate :.'snit shonm in :lie Derlerations. 2. The Each Locz.tion General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "ptopenT damage" included in the "ptoducts-c01npict_d op.tado.;s l-,a~axd," and for medical expenses under COVERAGE C regnrdless of die number of L3 3ti 13 Page 11 of 17 CERTIFICATE NUMBER MARSH CERTIFICATE OFINSURANCE CLE-001643857-01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Marsh USA Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE Attn: Leslie Molyneaux POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE 412-552-5257 AFFORDED BY THE POLICIES DESCRIBED HEREIN. Six PPG Place, Suite 300 COMPANIES AFFORDING COVERAGE Pittsburgh, PA 15222 COMPANY D51823-CAS-WC/EX-08-09 CXT i A Sentry Casualty Company INSURED COMPANY CXT, Inc. B N/A L. B. Foster Company 415 Holiday Drive COMPANY Pittsburgh, PA 15220 C COMPANY D d0VIERAQW This certificate supersedes and replaces any previously issued certificate for the policy period noted below.: THIS IS TO CERTIFY --HAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD NDICATEO. NOTWITHSTANDING ANY REOUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED SY PAID CLAWS CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION! LIMITS LTR DATE (MWOONY) DATE (MMIDD/YY) GENERAL LIABILITY GENERAL AGGREGATE COMMERCIAL GENERAL LIABILITY PRODUCTS -COMPIOPAGG 1$ OCCURi CLAIMS MADE j i PERSONAL & ADV INJURisY OWNER'S & CONTRACTOR'S PROT j LEACHOCCURRENCE F;RE DAMAGE (Any one fire) 1 $ MEO EXP An One Person) $ AUTOMOBILE UABRJTY SINGLE COMBINED LIMIT ANY AUTO ..,L, INJURY ALL OWNED AUTOS SCHEDULED AUTOS (P. PE'... $ HiREVAUTUS BODILY INJURY NON-OWNEDALITOS I— aceldend) PROPERTY DAMAGE Is GARAGE LABILITY AUTO ONLY - EA ACCIDENT :$ OTHER THAN AUTO ONLY ANY AUTO -H,5CCLDFN AGGREGATE $ EXCESS LIABILITY EACH 0 ' CCJ - RRENCE !$ UMBRELLA FORM !AGGREGATE OTHER THAN UMBRELLA FORM is WORKERS COMPENSATION AND WC STATU- OTH4, EMPLOYERS' LIABILITY X TORY LIMITS ER�, i 90-14714-01 (AOS) ;011ol/08IO1J01109A 10,000 A THE PROPRIETOR! KXI IRyai90 1E�S&POLICY LIMIT 1 $ 1,000,000 -14714-02 (MA & OR) 01/01108 01101109 PARTNERSIEXECUTiVE EL DISEASE -EACH EMPLOYEE! $ 1,000,000 OFFICERS ARE: EXCL IOT"F:R DESCRIPTION OF OPERAT(ONSILOCATION$fVEHICLESWECIAL ITEMS Evidence of Insurance Waiver of Subrogation will be included in favor of Certificate Holder to the extent permitted by law. :CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE POLICES GESCqIBED HFREN 8E CANCELLED SEFCRE THE EXPIRATION DATE THEREOF, -E INSURER AFFORD- C-E—ic 11,111 ENDEAVOR To wt ....-30 DAYS wRmEN NOTICE To TIE City of Lubbock 1625 13th Street CFRTFCATS HOLDER NAMED rIEREIN. OUT FA:lURE TO %VUL SkZh NOTICE SHALL IWCSF NO 0SUGATION OR Lubbock, TX 79401 LL48OUTY CFANY KIND UPON THE 116URER APFUNDiNG COVERAGE. ITS AGENTS OR REPRESENTATIVES, OR THE ISSUER OF T116 CERTIFICATE AUTHORIZED REPRESENTATIVE Marsh USA Inc BY: Paul Hoyt MM1(3102) VALID AS OF:02105/08 150_5_6 �`�- _•_v____.____�. L8F0ST_ DATE MroorrrvFAORD, ER"IF0a"n 0l pA.18sTY 1i FSLd®raCE 12/28107 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION HDH Pittsburgh P&C j ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE US Steel TowLs;, Suite 1100 I HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 600 Grant Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. -- - - — Pittsburgh, PA 15219-2804 _ INSURERS AFFORDING COVERAGE NAIC # INSURED - i — 1,451;RER A• Travelers Property Casualty of Amer 2567E L-B. Foster Company 415 Holiday Drive INSURER B _ Pittsburgh, PA 15220 INSURE C' --- JNSUR_R O: COVEPAG S --- --- -- --- - L. l tit hC;._i: I , •„ 7S'1: Atv .0 E E!_ :'' F + - ' ! 3 I i ! 1 i-[ 4 3 1-+'- T t "- ! :,EPICD INDICATED. NOTWITHSTANDING ANt' REO I F:!. . N T_'":< )r. _.. ? ! d ?� Cr AI U : J:' CF' - .'JI' )' 1,.CH I HIS C t,1i 11FICATC MAYBE ISSUED CR MAY PER I AIF THE INSURANCE nFFORCEO 8Y TFiC �f`UC'ES DES:;R!BED HEREIN I , U$jEC I f V .\t Til . ERf1S. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. f.nC-REGAT: LIVIrS SHOWN MAY HAVE BEEN R=-OUCE9 BY FAIL. cl.AiMS. IW LTR O• INS - i PE OF 19SUFL4IlCE GENERAL LIA81UTY { POLICY NUMBER POUC'I ErEEG RVE LIMiRr!'fY' .� `� _ N FOLICl'EXi�llTATIU gA79:h`A1fp0!YY+ UHiti3 EACH OCCURRENCE $ • ;:O'9".4`c:;Cl+4.:i. .: "PA! !1°,BILIT'/ _ Ctnlhi5 hl:.D_ Lj OCCUR �A.tAAGC TO RG»TEO '4lnt1A041 S h;`:D_EXP(My m:e,wrsm} $ PERSONAL S AOV INJURY $ __..._ .. ' GENERALAGGREGATE $ GENt.rd:iRL-3AtCC:U!T hPr�1�S?F!t Pat ICY _f jc 0 LO:: PROOUCfS-CU:iViOP AGG C O.',MWO SINGLE LIMIT $ A _,.. A.11TOfhOE1l.E I-1414I_'TY _ _ 810030'B434T1L08 :01;0tf08 01/01/09 � !!::: � .UUI,1:^ A:,r':lS I ROSILY INJURY Pet ) S Y im;z -rj A,)T�s X I R^N•OWNF)AUTOS X t�hysical Dantse is Self -Insured { GARAGE LIABILITY j ANY I a _ ! _ }-Pe: i- ROSLY INJURY IPe: 2a"Jenl) PRCPERTYOAMACE IPO, axiaeAl) Y AUTO ONLY - EA ACCIDENT ZTIITA TITAN EA ACC AUTOONLY: AGG $ $ S S 3 _ -E-XryCF.SSNMB>:F.LLn LIABILITY t 1OC.r:UR ��GLA4h'S WAJC, EACH CCCURRENCE $ AGCREGATE $ _ S I.. a P.FTFNTiON ,: WORK°hS C0,11PENSATIONANp YVC S: AI L'- OTH• el EACHACGOFNT ANY>h0^R IF" RlPAR,PIERI=XECUTIVE OFFIt:FRA:IPN/RER EXG_L10ED? IF )•CL. Esrri.:r, r.:,dc� SPECIAL PAIW .IONS h_e'O'A• _,_, �T. OTHER ._ -•_ $ L.I.. DISEASE -EA 't:1rIPLOYEE $ E-1.. JI'F -POLICY LIMITS DESCRIPTION OF OPERAi,ONS/LUCA11UNSIVLIIICLES; FXCLtU510VS ADDE.O BY I'MORSE VENT SPECIAL PROVISIONS " Supp?emental Nam- L.B. Fo t.o Company CXT, Inc. {See Attach-J. Desc'iptions) CERTIEIt_A'kc i-IOLOL11 `— _ CANCELLATIX) 3HOULD ANY OP I HE ABOVE DESCRIBED POLICIES Be CANCELLED BEFORE THE EXPIRATION G'itjs Of LHbbOCK OATS THEREOF, TAE ISSUING INSURER Y.ILL FHOEAVOR TO MAIL 3_ DAYS WRITFEN 1625 13th Street NOTICE TO THE C_Rt:PtCATE HOLDER NAVED TO THE LEFT, BUr FAILURE TO DO SO SHALL Lub bock, TX 79401 IMPOSE NO OBLIGATION OR LIABILITY OF ANY K NO UPON THE INSURER, ITS AGENTS OR iKV-RESENTATIVES. _ I Ai'THORI,!FD ReM:SENNTATIVE A.flt�tQl ,'J(YVA C is ;:a txUr, ca lsl 'i Oi 3 MAW.'48'14 KJO 0 ACORD CORPORATION 1988 I IMPORTANT !f the ccrtirir:<de hij-i:ler is i3n ADC.'ITIONAt_ INSURED, the policy(ies) must be endorsed. A statement on this rertfEcate does riot coiner rights to the certificate holder in lieu of such endorsement(s). It SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an ondorserneni. A statement on this certificate doe:• rot onrifer rights to the certificate hoider ir: lieu of such endorsement(s), DISCLAIMER The Certificate of Insurance on the reverse Fide of t)is form do .s not constitute a contract between the ISSU -19 irsurer(s:`. auihori-ed representative o- producer, and tha certificate holier, nor does it affin»atively or neg%tively rnend, extend or alter 'he coverage afforded by the policies listed thereon. HLVRY AD,) 14VV I/vo) d of 3 INVlt f4814 DESCRIPTIONS (Continued from Page 1) Certificate Holder is included as Additional Insured for Auto Liability. N A Waiver of Subrogation is included in favor of the certificate holder. wuc. n CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 4 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services." CONTRACT No Text zfM y f tits OcttaWr 19- 2007 Randy Tv w:sdefl City of LubOmk P.O. Box 2000 Lubloom' . TX 79424 Dear Randy, Subject: itFP 07.716400 Lake Alan 14am-y; Precm-A Rx-,Arroom and Shov m Suilkhng Thank you fnr the request to consider holdfng firm the prices from RFP 07-716=E)Cr date) Augist 2. 2007 It is rtorma#y mir prachce to hoed prices for a period of sixty (60) days from 11he date of issue, but fat make exceptions when Ctfstomers have special carccrrrr5t rr it is our pfeasure to offer an extension of the RFP pace until .tantiary 31, 2fi 8 -with the addition of toe following fuel costclause Fuel Casts for cranes and freight have been quoted at fuef prices furnished at the ;ime of quotatfnn. it at the bole of delivery and installation these costs have risen, CX.T reserves the right to adjust fire freight and crane casts to reflect dy-- foe? costs furnished at the time of delivery. As of today the fua+ surcharges have iwea�,ed apprcrxin-oteiy S6,874 froirn the time of the original RFP The surcharges are changing on a regular basis and may go back down by January when the notice to proceed takes pig. GXT will f1egoti ate on taehatf of the City to keep the rate as close. to the on-ginal stoop ng price as f - V13e fort expert to have to ask for an imease in trar>•sprxtation costs at all unless fuel prices qo way beyond current levels- Prior to tM h6ti(-6 to ptdc we Will flan up tyre trarrmporvition cost with We City and will then hold the agreed price to a firm and fixed ,arrmunt We appreciate tno opportunity to serve the City in this rapacity. If you have any cluestions 2bout the extension you may reach me at [8C+J �S 3' ,f; or by e;raai= at - :: >. =r:: tic e: forward to working with you on the Lake Alan Henry prulect in 'NO& Si ncereiy, �t David L. Rogers Territory Sales Mana€�r Ur Incorporated OR 5_ F wit" 1 Pre,cast Concrete Products 301 North H:ry-.r Fi!LSUCstG_ Tx 665 CONTRACT #8341 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 20 day of January 2008 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and CXT INCORPORATED of the City of SPOKANE, County of SPOKANE and the State of WASHINGTON hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: PROPOSAL # RFP07-716-DD - LAKE ALAN HENRY PRECAST CONCRETE RESTROOM AND SHOWER BUILDING - $265,536.22 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. CXT INCORPORATED's proposal dated JULY 31, 2007 is -- incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: By: PR1NLA�E: TITL COMPLETE ADDRESS: Company C,/-C Address 36,Dj • .3 j V #1J / S A� % City, State, Zip JZmc, Z M ffilj & ATTi\T: Corporate Secretary CITY OF :: • • :' e. MAYOR ATTEST: City S cretary APOVED AS F , Ci't''Altorney 2 GENERAL CONDITIONS OF THE AGREEMENT No Text 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 CXT INCORPORATED who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative RANDY TRUESDELL, COMMUNITY SERVICES DIRECTOR, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Gam. l: M� 011IMMIN 1 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. a 11 12. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 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. 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. 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. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously 1- 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. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work' as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the - specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully - understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans _ and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of -' cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of 50$ 0,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, JE2,0000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as a primary 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 — NOT REQUIRED E. Umbrella Liability Insurance — NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental ` entity. s 9 Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 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 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; 10 (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; _ (d) obtain from each other person with whom it contracts, and provide to the Contractor- (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of �- the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. 11 (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 12 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 8001372-7713 or 5121804-4000 (httn✓/www twcc.state.tx.us/twcccontacts.html) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 13 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES _ Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the.: performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in 14 33 34. 35. the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 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. TIME FOR SUBSTANTIAL COMPLETION AND LIOUIDATED 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 $25 (TWENTY -FIVE) PER CALANDER 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. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative 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. 15 -Y The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 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, 16 40 41 42. 43 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. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 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. 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. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding 17 the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed decried. Any decision by the Owner's Representative, or deemed 18 denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete -the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, 19 shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 1 :• The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do - business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 20 52. 53. 55 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. 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. 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. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock 21 for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 22 No Text CURRENT WAGE DETERMINATIONS No Text RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 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 Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice 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 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 2 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 3 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 The rate for legal holidays shall be as required by the Fair Labor Standards Act. 4 SPECIFICATIONS 2 SPECIFICATIONS FOR MODULAR PRE -CAST CONCRETE BUILDINGS RESTROOM AND SHOWER BUILDING 1.0 SCOPE: This specification covers the design, manufacture and placement of the modular pre- cast concrete restroom/shower building. The design, configuration, materials and equipment of the various buildings shall be as specified herein. The buildings shall be constructed of various pre -cast concrete modules. The number of pre -cast modules for each building depends on the overall size of the required building, the specific features required, and the module size a contractor is able to manufacture and ship. Each building shall be provided as specified, shipped to the building site, and assembled into the final building configuration. 2.0 SPECIFIC FEATURES OF EACH BUILDING TYPE: Shower, Building -- Recommended minimal building size of the overall building shall be 51'-3" by 26'-2". Nominal ceiling height (finish floor to underside of concrete roof slab) shall be 8'-0" at low point (exterior wall) and 12'-0" at the ridgeline, utilizing a gable roof design. The shower building shall include the following features: 1. Quad Shower Grouping: The four unisex shower units shall be located at the end of the building with entrance door openings on the gable end. A 3'-7" wide service chase shall run the full width of the building behind the four shower rooms. This chase shall connect perpendicularly with the 4% 0" service chase between the toilet rooms described below. The unisex shower room overall size should be approximately 6 feet — 4 inches by 5 feet — 9 inches. Each shower room shall contain: a) A shower stall (non -handicapped accessible), and one stainless steel towel / washcloth hook. b) An adjacent drying area equipped with a wall -mounted bench / seat and one stainless steel towel / clothing hook. The drying area and shower shall be separated by a reinforced, pre -cast concrete wall roughly 3'- 0" wide. c) An exterior galvanized door and galvanized door frame. d) Exhaust fan. The floor of the shower room shall slope to the shower stall floor drain. Each shower room shall be separated from the other shower rooms and the service chase with floor to ceiling pre -cast, reinforced concrete interior walls. All required Americans with Disabilities Act (ADA) railing and hand grabs shall be installed. 2. Men's Restroom Lavatory/Toilet): The men's restroom side shall contain: a) Three lavatories (handicapped accessible), The following shall be installed at each lavatory: One polished stainless steel mirror installed above lavatory and electric hand dryer. A floor drain shall be installed in the general vicinity of the lavatories. b) Four waterless urinals, with a pre -cast reinforced concrete urinal screen between the lavatories and/or each urinal. Waterless urinals are to be equivalent to the "Sloan" brand, model "wes-1000". c) One standard water closet and one handicapped accessible water closet. A pre -cast reinforced concrete toilet partition shall be installed between stalls. Solid plastic stall doors installed and a floor drain located in the water closet area. Provide stainless steel 2-roll toilet paper dispenser at each toilet stall. d) Seven steel framed windows within Men's restroom area. 3. Women's Restroom (Lavatory/Toilet): The women's restroom side shall contain: a) Three lavatories (handicapped accessible). The following shall be installed at each lavatory: One polished stainless steel mirror installed above lavatory and electric hand dryer. A floor drain shall be installed in the general vicinity of the lavatories. b) Five standard water closets and one handicapped accessible water closet. A pre -cast reinforced concrete toilet partition shall be installed between stalls. Solid plastic stall doors installed and a floor drain located in the water closet area. Provide stainless steel 2-roll toilet paper dispenser at each toilet stall. c) Seven steel framed windows within Women's restroom area. 4. The toilet areas shall be separated from the lavatory area with floor to ceiling pre -cast reinforced concrete interior walls connected with doorway opening. Toilet / lavatory areas shall be separated from the service chase with floor to ceiling pre -cast reinforced concrete interior walls. 5. A minimum 4-foot wide service chase shall be provided between the men and women's restrooms with an initial width of 8'-0" by 5'-0" by the entrance door for storage. The chase shall run the full width of the module and shall be open to the service chase of the adjacent shower module. Entrance to the exterior end of the service chase shall be by a steel door and steel frame. The service chase shall provide access to all electrical panel boxes and all plumbing pipes and valves. 6. Electric water heaters shall be of sufficient capacity to serve four I E.- shower stalls. 7. At each specified hook location, all hooks shall be double hooks. 8. Exterior walls, interior partitions and screen walls, and floor shall be " pre -cast reinforced concrete. Exterior walls shall be pre -cast reinforced' concrete, simulated board & batt upper texture with napa valley stone lower texture finish. Roof shall be pre -cast reinforced concrete, gable type, simulated cedar shake texture, with 3:12 roof slope. 9. Building shall be supplied complete with all materials, finishes, hardware, equipment and accessories as specified herein. 3.0 REFERENCES: Unless noted otherwise use current edition as of the date of these specifications: ASTM C33 Concrete Aggregates; ASTM C39 Method of Test for Compressive Strength of Cylindrical Concrete Specimens; ASTM C 143 Method of Test for Slump of Concrete; ASTM C150 Standard Specification for Portland Cement; ASTM C192 Method of Making and Curing Test Specimens in the Laboratory; ACI 1211.1 Recommended Practice for Selecting Proportions for Normal and Heavyweight Concrete; PCI MNL 116 Quality Control for Plants and Production of Precast Pre- stressed Concrete Products. 4.0 MANUFACTURER CRITERIA: The manufacturer supplying the requested precast concrete shower/flush facility must meet the following: A. Manufacturer must be registered and certified by the TDLR to build Industrialized Housing and Buildings for the State of Texas at time of bidding. B. Manufacturing plant must be PCI certified at the time of bid. C. Manufacturer must not have defaulted on any contract within the last five years. D. Manufacturer must provide stamped, engineered drawings prior to acceptance. E. Manufacturer must be pre -approved prior to bidding. F. Manufacturer must show four examples of precast concrete flush/shower facilities produced, installed, and in use as an example of their ability to perform on this contract. 5.0 DESIGN CRITERIA: The building shall be designed to meet the following criteria as listed below: Calculations and Engineer's stamped drawings are available, for standard buildings, upon request by the customer and are for their sole and specific use only. The design criteria are to ensure that the building not only will withstand the forces of nature listed below but to provide protection from vandalism and other unforeseen hazards. A. Design complies with the provisions of the 2003 IBC & 1997 UBC Codes for the following loads: Roof Snow Load = 250 PSF, Floor Load = 400 PSF, UBC Seismic Zone 4, Basic Wind Speed = 120 MPH Exposure C. B. Additional Design Criteria -, 1. Conform to referenced standards noted in paragraph 3.0 above. 2. Building is designed to comply with to WAC 51-40-1101 & Texas Accessibility Standards April 1, 1994. 3. Electrical work shall be designed and installed to meet the requirements of the 2002 National Electric Code. 4. Plumbing work shall be designed and installed to meet the requirements of the 2003 International Plumbing Code. 5. Building design and installation shall meet the requirements of the 2003 International Building Code. 6.0 MATERIALS: A. Concrete, General - The concrete mix design will be designed to ACI 211.1 to produce concrete of good workability. l . Concrete will contain a minimum of 610 pounds of cement per cubic yard. Cement will be a low alkali type I or III conforming to ASTM C-150. 2. 2. Coarse aggregates used in the concrete mix design will conform to ASTM C33 with the designated size of coarse aggregate #67. 3. 3. Minimum water/cement ratio will not exceed .45. Slump will not exceed 4". 4. 4. Air -entraining admixtures will conform to ASTM C260. Water reducing admixtures will conform to ASTM C494, Type A. Other admixtures will not be used without customer approval. B. Colored Concrete 1. Color additives will conform to ASTM C979. Al2"xl2"xl" color sample will be available for customer approval. 2.The following will contain colored concrete: a. Toilet building roof panels b. Building walls c. c. Screen panels 2. The same brand and type of color additive will be used throughout the manufacturing process. 3. 4. All ingredients will be weighed and the mixing operation will be adequate to ensure uniform dispersion of the color. C. Cold Weather Concrete l . Cold weather concrete placement will be in accordance with ACI 306. 2. Concrete will not be placed if ambient temperature is expected to be below 35 degrees F. during the curing period unless heat is readily ` available to maintain the surface temperature of the concrete at least 45 degrees F. t° 3. Materials containing frost or lumps of frozen materials will not be used. D. Hot Weather Concrete. The temperature of the concrete will not exceed 80 t degrees at the time of placement and when the ambient reaches 90 degrees F. the concrete will be protected with moist covering. l� I I-- I. I [F C.. E. Concrete Reinforcement 1. All reinforcing steel will conform to ASTM A615. All welded wire fabric will conform to ASTM A185. 2. All reinforcement will be new, free of dirt, oil, paint, grease, loose mill scale and loose or thick rust when placed. 3. Details not shown of drawings or specified will be to ACI318. 4. Steel reinforcement will be centered in the cross -sectional area of the walls and will have at least 1" of cover on the under surface of the floor and roof. 5. The maximum allowable variation for center -center spacing of reinforcing steel will be ''/a". 6. Full lengths of reinforcing steel will be used when possible. When splices are necessary on long runs, splices will be alternated from opposite sides of the components for adjacent steel bars. Lap bars #4 or smaller a minimum of l 2". Lap bars larger than #4 a minimum of 24 bar diameters. 7. Reinforcing bars will be bent cold. No bars partially embedded in concrete will be field bent unless approved by the customer. F. Sealers and Curing Compounds 1. Curing compounds, if used, will be colorless, complying with ASTM C309, type I or I-D. 2. Weatherproofing sealer for exterior of building will be a clear water repellent penetrating sealer. G. Caulking, Grout, Adhesive and Sealer 1. AlI caulking will remain flexible and non -sag at temperatures from -40 to +140 degrees Fahrenheit. 2. Interior joints will be caulked with a paintable polyurethane sealant. 3. Exterior joints will be caulked with a paintable polyurethane sealant. 4 4. Grout will be a non -shrink type and will be painted to match the color of surrounding concrete as nearly as possible. 5. Epoxy concrete adhesive will be two component, rigid, non -sag gel adhesive for bonding to dry or damp surfaces, moisture insensitive. 6. Cement base coating is formulated with a very fine aggregate system and a built in bonding agent. H. Schedule of finishes: a. Inside concrete surfaces - Interior floors will be coated with a high solids, single component Urethane industrial coating. Interior walls and ceilings will be 2 coats of a modified acrylic, water repellent penetrating stain, followed by 1 coat of clear sealer. b. Metal surfaces both inside and out 2 coats of DTM ALKYD. c. Exterior concrete surfaces. Exterior slab will be 1 coat of clear sealer. Exterior walls will be 2 coats of water repellent penetrating stain in the same color as the walls or roof followed by I coat of clear acrylic anti -graffiti sealer. 1. Grab Bars: Grab bars shall be 18 gauge, type 304 stainless steel with 1-1/2 inch clearance. Grab bars shall meet the requirements for handicapped accessibility and loading. J. Toilet Paper Dispenser: Dispenser shall be provided at each water closet and shall be constructed of 1/4-inch thick, type 304 stainless steel. Dispenser shall be capable of holding two (2) standard rolls of toilet paper. Dispenser at handicapped toilets shall meet the requirements for handicapped accessibility and loading. K. Steel Doors: 1. Doors shall be galvanized, flush panel type, 1-3/4 inch thick, minimum 16 gauge prime coated steel panels, nominal size 3068. Door grade shall be heavy duty. 2. Door frames shall be hot -dip galvanized, knockdown or welded type, single rabbet, and minimum 16-gauge prime coated steel, width to suit wall thickness. Three (3) rubber door silencers shall be provided on latch side of frame. 3. Shower doors will be fitted with through the door venting. L. Door Hinges: Door hinges shall be 3 per door with dull chrome plating 4-1/2 inch x 4-1/2 inch, adjustable tension, automatic -closure for each door. M. Lockset 1. Lockset will meet ANSI A156.2 Series 4000, Grade 1 cylindrical Lockset for exterior door. 2. Lever handle both inside and out 3. Either handle operates latch unless outside handle is locked by inside push-button. 4. Push-button will automatically release when inside lever handle is turned or door is closed. 5. Emergency slot on exterior so door can be unlocked from the outside with a coin, screwdriver and etc. 1 6. Inside lever always active. 7. U.S. 26D finish. N. Dead Bolt: Deadbolt will be a Lori Lock standard model with a double cylinder, 2 31 " backset, and US26D finish. The cylinder will be a standard I 1/8" Schlage Mortise cylinder with compression ring and 626 finish. U. Door Stop: Doorstop will have a cast metal base, U.S. 26D finish with gray 1 rubber 2-7/16" diameter bumper with a I" projection. i P. Mirrors: Mirrors shall be 18 inch x 36 inch polished stainless steel. Q. Wall Vent: Wall vent will be cast into the concrete wall. The units' frame will be C3 x 4.1 channel steel. The louver will be inverted Y. All steel will be primed and painted as defined in metal painting specification. There will be an insect screen on or attached to the louver. R. Windows: 1. Windows and cleanout cover frames shall be constructed from steel, cast into the walls. 2. Window glazing shall be f4 inch thick translucent pebble finished polycarbonate. S. Plumbing: 1. Waste and vent material will be PVC plastic and will be plumbed to meet Uniform Building Codes. 2. Water material will be copper tubing Type L, hard drawn. A gate valve will be provided at the inlet end of the water line. All water lines will be of a size to provide proper flushing action based on a nominal water pressure of 40 psi. 3. All plumbing will be concealed in the service area. 4. Hose bib available in the chase area. 5. A main shut-off valve and drain will be provided with plumbing. 6. Toilet will be constructed of vitreous china, wall hung, with siphon jet action. 'Toilet will have a back spud for a concealed flush valve connection and will be mounted with the top of the seat 17 inches above the finished floor. Seat will be heavy duty solid plastic with an open front. 7. Flush valve will be concealed closet electronic actuated flush-o-meter constructed of rough brass. Furnish valve with integral vacuum breaker and wall mounted push button. Valve will be of a water saver type with a flow of 1.6 gallons per flush. 8. Lavatory will be vitreous china with back splash guard, front overflow opening, equipped with brass trap and drain pipe without stopper. Sink will be 20 inches wide x 18 inches front to back x 6 inches deep. 9. Water valve will be electronic actuated. 10. Provide warm water delivery at each lavatory. 11. Provide electric hot water heaters in the shower buildings to serve required number of shower stalls. Two 80-gallon (minimum) electric water heaters shall service four showers. 12. Shower stall fixtures shall be ADA compliant for handicapped accessibility. Showerheads shall be vandal resistant and deliver 1.5 Gallons per Minute flow. Provide mixer valve at each shower. 13. Configuration of plumbing lines shall allow for easy winterizing of the building. T, Electrical: 1. All electrical wiring shall be in conduit, surface mounted in the service area and concealed in the user compartments. All wire shall be copper. 2. A 150-amp (minimum) breaker panel shall be provided in the chase area. 3. The chase area shall have at minimum four, 4-foot long, two tube, ceiling mounted HO fluorescent light fixtures. Additional fixtures may be needed depending on code requirements. 4. Restroom area will have four each 4-foot, 2-bulb high side -wall mounted with low temperature ballast fluorescent light fixtures. Additional fixtures may be needed depending on code requirements. Interior light fixtures shall be time clock activated. 5. Shower areas shall have one, 4-foot 2-bulb ceiling mounted fluorescent light fixtures. Light fixtures shall be a type recommended for a wet environment. Additional fixtures may be needed depending on code requirements. Interior and chase room light fixtures shall be switch activated. 6. Lighting on the exterior of building shall be 35-watt High Pressure Sodium; cast aluminum case, rated for outdoor use and photocell controlled. 7. The hand dryer shall be an air compression type, with remote motor unit located in the chase. Push button switch located in cast nozzle housing with flexible hose connecting blower motor, housing and nozzle. Power input 120VAC, 7A (non -heated air). Provide one hand dryer at each lavatory. 8. Provide through -wall exhaust fan in each user compartment Exhaust fans will be time clock activated. 9. Provide duplex GFI electrical outlets: one adjacent to each lavatory and one inside the pipe chase. Number of GFI outlets per building is determined by the size of the building and the number of lavatories installed. W. Stalls: Stall partition walls shall be constructed of 3-inch, pre -cast reinforced concrete. Stall doors shall be HDPE plastic, in matching white color. 7.0 MANUFACTURE: A. Mixing and Delivery of Concrete - Mixing and delivery of concrete will be in accordance with ASTM C94, section 10.6 through 10.9 with the following additions: 1. Aggregate and water will be adjusted to compensate for differences in the saturated surface -dry condition. 2. Concrete will be discharged as soon as possible after mixing is complete. This time will not exceed 30 minutes. B. Placing and Consolidating Concrete - Concrete will be consolidated by the use of mechanical vibrators. Vibration will be sufficient to accomplish compaction but not to the point that segregation occurs. C. Finishing Concrete 1. Interior floor and exterior slabs will be floated and troweled. A light broom finish will be applied to the exterior and interior slabs. 2. All exterior building walls and exterior screen walls will be a board & batt upper with napa valley stone lower textures. 3. All exterior surfaces of the roof panels will be cast to simulate a cedar shake roof. The underside of the overhang will have a smooth finish. D. Cracks and Patching 1. Cracks in concrete components which are judged to affect the structural integrity of the building will be rejected. 2. Small holes, depressions and air voids will be patched with a suitable material. The patch will match the finish and texture of the surrounding surface. 3. Patching will not be allowed on defective areas if the structural integrity of the building is affected. E. Curing and Hardening Concrete 1. Concrete surfaces will not be allowed to dry out from exposure to hot, dry weather during initial curing period. 8.0 FINISHING AND FABRICATION: A. Structural Joints 1. Wall components will be joined together with two welded plate pairs at each joint. Each weld plate will be 6" long and located one pair in the top quarter and one pair in the bottom quarter of the seam. Weld plates will be anchored into the concrete panel and welded together with a continuous weld. The inside seams will be a paintable caulk. The outside seams will use a paintable caulk. 2. Walls and roof will be joined with weld plates, 3"x 6" at each building corner. 3. The joint between the floor slab and walls will be joined with a grout mixture on the inside, a paintable caulk on the outside and two weld plates 6" long per wall. B. Painting/Staining I. An appropriate curing time will be allowed before paint is applied to concrete. 2. Some applications may require acid etching. A 30% solution of hydrochloric acid will be used, flushed with water and allowed to thoroughly air dry. 3. Painting will not be done outside in cold, frosty or damp weather. 4. Painting will not be done outside in winter unless the temperature is 50 degrees F. or higher. ( 5. Painting will not be done in dusty areas. 6. Schedule of finishes: a. Inside concrete surfaces I. Interior floors will be coated with a high solids, single component Urethane industrial coating. I1. Interior walls and ceilings will be 2 coats of a modified acrylic, water repellent penetrating stain, followed by I coat of clear sealer. b. b. Metal surfaces both inside and out 1.2 coats of DTM ALKYD. c. c. Exterior concrete surfaces I. Exterior slab will be 1 coat of clear sealer II. Exterior walls will be 2 coats of water repellent penetrating stain in the same color as the walls or roof followed by 1 coat of clear acrylic anti -graffiti sealer. 9.0 TESTING: A. The following tests will be performed on concrete used in the manufacture of toilets. All testing will be performed in PCI certified laboratories. Testing will only be performed by qualified individuals who have been certified ACT Technician Grade 1. Sampling will be in accordance with ASTM C 172. 2. The slump of the concrete will be performed on the first batch of concrete in accordance with ASTM C 143. This slump will be in the 3"- 4" range. 3. The air content of the concrete will be checked per ASTM C231 on the _ first batch of concrete. The air content will be in the range of 5.5% +1- 1 %. 4. The compressive strength of the cylinders will be tested to ASTM C39. We will make one (1) cylinder for release, one (1) for 7 days and one (1) for 28 days. The release must be a minimum strength of 2500 r psi, the 7-day must be a minimum of 4500 psi and the 28-day must be a minimum of 5000 psi. 5. A copy of all test reports will be provided to the customer as soon as 28-day test results are available. 10.0 INSTALLATION: A. Scope of Work - Work specified under this Section relates to the placement of the unit by the manufacturer on customer prepared foundations. B. Materials - Bedding material to be 3/4" minus crushed or screened aggregate provided and set to required level by the customer. The base must be confined by the customer so as to prevent washout, erosion or any other undermining. C. Location - It's the responsibility of the customer to: 1. Provide exact location by stakes or other approved method. 2. Provide clear and level site free of overhead and/or underground obstructions. 3. Provide access to the site for truck delivery and sufficient area for the crane to install and the equipment to perform the contract requirements. 4. eater, electrical and sewage site connections to be placed by the customer per manufacturer drawings. Must be placed to easily connect to the building. D. Access to Site - Delivery to site made on normal highway trucks and trailers. If at the time of delivery conditions of access are hazardous or unsuitable for truck and equipment due to weather, physical constraints, roadway width or grade, the manufacturer may require an alternate site with better access provided to ensure a safe and quality installation. E. Final Connection — Final connection from site utilities stubbed 12" above the top of the building pad to the building will be performed by a licensed installer provided by the manufacturer. 11.0 WARRANTY: Manufacturer shall warrant that all goods sold pursuant hereto will, when delivered, conform to specifications set forth above. Goods shall be deemed accepted and meeting specifications unless notice identifying the nature of any non -conformity is provided to manufacturer in writing within one (1) year of delivery. No Text No Text (WTIDNAL) SURFACE MDUNTED CHANGE MACHINE GLYN VET LOCATI _S-04-....' .l._.__.I No Text T Santiago (S-036 ) Restroom / Shower Building by CXT Precast Products Spokane, WA Design Criteria: 2006 International Building Code SEI/ASCE 7-05 Design Loads: Roof Live Load = 250 psf snow Floor Live Load — 400 psf Basic Wind Speed = 120 mph (3sec gust), Exp: D , I = 1.0 Seismic = Ss = 3.41 & S, = 1.59 Site Class = D Seismic Use Group = I Seismic Design Category = E Bearing Wall System R = 5 Do =2.5 Materials: Concrete, f c = 5000 psi @ 28 days, 2500 psi @ assembly Reinforcing Steel, fy = 40 ksi for #3 bars, 60 ksi for #4 and larger Wire Mesh, fy = 65 ksi Embedded Steel, fy = 36 ksi Welding = E70xx electrodes, certified welders OF �r1 A RANDALL JOHN LaPLANTE j Sri ..��•2r.a7.: erg', 98083 .� LSB LSB Consulting Engineers, PLLC 1 523 East Third Avenue Spokane, WA 99202 Job No: 07064 Date: 6.22.07 Title: Santiago (S-036) By: T Fischer CXT Precast Products Pana• i „ r 414 3 General Information Sheet• Santiago (S-036 ) Restroom / Shower Building Design Loads: Roof Live Load = 250.. psf snow Floor Live Load = 400 psf Wind Loads . = 120 : mph, Exposure D , I = 1.0 Components. Per ASCE-7-05, table 6-3 P =33.6 psf x 1.47 = 49.4 psf Main System. Per ASCE 7-o5, table 6-2 Wall P =28.7 psf x 1.47 = 42.2 psf Roof P =19.1 psf x 1.47 = 28.1 psf Seismic Loads = Mapped Spectral Response Acceleration Maximum for: S. = 3.41 Sy = 1.59 Site Class Ci;`. [IBC TBL 1613.5.2] Fa = ...;'1:::. Fv = 1 5: [IBC TBLs 1613.5.3(1)&(2)) Design Spectral Response Acceleration Sos = 2.28 Sol = 1.59 [IBC EQN 16-39&401 Importance Factor le = ,1,0,; [ASCE TBL 11.5-11 Seismic Use Group I - [IBC TBL 1613.5.6(1)&(2)) Seismic Design Category e : [ASCE TBL 11.61 Bearing wall system R = 5.0 . no-- 2:5 [ASCE TBL 12.2-11 Period T = 0.10 seconds [ASCE EQN 12.8-1) Concrete, f, Reinforcing Steel, fy — 5000 psi @ 28 days, 2500 psi @ assembly = 40 ksi for #3 bars, 60 ksi for #4 and larger Wire Mesh, fy — 65 ksi Embedded Steel, fy = 36 ksi Welding = E70xx electrodes, certified welders Building, Dimensions: ( generic building shown for reference) WALL HE,GHT ,� 'X` D�rectlor. L wall height = 8 00: ft roof height = wall length Y = 2617. ft roof length `x` _ wall length Y = 51.25: it roof length Y = mean roof height = 10.0 ft f._.ISB LSB Consulting Engineers, PLLC 523 East Third Avenue J Spokane, WA 99202 —7 ROOF HEIGHT 1-2 00 ft 29tit) ft 5300 ft Job No: 07064 Date: 6-22-07 Title: Santiago (S-036) By: T Fischer CXT Precast Products Page: Z of 4-f r I ' r STANDARD ROOF PANEL: R1 (one-way slab) Panel Thickness = 4:6 in. + 0.50 in. finish = 5.00 in Roof Finish: Cedar Shake Concrete Weight = 150 pcf Concrete DL = 62.5 psf Snow LL = 250 psf Additional DL = t�:0. psf Additional LL = 0,0. - psf Total DL = 62.5 psf x 1.4 = 87.5 psf Total LL = 250 psf x 1.7 = 425 psf fc = 5000 psi N G S fy = 65 ksi WWF y/. Q '_ I_ b = 12 inch slab strip ..... Check a strip of roof slab �,--�' SPAN !CN A 6 67 ft Load Span 1 = 46% a % ' Q u, 13= ft WuDL = 40.2 pif C- .1,67 ft Wuu. = 195.4 plf r m 235.7 plf ref _ ':- ------- D= =I*ft Load Span 2 = 54% Wu E ft WuDL = 47.3 pif F= .. 3.1b: ft W„L = 230 pif 277 pif . - A .-------------8 ._c..t SPAN 9 RIOL = 528 Ibs R2uDL = 62 Ibs Mu @ R1 = -1.16 ft-k R1uu. = 2564 Ibs R2uL = 302 Ibs Mu @ R2 = -0.33 ft-k 3092 Ibs 365 Ibs Mu @ mid = 0.80 ft-k SPAN 2 RUL = 179 Ibs R4uDL = 365 Ibs Mu @ I R3 = -0.39 ft-k R3uL = 869 Ibs R4uL = 1772 Ibs Mu @ I R4 = -1.95 ft-k 1048 Ibs 2137 Ibs Mu @ mid = 0.23 ft-k Pos. Reinforcement: one layers @ bot Neg. Reinforcement: one layer @ top 4x4 Nl8xW8 W11UF 4x4 W-Ax—M: WWF. As= 024in2/ft As C32t:_in2/ft d= ,-327 in d'_-`278,in FLIXURE: a As f Y 0.306 in 0.85-fc,b _ 0 MR = 0 • Ag - fY • (d - a) = 3.65 ft-k M„ = 0.80 ft-k PANEL OK FOR POSITIVE MOMENT SHEAR: 0 - Vo = 4717 Ibs PANEL OK FOR SHEAR Vu = 3092 Ibs LSB LSB Consulting Engineers, PLLC I 523 East Third Avenue =( Spokane, WA 99202 a As fy 0.306 in 0.85 . fc •b - 0M„ =0-AS •fY •I cl-- = -3.07 ft-k 2) 111 Mu = -1.95 ft-k PANEL OK FOR NEGATIVE MOMENT Job No: 07064 Date: 6.22.07 Title: Santiago (S-036) By: T Fischer CXT Precast Products Page: S of44 i STANDARD ROOF PANEL CONT: R1 (one-way slab) DEFLECTION: Mmax DL+LL (service loads)= 0.49 ft-k Span 1 controls, L = 6.333 ft Ma = 5853.66 in-lbs Calculation for icr: Mcr = 2147.84 in-lbs n section cracks Area in^2) y bar 2 Compression Zone 11.18 0.466 0.8084 Ig = 91.13 in^4 Top Steel 1.49 1.72 -0.788 !2.425 4Icr = 13.59 in"4 Bottom Steel 1.73 3.27 -2.338 6 fr = 53.03 psi yt = 2.25 in Icr = 13.593 ln14 le = 17.42 in"4 a = 6.000 E = 4030509 psi b = 3.211 c = 8.198 deflection neglects cantilevers ICalculated and is based upon simple span conditions x = 0.932 = centrold of cracked requitingin slightly conservative results. transformed section Total Load Deflection @ mid point (service loads) = 0.05 in. = U 1515 Live Load Deflection @ mid point (service loads) = 0.04 in. = U 1894 Note: Deflection is a serviceability limit state and is provided here for information only. The deflections listed are under full snow load (approx 16' deep) and is therefore not considered to be a controlling limit state. NOTES: 1. d = 4.5" - 3/4" clr -1 1/2 bar diameter (WWF, positive reinforcement) d' = 4.5" -1 1/4" clr -1 1/2 bar diameter (WWF, negative reinforcement) ( LSB LSB Consulting Engineers, PLLC Job No: 07064 I 523 East Third Avenue Title: Santiago (S-036) Li Lj Spokane, WA 99202 CXT Precast Products r t ' f i Date: 6-22.07 By: T Fischer Page: 4 of 4 + STANDARD ROOF PANEL: R2,R3 & R4 (two-way slab) Panel Thickness = 4:5 in. + 0.50 in. finish = 5.00 in Roof Finish: Cedar Shake Concrete Weight = 150 pcf Concrete DL = 62.5 psf Snow LL = 250 psf Additional DL = 0.6 psf Additional LL = _0.0. Total DL = 62.5 psf x 1.4 = 87.5 _psf psf Total LL = 250 psf x 1.7 = 425 psf fc = 5000 psi - - -..... - - fy = 65 ksi WWF b = 12 inch slab strip ( a Check a skipof roof slab A 217 ft Load Span 1 = 40% SPAN I u, G? ? w B "7,, ft Wuxi. = 35.2 pif n: cyi r a uQi C 167 ft WuLL = 171.2 pif �' 206.5 pif ... D 04`7 ft Load Span 2 = 60% .. E_ : 9.£7: ft WUM = 52.3 pif wu F 017 ft Wuu. = 254 plf 306 pifi raz l SPAN 1 Mum = 268 Ibs Riuu. = 1300 Ibs 1567 Ibs SPAN 2 R2uoL = 244 Ibs R2uLL = 1183 Ibs 1427 Ibs R3ua. = 262 Ibs R4ua. = 261 Ib R&LL = 1270 ibs R4uu. = 1269 lb! 1532 Ibs 1531 ib: Pos. Reinforcement: one layer @ bot 44 W.&W-8 WF . As = .`'024 1n2 /ft d= 327in SPAAV i Mu @ R1 = -0.48 ft-k Mu @ R2 = -0.29 ft-k Mu @ mid = 2.55 ft-k Mu @ I R3 = 0.00 ft-k Mu @ I R4 = 0.00 ft-k Mu @ mid = 3.57 ft-k Neg. Reinforcement: one layer @ top 4x4:W8xUV$_W .WP: As = '; 4 24- in2 /ft d' = ' 2,7' in FLEXURE. AS f y - 0.306 in a-0.85-fc,•b- ll 0M,,=0-As-fy-jd-1a—(= 3.65ft-k l M„ = 3.57 ft-k PANEL OK FOR POSITIVE MOMENT SHEAR. 0 • V, = 4717 lbs PANEL OK FOR SHEAR Vu = 1567 Ibs _! LSB LSB Consulting Engineers, PLLC t �.... 523 East Third Avenue 2J Spokane, WA 99202 AS fy - 0.306 in a - 0.85 - f,.b - 0Mn=0-AS-fy-Id-21=-3.07ft-k M/u = -0.48 ft-k PANEL OK FOR NEGATIVE MOMENT Job No: 07064 Date: 6-22-07 Title: Santiago (S-036) By: T Fischer CXT Precast Products Page: Ar of 4 4 STANDARD ROOF PANEL CONT: R2,R3 & R4 (two-way slab) DEFLECTION: Mmax DL+LL (service loads)= Ma = 26143.01 in-lbs Mcr = 2147.84 in-lbs section cracks 2.18 ft-k Span 2 controls, L = 9.67 ft Calculation for I cr: n = T19 Area 102 din bar IaM, "s A ^2 Compression Zone 11.18 0.466 08084 2 425 op Steel ig = 91.13 in"4 [Bottom 1.49 1.72 -0.788 0.924 1 Icr = 13.59 in^4 Steel 1.73 3.27 -2.338 9.436 fr = 53.03 psi yt = 2.25 in Icr = 13.593 In"4 le = 13.64 in^4 a = 6.000 E = 4030509 psi b = 3.211 c= 8.198 deflection neglects cantilevers ICalculated and is based upon simple span conditions I x = 0.932 = centroid of cracked resuffingin slightly conservative results. transformed section Total Load Deflection @ mid point (service loads) = 0.67 in. = L/ 174 Live Load Deflection @ mid point (service loads) = 0.53 in. = L/ 217 Note: Deflection is a serviceability limit state and is provided here for information only. The deflections fisted are under full snow load (approx 96' deep) and is therefore not considered to be a controlling limit state. NOTES: 1. d = 4.5" - 3/4" clr - 1 1/2 bar diameter (WWF, positive reinforcement) d' = 4.5" -1 114" cir -1 112 bar diameter (WWF, negative reinforcement) 5B LSB Consulting Engineers, PLLC Job No: 07064 Date: 6-22-07 I 523 East Third Avenue Title: S Santiago -036 i ( ) By: T Fischer Spokane, WA 99202 CXT Precast Products Page: & of 44 STANDARD ROOF PANEL: R5 (two-way stab) Panel Thickness = 4:5 in. + 0.50 in. finish = 5.00 in Roof Finish: Cedar Shake Concrete Weight = 150 pcf Concrete DL = 62.5 psf Snow LL = 250 psf Additional DL = 0.0 psf Additional LL = 0:0 . psf Total DL = 62.5 psf x 1.4 = 87.5 psf Total LL = 250 psf x 1.7 = 425 psf fc= 5000 psi ------------------- -- --- - _..... fy = 65 ksi WWFt b = 12 inch slab strip !r} a Check "trip of roof slab {✓J SPAN I- A 4`1T ft Load Span 1 = 13% 'CIO,✓ > w NF t3 $ 6Z ft WuoL = 11.0 pif z �a Q t/ J C- C 1.:67 ft WuLL = 53.2 'pif � j Cq 64.1 plf D 1: ft Load Span 2 = 87% .. ........... . ._ _ - --- - K- E= .::`* ft Wu�L = 76.5 pif vvV F 047- ft W„LL = 372 pif;- 448 pif y ,�� Q2 SPAN 1 Mum = 102 ibs R1 uLL = 497 Ibs 599 Ibs SPAN 2 R2uoL = 56 Ibs R&L = 274 ibs 331 Ibs RUL = 352 Ibs R4uaL = 197 lb R&L = 1708 Ibs R4uLL = 957 lb 2060 Ibs 1153 lb Pos. Reinforcement: one layer @ bot 4x4a giftWWi: As= 024M2/ft d= 327in A._...----._..__... S0AN t Mu @ R1 = -0.56 ft-k Mu @ R2 = -0.09 ft-k Mu @ mid = 0.30 ft-k Mu @ I R3 = -0.63 ft-k Mu @ I R4 = -0.01 ft-k Mu @ mid = 1.29 ft-k Neg. Reinforcement: one layer @ top U4i f8x1N8M1NI= As in 2/ft d' = ' 2:78' in FLEXURE: a = As f y = 0.306 in 0.85.f,.b 1 OM„=of•A,-fy-{d-2I= 3.65ft-k ll MUM= 1.29 ft-k PANEL OK FOR POSITIVE MOMENT SHEAR: 0 - V, = 4717 Ibs PANEL OK FOR SHEAR Vu = 2060 Ibs As - f y _ 0.306 in a-0.85-f�-b - OM„=0-As-fy•`d-2)=-3.07ft-k MU = -0.63 ft-k PANEL OK FOR NEGATIVE MOMENT I LSg LS8 Consulting Engineers, PLLC Job No., 07064 Date: 6.22.07 523 East Third Avenue Title: Santiago (S-036) By: T Fischer .J .J Spokane, WA 99202 CXT Precast Products Page: 7 of44 STANDARD ROOF PANEL CONT: R5 (two-way slab) DEFLECTION. Mmax DL+LL (service loads)= Ma = 9449.97 in-Ibs Mcr = 2147.84 in-Ibs section cracks 0.79 ft-k Span 2 controls, L = 5.33 ft Calculation for 1 cr: n = JA -- Area in"2 din bar la,„, a,as A "2 Compression Zone 11.18 0.466 0.8084 2 425 Ig = 91.131n"4 Top Steel 1.49 1.72 -0.788 0.924 Icr = 13.59 in"4 Bottom Steel 1.73 1 3.27 -2.338 9.436 fr = 53.03 psi yt = 2.25 in Icr = 13.593 in"4 le = 14.50 iM4 a = 6.000 E = 4030509 psi b = 3.211 c= 8.198 deflection neglects cantilevers ICalculated and is based upon simple span conditions I x = 0.932 = centroid of cracked resulfingin slightly conservative results. transformed section Total Load Deflection @ mid point (service loads) = 0.07 in. = U 928 Live Load Deflection @ mid point (service loads) = 0.06 in. = U 1161 Note: Deflection is a serviceability limit state and is provided here for information only. The deflections listed are under full snow load (approx 16' deep) and is therefore not considered to be a controlling limit state. NOTES: 1. d = 4.5" - 3/4" cir -1 112 bar diameter (WWF, positive reinforcement) d' = 4.5" -1 1/4" cir -1 1/2 bar diameter (WWF, negative reinforcement) _.I.SB LSS Consulting Engineers, PLLC Job No: 07064 Date: 6•22-07 i 523 East Third Avenue Title: Santiago (S-036) By: T Fischer J Spokane, WA 99202 CXT Precast Products Page: & of 4 ¢ WALL PANEL: W1 panel thickness = 4.38 in Panel Height = 9.58 ft concrete weight = 150 pcf Wind Load: 120 mph, Exp D , I = 1.0 mean roof height = 10.00 ft Per ASCE-7-05, table 6-3 P =33.6 psf x 1.47 = 49.4 psf Seismic Load: Design Spectral Response Acceleration SDs = 2.28 Sol = 1.59 [IBC EQN 16-39&40] Importance Factor IE = 1.0 [ASCE TBL 11.5-1] Ww = 55 psf V = 0.4 - IE , So$ • Wh, = 49.8 psf )o 49.8 /1.4 = 35.6 psf [ASCE 12.11.1] Roof Load: DL = 179 pff / 1.4 = 127.8 pff LL = 869 pfl / 1.7 = 511.1 pff Check ift sirfa of waff 1 ft strip + 1 /2(opening width) _ Effective panel width, fw = 1 ft strip 251?;<` ft Poi = 127.8 pif x fw = 319.5 pff Pu. = 511.1 plf x fw = 1277.8 pif WMnd = 49.4 psf x fw = 123.5 psf Wseismk = 35.6 psf x fw = 89.0 psf ENERCALC SEISMIC INPUT: Wall Seismic Factor = 0.65 (ASCE 112.11.1] -0.7) Lateral Seismic Load = wselsme - 0.66 Ww = 53.4 psf -distance to top = 9.6 ft Panel Reinforcing: 4x4 W8xW8 WWF As = 0.24 in2 Notes: 1. 3068 door is widest opening in panel. Opening width = V-0" PANEL OK W/ SINGLE LAYER OF 4x4 W8xW8 W.W.F. SEE ATTACHED ENERCALC RESULTS a=t/2' L5B LSB Consulting Engineers, PLLC Job No: 07064 Date: 6.22-07 I 523 East Third Avenue Title: Santiago (8.036) By: T Fischer �T Spokane, WA 99202 CXT Precast Products Page: q of Description W1 General information Title : Santiago (S-036) Dsgnr: T FiSCHER Description: Scope: Tilt -Up Wall Panel Design _..._--------- --------------- _ Job # 07064 -- Date: 4:17PM, 19 JUN 07 i Page 1 Code Ref: ACI 318-02, 1997 UBC, 2063 IBC, 2003 NFPA 5000 Parapet Height Thickness 0.000 ft a 5,uuu.0 psi Fy 65,000.0 psi Seismic Zone Min Vert Steel % 4 0.0020 Bar Size 4.380 in 4 Phi 0.900 Width Min Horiz Steel % 0.0000 Bar Spacing 10.000 in 12.000 in Base Fixity 0 % Bar Depth 2.000 in Walt Seismic Factor 0.6500 Min eRatio 100.0 Parapet Seismic Factor 0.0000 Concrett e Weight 150.00 pcf LL & ST Not Combined Using: ACI Eq. 9-7 for Leff & Iterating Deflections _ _ Parapet Weight Counteracts Middle T Calera! Loads Vertical Loads Wind Load 123.500 psf Uniform DL 319.50 #/ft Point Load s Uniform LL 1 20 ...height ft ...eccentricity 500 n!ft ...load type Seismic Concentric DL Lateral Load 5.34 #/ft Concentric LL lbs ...distance to top 9.580 ft ...distance to bot It ...load type Seismic Seismic "I* Magnifler 1.000 Wind Y Magnifier 1.000 Note: Load factoring supports 20031BC and 2003 NFPA 5000 by virtue of their references to AC1318-02 for concrete design. Factoring of entered loads to ultimate loads within this program is according to ACI 318-02 C.2 Basic Deft w/o P-Delta Seismi 0.033 Wind Seismic 0.309 in 0.023 Wind Basic M w/o P-Delta Moment Excess of Mcr 8,004.7 21.774.4 In-# 5,717.7 0.131 in 17.092.1 in-# Max. P-Delta Deflection 0.0 0.033 8.303.9 in-# 0.0 0.311 in 3,565.2 in-# Max P-Delta Moment 8,018.1 0,023 21,869.3 in-# 5,724.5 0.132 to 17,130.6 in-# Maximum Allow Vertical Bar Spacing Maximum Allow Horizontal Bar Spacing 13.140 In Parapet Bar Spacing Req'd : SEISMIC 13.140 in 0.000 in Parapet Bar Spacing Req'd : WIND 13.140 In --t-r> s e L&X-01PWall Design OK 9.58ft clear height, 0.00ft parapet, 4.38in thick with #4 bars at 10.0016 on center, d= 2.00in, fc = 5,000.0psi, F Using: ACI Eq. 9-7 for Jeff & Iterating Deflections Factored Load Bending : Wind Load Governs Service Load Deflection : Wind Load Governs Maximum Iterated Moment: Mu 21,869.34 in-# Maximum Iterated Deflection 0.132 in Moment Capacity 26,756.43 in-# Deflection Limit 1 150 I Mn ' Phi: Moment Capacity Applied: Mu Mid -Span Applied: Mu @ Top of Wail Max Iterated Service Load Deflection Actual Deflection Ratio Actual Reinforcing Percentage UBC Allow. As % = 0.6 ' RhoBal Actual Axial Stress : (Pw + Po ) / Ag Allowable Axial Stress = 0.04 . fc .LSB LS8 Consulting Engineers, PLLC i . 523 East Third Avenue J� _J Spokane, WA 99202 Seismic n Wind 27,168.83 in-# 26,756.43 in-# 8,018.06 in-# 21.869.34 in-# 1,118.11 in-# 167.74 in-# 0.02 in 0.13 in 4,926 : 1 868 : 1 0.0100 0.0100 0.0180 0,0180 11.07 psi 11.07 psi _ 200.00 psi 200.00 Dsi Job No: 07064 Date: 6.22.07 Title: Santiago (8-036) By: T Fischer CXT Precast Products Page: /O of 14 Title : Santiago (S-036) Dsgnr: T FISCHER Description : Scope: Tilt -Up Wall Panel Design Description W 1 Job # 07064 Date: 4:17PM, 19 JUN 07 Page 2 Analysis Data E 4,030,508.7 psi Sgross 38.369 in3 n = Es / Ec 7.20 Mcr = S " Fr 13,565.4 in-# Fr Multiplier for sgrt(fc) 5.000 Fr = 353.55 psi Ht / Thk Ratio 26.25 Rho: Bar Reinf Pct 0.0299 Values for Mn Calculation... Seismic Wind As:eff= [Puaot + AsFy)/Fy 0.253 In 0.249 in a : (AsFy + Pu)/(.85 fc b) 0.322 in 0.318 in c = a / .85 0.379 in 0.374 in Igross 84.028 Ina 84.03 in4 (cracked 4.99 in4 4.95 in4 I-eff (ACE methods only) 84.03 in4 44.49 in4 Phi: Capacity Reduction 0.900 0.900 Mn= As:eff Fy(d-a/2) - Pu (Wa11Thk/2-Bar Depth) 30,187.59 in-# 29,729.36 in-# Additional Values Loads used for analysis Factored Loads Seismic Wind Wall Weight 54.750 psf Wall Wt ` Wall Seismic Factor 35.587 psf Applied Axial Load 447.30 335.47 #/it Wall Wt ` Parapet Seismic Factor 0.000 psf Lateral Walt Weight 367.27 275.45 #/it Service Applied Axial Load 319.50 #/it Total Lateral Loads 814.57 610.93 #t t Service Wt @ Max Mom 262.33 #/ft Total Service Axial Loads 581.83 #/ft ACI Factors (per ACI 318-02, applied Intemally to entered loads) ACI C-1 & C-2 DL 1.400 ACI C-2 Group Factor 0.750 AddT41—X Factor for Seismic 1.400 ACI C-1 & C-2 LL 1.700 ACI C-3 Dead Load Factor 0.900 Add"I "0.9" Factor for Seismic 0.900 ACI C-1 & C-2 ST 1.700 ACI C-3 Short Term Factor 1.300 ....seismic = ST ` : 1.100 j LSB LSB Consulting Engineers, PLLC Job No: 07064 Date, 6-22-07 I _ 523 East Third Avenue Title: Santiago (S-036) By: T Fischer LJ Spokane, WA 99202 CXT Precast Products Page: // of¢Q WALL PANEL: W2, W3. W9, W10, W15 W16 W21 W22 W27 & W28 panel thickness = 4.38 in Panel Height = 8 ft concrete weight = 150 pcf Wind Load: 120 mph, Exp D , I = 1.0 mean roof height = 10.00 ft Per ASCE-7-05, table 6-3 P =33.6 psf x 1.47 = 49.4 psf Seismic Load. Design Spectral Response Acceleration Sos = 2.28 SDI = 1.59 [IBC EQN 16-39&401 Importance Factor IE = 1.0 [ASCE TBL 11.5-1) Ww = 55 psf V = 0.4 • IE ' S os ' W w = 49.8 psf 49.8 /1.4 = 35.6 psf [ASCE 12.11.1] Roof Load: DL = 244 pif / 1.4 = 174.0 pif LL = 1183 pfl / 1.7 = 696.1 pif Check 1 tt strip of wall Effective anal width, f A 1 it strip + 1/2(opening width) ^ p w Z[ 7: ft 1 ft strip Pa. = 174 pif x fw = 377.1 plf P« = 696 pif x fw = 1508.2 pif %Wna = 49.4 psf x fw = 107.0 psf OPENING r-IT" STRIP +�tG wSel m e = 35.6 psf x fw = 77.1 psf- ENERCALC SEISMIC INPUT: I Wall Seismic Factor = 0.65 (ASCE [12.11.11.0.7) Lateral Seismic Load = .1 wselsmlc - 0.65 Ww = 41.5 psf distance to top = 8.0 ft Panel Reinforcing: 4x4 W8xW8 WWF As = 0.24 in Notes: 1. Critical at strip along window jamb, opening width = 2'-4" = 2.33 ft PANEL OK W/ SINGLE LAYER OF 4x4 W8xW8 W.W.F. SEE ATTACHED ENERCALC RESULTS { LSB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6-22-07 I 523 East Third Avenue Title: Santiago (S-036) By: T Fischer LF Spokane, WA 99202 CXT Precast Products Page: /Z of #¢ Title: Santiago (S-036) Job # 07064 Dsgnr: T FISCHER Date: 4:17PM, 19 JUN 07 Description: Scope: —__ i Rev ss0000 User: Kw-0802901, Ver 5.8.0, t-Nay-2008 1_ Tilt -Up Wall Panel Design Page 1 (c)f983-2006 ENERMC 91lnee= SoUare 07084_5-038.ECMCalogation; Description W2, W3, W9, W10, W15, W16, W21, W22, W27, & W28 T � - General information Code Ref: ACi 318-02, 1997 UBC, 2003 IBC, 2003 NFPA 5000 Clear Height 8.000 ft fc 5,000.0 psi Seismic Zone 4 Parapet Height 0.000 ft Fy 65,000.0 psi Min Vert Steel % 0.0020 Thickness 4.380 in Phi 0.900 Min Horiz Steel % 0.0000 _. Bar Size 4 Width 12.000 in Base Fixity 0 % Bar Spacing 10.000 in Wall Seismic Factor 0.6500 Bar Depth 2.000 in Parapet Seismic Factor 0.0000 Min Deft. Ratio 100.0 LL & ST Not Combined Concrete Weight 150.00 pcf Using: ACI Eq. 9-7 for leff & Iterating Deflections Parapet Weight Counteracts Middle Lateral Loads Vertical Loads T Wind Load 107.000 psf Uniform DL 377.10 #/it Point Load ibs Uniform LL 1.508.20 #/ft .. height ft ...eccentricity 0.500 in ...load type Seismic Dl Lateral Load 41.50 #/ft Concentric ibs ...distance to top 8.000 it ...distance to bot It Seismic "I" Magnifier 1.000 ...load type Seismic Wind "I" Magnifier 1.000 Note: Load factoring supports 2003 IBC and 2003 NFPA 5000 by virtue of their references to ACI 318-02 for concrete design. Factoring of entered loads to ultimate loads within this program is according to ACI 318-02 C.2 Seismi Wind Selsml Wind Basic Deft w/o P-Delta 0.030 0.037 In 0.021 0.029 in Basic M w/o P-Delta 10.492.5 13,195.8 in-# 7,494.7 10,366.3 in•# Moment Excess of Mcr 0.0 0.0 in-# 0.0 0.0 in-# Max. P-Delta Deflection 0.030 0.037 In 0.021 0.029 in Max P-Delta Moment 10,505.0 13,207.5 In-# 7,501.0 10,375.0 in-# Maximum Allow Vertical Bar Spacing 13.140 in Parapet Bar Spacing Req'd : SEISMIC 13.140 in Maximum Allow Horizontal Bar Spacing 0.000 in Parapet Bar Spacing Req'd : WIND 13.140 In Summary CO. -a, A CA - Wall Design OK B.00ft clear height, O.00ft parapet, 4.38in thick with #4 bars at 10.00in on center, d= 2.001n, fc = 5,000.Opsi, F Using: ACI Eq. 9-7 for leff & iterating Deflections Factored Load Bending : Wind Load Governs Service Load Deflection : Wind Load Governs Maximum Iterated Moment: Mu 13,207.51 in-# Maximum Iterated Deflection 0.029 in Moment Capacity 26,776.54 in-# Deflection Limit 0.960 in Seismic Wind Mn' Phi : Moment Capacity 27,198.99 in-# 26,776.54 in-# Applied: Mu Mid -Span 10,505.00 in-# 13,207.51 in-# Applied: Mua Top of Wall 1,319.71 in-# 197.98 in-# Max Iterated Service Load Deflection 0.02 in 0.03 In Actual Deflection Ratio 4,505 : 1 3,259 : 1 Actual Reinforcing Percentage UBC Allow. As % = 0.6' RhoBai 0.0100 0.0100 0.0180 0.0180 Actual Axial Stress: (Pw + Po ) / Ag 11.34 psi 11.34 psi Allowable Axial Stress = 0.04 ` f c 200.00 psi 200.00 psi v� j (SB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6.22-07 =< I 523 East Third Avenue Title: Santiago (S-036) By: T Fischer Ll Spokane, WA 99202 CXT Precast Products Page: /3 of 44 Title. Santiago (S-036) Job # 07064 Dsgnr. T FISCHER Date: 4:17PM, 19 JUN 07 Description : Scope: Tilt -Up Wall Panel Design Page 2 Description W2, W3, W9, W10, W15, W16, W21, W22, W27, & W28 E 4,030,508.7 psi Sgross 38.369 in3 n = Es / Ec Fr Multiplier for sgrt(fc) 7.20 5.000 Mar = S ' Fr Fr = 13,565.4 in-# Ht / Thk Ratio 21.92 Rho: Bar Reinf Pct 353.55 psi 0.0299 Values for Mn Calculation... Seismic Wind As:eff= [Pu:tot + AsFy)/Fy 0.253 In 0.260 In a: (AsFy + Puy/(.85 fc b) 0.322 in 0.318 in c = a / .85 [gross 0.379 in 0.374 in Icracked 84.028 in4 84.03 in4 I-eff (ACI methods only) 5.00 in4 84.03 in4 4.96 in4 84.03 in4 Phi: Capacity Reduction 0.900 0.900 Mn= As:eff Fy(d-a/2) - Pu (WallThk/2-Bar Depth) 30,221.10 In-# 29,751.71 in-# I Additional Values - Loads used for analysis Factored Loads Wail Weight 54.750 sf psf Seismic Wind Walt Wt' Wail Seismic Factor 35.587 Applied Axial Load 527.94 395.95 #/ft Wail Wt " Parapet Seismic Factor 0.000 psf Lateral Walt Weight 306.60 229.95 #/ft Service Applied Axial Load 377.10 #/ft Total Lateral Loads 834.54 625.90 #/ft Service Wt @ Max Mom 219.00 #/ft Total Service Axial Loads 596.10 #/R ACI Factors (peg' ACI 318-02, applied Internally to entered loads) ACi C-1 S C-2 DL 1.400 ACI C-1 & C-2 LL 1.700 ACI C-1 & C-2 ST 1.700 ....seismic = ST' : 1.100 ACI C-2 Group Factor 0.750 Add" "1.4" Factor for Seismic 1.400 ACI C-3 Dead Load Factor 0.900 Add"I "0.9" Factor for Seismic 0.900 ACI C-3 Short Term Factor 1.300 LB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6-22.07 523 East Third Avenue Title: Santiago (S-036) By: T Fischer ..._ :_J Spokane, WA 99202 CXT Precast Products Page:14 off ¢ WALL PANEL: W4. W5 & W6 panel thickness = 4 in Panel Height = 11.2 ft concrete weight = 150 pcf Wind Load: 120 mph, Exp D , I = 1.0 mean roof height = 10.00 ft Per ASCE-7-05, table 6-3 P =33.6 psf x 1.47 = 49.4 psf "Inteiror walls use 5 psf" Seismic Load: Design Spectral Response Acceleration Sps = 2.28 SDI = 1.59 [IBC EON 16-39&401 Importance Factor le = 1.0 [ASCE TBL 11.5-1] Ww = 50 psf V = 0.4 • IE - S os • Ww = 45.5 psf -) 45.5 /1.4 = 32.5 psf [ASCE 12.11.11 Roof Load: DL = 528 pif / 1.4 = 377.1 pif LL = 2664 pfl / 1.7 = 1608.5 pif Check 1ft strip of wall 1 ft strip + 1/2(opening width) _ Effective panel width, fw = 1 ft strip 1.'GO ft PDL = 377 pif x fw = 377.1 pif Pu. = 1508 pif x fw = 1508.5 plf Wwina = 5.0 psf x fw = 5.0 psf �-1�" 5TFLIP I Wseismlc = 32.5 psf x fw = 32.5 psf ENERCALC SEISMIC INPUT: Wail Seismic Factor = 0.65 , (ASCE [12.11.1 ] -0.7) Lateral Seismic Load = wseismlc - 0.65 Ww = 0.0 psf ... distance to top = 11.2 ft ,l I Panel Reinforcing: 4x4 W8xW8 WWF As = 0.24 in2 Notes: 1. Critical strip (no opening width) = V-0" PANEL OK W/ SINGLE LAYER OF 4x4 W8xW8 W.W.F. SEE ATTACHED ENERCALC RESULTS LSB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6.22.07 523 East Third Avenue Title: Santiago (S-036) By: T Fischer LF A Spokane, WA 99202 CXT Precast Products Page:15 of 44 Description W4, W5, & W6 Title : Santiago (S-036) Dsgnr: T FISCHER Description : Scope : Tilt -Up Wall Panel Design Job # 07064 Date: 4:17PM, 19 JUN 07 Page 1 General information Code Ref: ACi 318-02, 1997 UBC, 2003 IBC, 2003 NFPA 5000 Clear Height 11.200 ft fc 5,000.0 psi Seismic Zone 4 Parapet Height Thickness 0.000 it 4.000 in Fy 65,000.0 psi Min Vert Steel % Phi 0.0020 Bar Size 4 0.900 Min Horiz Steel % Width 12.000 in Base Fixity 0.0000 0 % Bar Spacing Bar Depth 10.000 in 2.000 in Wail Seismic Factor 0.6500 Min Deft. Ratio 100.0 Parapet Seismic Factor LL & ST Not Combined 0.0000 Concrete Weight 150.00 pcf Using: ACi Eq. 9-7 for leff & iterating Deflections Parapet Weight Counteracts Middle Lateral Loads Vertical Loads Wind Load 5,000 psf Uniform DL 377.10 #/it Point Load Ibs Uniform LL 1.508.50 Wft .. hel ht ft ...eccentricity 0.500 in load type Seismic Concentric DL Ibs Lateral Load #/it Concentric LL Ibs ...distance to top it ...distance to bot ft type Seismic Seismic "1" Magnifier "I" 1.000 ...load Wind Magnifier 1.000 Note: Load factoring supports 2003 IBC and 2003 NFPA 5000 by virtue of the# references to ACI 318-02 for concrete design. Factoring of entered loads to ultimate loads within this program is according to ACI 318-02 C.2 Basic Defl w/o P-Delta .Seismic 0.064 Wind Seismic 0.010 in 0.045 Wind 0.008 in Basic M w/o P-Delta 8,693.3 1,300.5 in-# 6,209.5 1,037.3 in-# Moment Excess of Mcr 0.0 0.0 in-# 0.0 0.0 in•# Max. P-Delta Deflection Max P-Dbita Moment 0.064 0.010 In 0.046 0.000 in 8,722.6 1,303.8 in-# 6,224.4 1,039.9 in-# Maximum Allow Vertical Bar Spacing 12.000 in Parapet Bar Spacing Req`d : SEISMIC 12.000 in Maximum Allow Horizontal Bar Spacing 0.000 in Parapet Bar Spacing Req'd : WIND 12.000 in `'ui�•ri�wrJ i C3 irG %ES C7V- Wall Design OK 11.20ft clear height, 0.00ft parapet, 4.00in thick with #4 bars at 10.00in on center, d= 2.001n, fc = 5,000.Opsi, Using: ACI Eq. 9-7 for Leff & iterating Deflections Factored Load Bending : Seismic Load Governs Service Load Deflection : Seismic Load Governs Maximum iterated Moment: Mu 8,722.61 In-# Maximum iterated Deflection 0.046 In Moment Capacity 27,327.88 in-# Deflection Limit 1 344 in Mn ' Phi: Moment Capacity Applied: Mu Mid -Span Applied: Mu c@ Top of Wall Max Iterated Service Load Deflection Actual Deflection Ratio Actual Reinforcing Percentage UBC Allow. As % = 0.6' RhoBal Actual Axial Stress: (Pw + Po ) / Ag Allowable Axial Stress = 0.04 • fc Seismic Wind 27,327.88 in-# 26,980.A8 in-# 8,722.61 In-# 1,303.81 in-# 1.319.92 in-# 197.98 In-# 0.05 in 0.01 in 2.952 : 1 17,440 : 1 0.0100 0.0100 0.0180 0.0180 13.69 psi 13.69 psi 200.00 psi 200.00 osi s LSB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6.22.07 I 523 East Third Avenue Title: Santiago (S-036) By: T Fischer Spokane, WA 99202 CXT Precast Products Pape: /& of 4-¢ Title: Santiago (S-036) Job # 07064 Dsgnr: T FISCHER Date: 4:17PM, 19 JUN 07 Description: Scope Rev: 58M user: KW-MnOt, Ver5.a.o, f-Nor2006 Tilt-U Wall Panel Deli t7 Page 2 (c)1983.2006 ENERCALC EngineeAng Software P 07064_S-036.ECMCalculatlon. ~Description W4, W5, & W6 Analysis Data E 4,030,508.7 psi Sgross 32.000 in3 n = Es / Ec 7,20 Mcr = S ` Fr 11,313.7 in-# Fr Multiplier for sgrt(Pc) 5.000 Fr = 353.55 psi Ht / Thk Ratio 33.60 Rho: Bar Reinf Pct 0.0299 Values for Mn Calculation... Seismic Wind As:eff- [Pu:tot + AsFy]/Fy 0,254 in 0.251 in a: (AsFy + Puu(.85 Pc b) 0,324 in 0.319 in c = a / .85 0.381 in 0.376 in Igruss 64.000 in4 64.00 in4 Icracked 5.01 in4 4.97ln4 I-eff (ACI methods only) 64.00 in4 64.00 in4 Phi: Capacity Reduction 0.900 0.900 Mn = As:eff Fy (d - a/2) 30,364.31 in-# 29,978.32 in-# 1 Addis tionaf .Values Loads used for analysis Factored Loads Seismic Wind Wall Weight Wall Wt " Wail Seismic Factor 50.000 psf 32.500 psf Applied Axial Load 527.94 395.95 #/ft Wall Wt ` Parapet Seismic Factor 0.000 psi Lateral Wail Weight 392.00 294.00 #/ft Service Applied Axial Load 377.10 #/ft Total Lateral Loads 919.94 689.96 #/ft Service Wt @ Max Mom 280,00 #/ft Total Service Axial Loads 657.10 #/ft ACI Factors (per ACI 318-02, applied internally to entered loads) ACI C-1 & C-2 DL 1.400 ACI G-2 Group Factor 0,750 Add" I.1.4- Factor for Seismic 1.400 ACI C-1 & C-2 LL 1.700 ACI C-3 Dead Load Factor 0.900 Add"I "0.9" Factor for Seismic 0.900 ACI C-1 & C-2 ST 1.700 ACI C-3 Short Term Factor 1,300 ....seismic = ST ` : 1.100 j LSB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6.22.07 ! 523 East Third Avenue Title: Santiago (8-036) By: T Fischer -Lj� �-J- Spokane, WA 99202 CXT Precast Products Page: l 7 of¢¢ WALL PANEL: W7 panel thickness = 4. in Panel Height = 9:58 ft concrete weight = 150 pcf Wind Load: 120 mph, Exp D , I = 1.0 mean roof height = 10.00 ft Per ASCE-7-05, table 6-3 P =33.6 psf x 1.47 = 49.4 psf "Inteiror walls use 5 psf" Seismic Load Design Spectral Response Acceleration So$ = 2.28 SDI = 1.59 [IBC EQN 16-39&401 Importance Factor IE = 1.0 [ASCE TBL 11.5-11 Ww = 50 psf V = 0.4 • IE - S os . Ww = 45.5 psf _-j► 45.5 /1.4 = 32.5 psf [ASCE 12.11.11 Roof Load: DL = 365 pif / 1.4 = 260.6 plf, LL = 1772 pfl / 1.7 = 1042.3 pif Check 9ft strip of wall Effective panel width, fw = 1 ft strip + 1/2(opening width) 1 ft strip ) ft Poi = 260.6 plf x fw = 260.6 pif Pu = 1042.3 pif x fw = 1042.3 pif WMnd = 5.0 psf x fw = 6.0 psf - 12" 5TR1r I wselsmic = 32.5 psf x fw = 32.5 psf ENERCALC SEISMIC INPUT: f �" Wail Seismic Factor = 0.65 (ASCE (12.11.11 *0.7) ;a Lateral Seismic LoadiX ws�smlc - 0.65 Ww = 0.0 psf -distance to top = 9.6 ft ( ;% Panel Reinforcing: 4x4 W8xW8 WWF , As = 0.24 in Notes: 1. Critical strip (no opening width) =1 `-0" PANEL OK W/ SINGLE LAYER OF 4x4 W8xW8 W.W.F. SEE ATTACHED ENERCALC RESULTS LSB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6-22-07 523 East Third Avenue rife: Santiago (8-036) g IN J Spokane, WA 99202 a T Fischer p CXT Precast Products Page: /?, of LSB Consulting Engineers, PLLC Title : Santiago (S-036) Job # 07064 932 East Third Avenue Dsgnr. T FISCHER Date: 10:10AM, 21 JUN 07 Spokane, WA 99202 Description Scope: Uer 58oaoo Tilt -Up Wall Panel Design T� user: xw.oeoz9ot v« s.s.o. t-Nov-loos �f n Page 1 i..g9 2008 ENEl�CAI.0 Ineerin Soflwm P a 07064 S-038.ECW:GtcxdaUona Description W7 General Information Code Ref: ACI 318-02, 1997 UBC, 2003 IBC, 2003 NFPA 6000 ■ Clear Height 9.583 ft fc 5,000.0 psi Seismic Zone 4 Parapet Height 0.000 ft Fy 65,000.0 psi Min Vert Steel % 0.0020 Thickness 4.000 In phi 0.900 Min Horiz Steel % 0.0000 Bar Size 4 Width 12.000 In Base Fixity 0 % Bar Spacing 10.000 In Wall Seismic Factor 0.6500 Bar Depth 2.000 in Parapet Seismic Factor 0.0000 Min Deft. Ratio 100.0 LL & ST Not Combined Concrete Weight 150.00 pcf Using: ACI Eq. 9-7 for leff & Iterating Deflections Parapet Weight Counteracts Middle Lateral Loads Vertical Loads Wind Load 5.000 psi Uniform DL 260.60 #/ft Point Load lbs Uniform LL 1,042.30 Nit ft ...eccentricity 0.500 in ...height load type Seismic ConcentricLL Ills Lateral Load #fft ...distance to top ft ...distance to bot ft Seismic "I' Maggnifter 1.000 ...load type Seismic Wind TMagnifier 1.000 Note: Load factoring supports 2003 IBC and 2003 NFPA 5000 by virtue of their references to ACI 318-02 for concrete design. Factoring of entered loads to ultimate loads within this program Is according to ACI 318-02 C.2 Wall Analysis -„� ' For Factored Load Seismic Stresses For Service Load Deflections !rY) XI Selsmlc YLiiIS! -- Basic Defl w/o P-Delta 0,034 0.005 in 0.024 0.004 in Basic M w/o P-Delta 6,358.9 947.9 in-# 4,542.1 755.4 in-# Moment Excess of Mcr 0.0 0.0 In-# 0.0 0.0 In-# Max P-Delta Deflection 0.034 0.005 In 0.024 0.004 in Max P-Delta Moment 6,370.8 949.2 in.# 4,548.1 756.4 in-# Maximum Allow Vertical Bar Spacing 12.000 in Parapet Bar Spacing Req'd : SEISMIC 12.000 In Maximum Allow Horizontal Bar Spacing 0.000 In Parapet Bar Spacing Req'd : WIND 12.000 In Summary 460t my As wwr- Wall Design OK n- 9.58ft clear height, 0.00ft parapet, 4.00in thick with #4 bars at 10.00in on center, d= 2.001n, fc = 5,000.Opsi, F Using: ACI Eq. 9-7 for Jeff & iterating Deflections Factored Load Bending : Seismic Load Governs Service Load Deflection : Seismic Load Governs Maximum Iterated Moment: Mu 6,370.82 in-# Maximum Iterated Deflection 0.024 in Moment Capacity 26,996.05 in-# Deflection Limit 1.150 in Mn' Phi : Moment Capacity Applied: Mu@ Mid -Span Applied: Mu @ Top of Wall Max Iterated Service Load Deflection Actual Deflection Ratio Actual Reinforcing Percentage UBC Allow. As % = 0.6 " Rh6Bal Actual Axial Stress: (Pw + Po ) / Ag Allowable Axial Stress = 0.04 ' fc Seismic Wind 26,996.05 In-# 26,731.02 in-# 6,370.82 in-# 949.20 in-# 912.03 in-# 136.81 In-# 0.02 in 0.00 in 4,722 : 1 28,041 : 1 0.0100 0.0100 0.0180 0.0180 10.42 psi 10.42 psi 200.00 psi 200.00 psi �SB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6-22.07 51-01 523 East Third Avenue Title: Santiago (S•036) By: T Fischer Spokane, WA 99202 CXT Precast Products Page: /17 of 4-¢ ------------- LSO Consulting Engineers, PLLC Title: Santiago (S-036) Job # 07064 632 East Third Avenue Dsgnr: T FISCHER Date: 10:10AM, 21 JUN 07 Spokane, WA 99202 Description : [ Scope; User: KW-0602901, Ver6.8.0. f-Nov-2M Tilt -Up Wall Panel Design Page 2 Ic �g83.2006 ENERCALC Engineering Software - 07064_5-036.EC W:Catcu; afi on: Description W7 Analysis Datat-- E 4,030,508.7 psi Sgross 32.000 in3 _ n = Es / Ec 7.20 Mcr = S' Fr 11,313.7 in-# Fr Multiplier for sgrt(fc) 5.000 Fr = 353.55 psi %- Ht / Thk Ratio 28.75 Rho: Bar Reinf Pct 0.0299 Values for Mn Calculation... Seismic Wind As:eff= [Pu:tot + AsFyj/Fy 0.261 in 0248 in a: (ASFy + Pu)t(.85 f c b) 0.320 in 0.316 In c = a / .85 0.376 in 0.372 in [gross 64.000 1n4 64.00 in4 (cracked 4.97 in4 4.94 in4 I-eff (ACI methods only) 64.00 in4 64.00 in4 Phi: Capacity Reduction 0.900 0.900 Mn = As:eff Fy (d - a/2) 29,995.61 in-# 29,701.14 In-# Additional Values Loads used for analysis Wall Weight psf Factored Loads Seismic Wind Wall Wt ` Seismic Factor 3.00 2 .500 psf 30 Applied Axial Load 364.84 273.63 #/it Wall Wt Wt' Parapet Seismic Factor 0.000 psf all W Lateral Wei Weight 335.40 g 251.55 #!ft Service Applied Axial Load Y80.60 Wit Total Lateral Loads 700.24 525.18 Wit Service Wt @ Max Mom 239.57 #/ft Total Service Axial Loads 500.17 #/ft ACI Factors (per ACI 318-02, applied internally to entered loads) ACI C-1 & C-2 DL 1.400 ACI C-2 Group Factor 0.750 Add'9 '1.4" Factor for Seismic 1.400 ACI C-1 & C-2 LL 1.700 ACI C-3 Dead Load Factor 0,900 Add'1 "0.9" Factor for Seismic 0.900 ACI C-1 & C-2 ST 1.700 ACI C-3 Short Term Factor 1.300 ....seismic = ST' : 1.100 !SB LS8 Consulting Engineers, PLLC Job Na 07064 Elate S 22-Q7 _ I 523 East Third Avenue Title: Santiago S 03S 8 T Fischer w Spokane, WA 99202 CXT Precast Products Page:Ov of 44 WALL PANEL: W8 panel thickness = 4: in Panel Height = 9.58 ft concrete weight = 150 pcf Wind Load: 120 mph, Exp D , I = 1.0 mean roof height = 10.00 ft Per ASCE-7-05, table 6-3 P =33.6 psf x 1.47 = 49.4 psf "Inteiror walls use 5 psf' Seismic Load: Design Spectral Response Acceleration SDs = 2.28 Sol = 1.59 [IBC EQN 16-39&40] Importance Factor Ie = 1.0 [ASCE TBL 11.5-1J Ww = 50 psf V = 0.4 • IE • SDs • Ww = 45.5 psf 45.5 /1.4 = 32.5 psf [ASCE 12.11.1J Roof Load: DL = 261 plf / 1.4 = 186.7 pif LL = 1269 pfl 11.7 = 746.7 pif Check 1ft strip of wall 1 ft strip + 1/2(opening width) _ Effective panel width, fw = 3QQ : ft 1 ft strip PDL = 186.7 pif x fw = 560.0 pif PLL = 746.7 pif x fw = 2240.1 pif or 12" STRIP Flm- _. wvn„d = 5.0 psf x fw = 15.0 psf N1Dr" Wsdsmic = 32.5 psf x fw = 97.5 psf # ENERCALC SEISMIC INPUT: �` Wall Seismic Factor = 0.65 l !; (ASCE [12.11.1] *0.7) Lateral Seismic Load wsasmic - 0.65 Ww = 65.0 psf € �: ... distance to top = 9.6 ft jam; K Panel Reinforcing: 4x4 W8xW8 WWF /I LL As = 0.24 in Notes: 1. Critical at strip along doorjamb, opening width = 4'-0" = 4.00 ft PANEL OK W/ SINGLE LAYER OF 4x4 W8xW8 W.W.F. SEE ATTACHED ENERCALC RESULTS LSB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6.22-07 I _ 523 East Third Avenue Title: Santiago (S-036) By: T Fischer J A Spokane, WA 99202 CXT Precast Products Paoe:7 i of 44 Description W8 General information . Title: Santiago (S-036) Dsgnr. T FISCHER Description : Scope : Tilt -Up Wall Panel Design Job # 07064 Date: 4:17PM, 19 JUN 07 Page 1 Code Ref: ACI 318-02, 1997 UBC, 2003 iBC, 2003 NFPA 5000 Clear Height 9,583 it fc 5,000.0 psi Seismic Zone 4 Parapet Height 0.000 It Fy 65,000.0 psi Min Vert Steel % 0.0020 Thickness 4.000 in Phi 0.900 Min Horiz Steel % 0.0000 Bar Size 4 Width 12.000 in Base Fixity 0 % Bar Spacing 10.000 in Wall Seismic Factor 0.6500 Bar Depth 2.000 in Parapet Seismic Factor 0.0000 Min Dell. Ratio 100.0 LL & ST Not Combined Concrete Weight 150.00 pcf Using: ACI Eq. 9-7 for left & Iterating Deflections Parapet Weight Counteracts Middle Lateral Loads Vertical Loads Wind Load 15.000 psf Uniform OL 560.00 Wit Point Load lbs Uniform LL ...eccentricity 2,240.10 i#ft 0.500 in .. height type it Seismic lbs ...load Lateral Load 65,00 #/it Concentric LL ...distance to top 9.583 it ...distance to bot it Seismic "i" Magnifier 1.000 ...load type Seismic Wind "I" Magnifier 1.000 Note: Load factoring supports 2003 IBC and 2003 NFPA 5000 by virtue of their references to ACI 318.02 for concrete design. Factoring of entered loads to ultimate loads within this program is according to ACI 318-02 C.2 Basic Dell w/o P-Delta Basic M w/o P-Delta Moment Excess of Mcr Max. P-Delta Deflection Max P-Delta Moment Maximum Allow Vertical Bar Spacing Maximum Allow Horizontal Bar Spacing For Factored Load Stresses For Service Loa is i Wind eismic 0.372 0.015 in 0.118 18.999.0 2,783.1 in-# 13,570.7 7,895.6 0.0In-# 2.304.5 0.376 0.015 in 0.119 19,209.3 2,789.7 in-# 13,618.2 12.000 in Parapet Bar Spacing Req'd : SEISMIC 0.000 In Parapet Bar Spacing Req'd : WIND Wind 0.012 in 2,208.6 in-# 0.0 in-# 0.012 in 2,213.1 in-# 12.000 in 12.000 in summary 11 Eby -ro A5 o& LOVXF Wall Design OK 9.58ft clear height, O.00ft parapet, 4.00in thick with #4 bars at 10.00in on center, d= 2.00in, fc = 5,000.Opsi, f Using: ACI Eq. 9-7 for Jeff & Iterating Deflections Factored Load Bending : Seismic Load Governs Service Load Deflection : Seismic Load Governs Maximum Iterated Moment: Mu 19,209.35 in-# Maximum Iterated Deflection 0.119 in Moment Capacity 27,628.41 in-# Deflection Limit 1.150 in Mn' Phi: Moment Capacity Applied: Mu Mid -Span Applied: Mua Top of Wall Max Iterated Service Load Deflection Actual Deflection Ratio Actual Reinforcing Percentage UBC Allow. As % = 0.6 - RhoBal Actual Axial Stress : (Pw+ Po ) / Ag Allowable Axial Stress = 0.04 ' fc Seismic Wind 27,628.41 in-# 27,206.56 in-# 19,209.35 in-# 2,789.71 in-# 1,960.07 in-# 294.00 in-# 0.12 in 0,01 in 967 : 1 9,619 :1 0.0100 0.0100 0.0180 0.0180 16.66 psi 16.66 psi 200.00 psi 200.00 psi LSB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6.22-07 f 523 East Third Avenue Title: Santiago (S-036) By: T Fischer Spokane, WA 99202 CXT Precast Products Page: ZZof 14 f- Title : Santiago (S-036) Job # 07064 Dsgnr: T FISCHER Date: 4:17PM, 19 JUN 07 Description : Scope : Tilt -Up Wall Panel Design Description W8 r� Analysis Data E 4,030,508.7 psi Sgross 32.000 tn3 n = Es / Ec 7.20 Mc r = S * Fr 11,313.7 In-# Fr Multiplier for sgrt(fc) 5.000 Fr = 353.55 psi Ht / Thk Ratio 28.75 Rho: Bar Reinf Pct 0.0299 Values for Mn Calculation... Seismic Wind As:eff= [Pu:tot + AsFy)/Fy 0.257 In 0.253 in a: (AsFy + Puu(.85 rc b) 0.328 in 0.322 in G = a / .85 0,386 in 0,379 in [gross 64.000 in4 64.00 In4 icracked 5.05 In4 5.00 In4 I-eff (ACI methods only) 39.21 In4 64.00 In4 Phl: Capacity Reduction 0.900 0.900 Mn = As:eff Fy (d - a/2) 30,698.24 in-# 30,229.51 in-# Additional Values Loads used for analysis Factored Loads Seismic Wind Wail Weight Wail Wt * Wall Seismic Factor 50.000 psi 32.500 psi Applied Axial Load 784.00 588.00 #/it Wail Wt * Parapet Seismic Factor 0.000 psf Lateral Wall Weight 335.40 251.55 Wft Service Applied Axial Load 560.00 #/it Total Lateral Loads 1,119.40 839.55 #Ift Service Wt @ Max Mom 239.57 #/ft Total Service Axial Loads 799.57 #/ft ACI Factors (per ACI 318-02, applied Internally to entered loads) J ACI C-1 & C-2 OL 1.400 ACI C-2 Group Factor 0.750 Add"t "1.4" Factor for Seismic 1.400 ACI C-1 & C-2 LL 1.700 ACI C-3 Dead Load Factor 0.900 Adfl "0.9" Factor for Seismic 0.900 ACI C-1 & C-2 ST 1.700 ACI C-3 Short Term Factor 1.300 ....seismic = ST' : 1.100 L5B LSB Consulting Engineers, PLLC 523 East Third Avenue �LJ Spokane, WA 99202 Job No: 07064 Date: 6.22.07 Title: Santiago (S•036) By: T Fischer CXT Precast Products Paae: 7 *4 of 44- WALL PANEL: W11.W12.W17.W18.W23.W24,W29 & W30 panel thickness = 4 in Panel Height = -107 ft concrete weight = =:15t) pcf Wind Load: 120 mph, Exp D , I = 1.0 mean roof height = 10.00 ft Per ASCE-7-05, table 6-3 P =33.6 psf x 1.47 = 49.4 psf "Inteiror walls use 5 psf" Seismic Load: Design Spectral Response Acceleration SoS = 2.28 S01 = 1.69 [IBC EQN 16-39&40] Importance Factor IE = 1.0 [ASCE TBL 11.5-11 Ww = 50 psf V = 0.4 • IE • S DS ' W w = 45.5 psf 45.5 /1.4 = 32.5 psf [ASCE 12.11.1 ] Roof Load: DL = 268 pif / 1 A = 191.1 plf LL = 1300 pfl / 1.7 = 764.5 pif Check 1 ft strip of wall 1 ft strip + 1/2(opening width) Effective panel width, fw = 13t?-it 1 ft strip POL= 191 plf x fw = 191.1 plf i-'-17 ST*IP Pu. = 765 plf x fw = 764.5 plf Wvina = 5.0 psf x fw = 6.0 psf weelsNo = 32.5 psf x fw = 32.5 psf ENERCALC SEISMIC INPUT: Wall Seismic Factor = 0.65 a (ASCE [12.11.11 `0.7) Lateral Seismic Load = ✓ t wseismic - 0.65 Ww = 0.0 psf i- f ...distance to top = 10.7 ft Y _ Panel Reinforcing: 44 W8xW8 WWF As = 0.24 in Notes: 1. Critical at strip =1'-0" PANEL OK W/ SINGLE LAYER OF 4x4 W8xW8 W.W.F. SEE ATTACHED ENERCALC RESULTS LSB LSB Consulting Engineers, PLLC I 523 East Third Avenue J Spokane, WA 99202 Job No: 07064 Title: Santiago (S-036) CXT Precast Products Date: 6.22-07 By: T Fischer Page: 24 of f f LSB Consulting Engineers, PLLC Title: Santiago (S-036) Job # 07064 532 East Third Avenue Dsgnr: T FISCHER Date: 10:15AM, 21 JUN 07 Spokane, WA 99202 Description Scope: y; 580000 ._ Pe a 1- LUse: KW-0602901, Ver5.8.0.1-Nov-2006 Tilt -Up Wail Panel Design tc 1983-20N ENERCALC En ineedng Software 07064__5-038.ECYY:Calgcvlations Description W11,W12,W17,W18,W23,W24,W29 & W30 i G� eneral nfotmation Code Ref: ACI 318-02, 1997 UBC, 2003 IBC, 2003 NFPA 5000 Clear Height 10.700 ft fc 5,000.0 psi Seismic Zone 4 Parapet Height 0.000 ft Fy 65,000.0 psi Min Vert Steel % 0.0020 Thickness 4,000 in Phi 0.900 Min Hodz Steel % 0.0000 Bar Size 4 Width 12.000 in Base Fixity 0 % Bar Spacing 10.000 in Wall Seismic Factor 0,6500 Bar Depth 2.000 in Parapet Seismic Factor 0.0000 Min Defl. Ratio 100.0 LL & ST Not Combined Concrete Weight 150.00 pcf Using: ACI Eq. 9-7 for leff & Iterating Deflections Parapet Weight Counteracts Middle ads �- Lateral Lateral Loads Vertical Loads Wind Load 6.000 psf Uniform DL 326.80 #/it Point Load lbs Uniform LL 1,307.40 #/it ...eccentricity 0.500 in height ft load type Seismic Concentric DL ibs Lateral Load 23.10 #/ft Concentric LL Ibs ...distance to top 10.700 it ...distance to bot it Seismic "1" Magnifier 1.000 ...load type Seismic Wind "i" Magnifier 1.000 Note: Load factoring supports 2003 IBC and 2003 NFPA 5000 by virtue of their references to ACI 318-02 for concrete design. Factoring of entered loads to ultimate loads within this program is according to ACI 318-02 C.2 wall Analysis For Factored Load Stresses For Service Load Deflections Seismic Wind Seismic Wig Basic Deft w/o P-Delta 0.144 0.008 in 0.064 0.006 in Basic M w/o P-Delta 13,482.2 1.182.3 in-# 9,630.2 942.3 in-# Moment Excess of Mcr 2,228.8 0.0 in-# 0.0 0.0 in-# Max P-Delta Deflection 0.146 0.008 in 0.064 0.006 in Max P-Delta Moment 13,542.5 1,184.7 in-# 9,649.3 944.2 in-# Maximum Allow Vertical Bar Spacing 12.000 in Parapet Bar Spacing Req'd : SEISMIC 12.000 in Maximum Allow Horizontal Bar Spacing 0.000 in Parapet Bar Spacing Req'd : WIND 12.000 in Summary 66 zb As 4 cuc,>F Wall Design OK 10.70ft clear height, O.00ft parapet, 4.00in thick with #4 bars at 10.00in on center, d= 2.00in, fc = 5,000.Opsi, Using: ACI Eq. 9-7 for leff & Iterating Deflections Factored Load Bending : Seismic Load Governs Service Load Deflection : Seismic Load Governs Maximum Iterated Moment: Mu 13,542.54 in-# Maximum Iterated Deflection 0.064 in Moment Capacity 27,195.18 in-# Deflection Limit 1.284 in Seismic Wind Mn' Phi: Moment Capacity 27,195.18 In-# 26,880.71 in-# Applied: Mu Mid -Span 13,542.54 in-# 1,184.70 in-# Applied: Mu as Top of Wail 1,143.94 In-# 171.57 in-# Max Iterated Service Load Deflection 0.06 in 0.01 in Actual Deflection Ratio 1,996 : 1 20,119 : 1 Actual Reinforcing Percentage 0.0100 0,0100 UBC Allow. As % = 0.6 " Rho6al 0.0180 0.0180 Actual Axial Stress: (Pw + Po ) / Ag 12.38 psi 12.38 psi Allowable Axial Stress = 0.04 ' fc 200.00 psi 200.00 psi SB LSB Consulting Engineers, PLLC Job No: 07064 Elate: 6.22-07 ;) 523 East Third Avenue Title: Santiago (5.036) By: T Fischer A m. .� A Spokane, WA 99202 CXT Precast Products Page: l5 of q-4- LSB Consulting Engineers, PLLC 5�32 East Third Avenue Spokane, WA 99202 Title : Santiago (S-036) Dsgnr: T FISCHER Description : Scope: Tilt -Up Wall Panel Design Description W11,W12,W17,W18,W23,W24,W29 & W30 Job # 07064 Date: 10:15AM, 21 JUN 07 Page 2 Analysis Data E 4.030.508.7 psi Sgross 32.000 in3 n = Es / Ec 7.20 Mcr = S ' Fr 11,313.7 in-# Fr Muidpfier for sgrt(Pc) 5.000 Fr = 353.55 psi Ht / Thk Ratio 32.10 Rho: Bar Reinf Pct 0.0299 Values for Mn Calculation... Seismic _ Wind As:eff= (Pu:tot + AsFy)/Fy 0.253 in 0.250 in a: (AsFy + Pu)/(.85 rc b) 0.322 In 0.318 in c = a / .85 0.379 in 0.374 In Igross 64.000 in4 64.00 in4 Icracked 5.00 in4 4.96 in4 I-eff (ACI methods only) 64.00 in4 64.00 In4 Phi: Capacity Reduction 0.900 0.900 Mn = As:eff Fy (d - a/2) 30,216.87 in-# 29,867.45 in-# Additional Values Loads used for analysis Factored Loads Seismic WiOS)_ Wall Weight 50.000 psf Wail Wt' Wad Seismic Factor 32.500 psf Applied Axial Load 467.52 343.14 #/It Wad `Parapet Seismic Factor 0 psf Lateral Wall Weight 374.50 280.87 Wit Service Applied Axial Load 326.86.80 #/ft Total Lateral Loads 832.02 624.01 #/ft Service Wt @ Max Mom 267.50 Will Total Service Axial Loads 694.30 #/ft ACI Factors (per ACI 318-02, applied internally to entered loads) ACI C-1 & C-2 DL 1.400 ACI C•2 Croup Factor 0.750 Add"1 "1.4" Factor for Seismic 1.400 ACI C-1 & C-2 LL 1.700 ACI C-3 Dead Load Factor 0.900 Add"I '0.9" Factor for Seismic 0.900 ACI C-1 & C-2 ST 1.700 ACI C-3 Short Term Factor 1.300 ....seismic = ST' ; 1.100 LSB Consulting Engineers, PLLC ,1. 523 East Third Avenue Spokane, WA 99202 Job No: 07064 Title: Santiago (S-036) CXT Precast Products Date: 6.22-07 By: T Fischer Page: Z(, of¢¢ WALL PANEL: W13 W14 W19 W20, W25 & W28 panel thickness = 4; in Panel Height = 9.58 ft concrete weight = 150 pcf Wind Load: 120 mph, Exp D , I = 1.0 mean roof height = 10.00 ft Per ASCE-7-05, table 6-3 P =33.6 psf x 1.47 = 49.4 psf "Inteiror walls use 5 psf" Seismic Load: Design Spectral Response Acceleration So$ = 2.28 SDI = 1.59 [IBC EQN 16-39&401 Importance Factor IE = 1.0 [ASCE TBL 11.5-11 Ww = 50 psf V = 0.4 • iE • S IS - Ww = 45.5 psf 45.5 /1 A = 32.5 psf [ASCE 12.11.11 Roof Load: DL = 262 Of / 1.4 = 186.8 pif LL = 1270 pfl / 1.7 = 747.2 PIf Check tft strip of wall 1 ft strip + 1/2(opening width) = 313 _ ft Effective panel width, ftl ` 1 ft strip Poi = 186.8 pif x fw = 583.8 pif PLL= 747.2 pif x fw = 2335.0 plf OpENINb vvwina = 5.0 psf x fW = 15.6 psf Wseism101.6 psf = 32.5 psf X fw = j/ Cis' i ENERCALC SEISMIC INPUT: Wail Seismic Factor = 0.65 A (ASCE [12.11.11 *0.7) �" Lateral Seismic Load = wseiswc - 0.65 Ww = 69.1 psf ...distance to top = 9.6 ft Panel Reinforcing: 4x4 W8xW8 WWF As = 0.24 in Notes: 1. Critical at strip along door Jamb, opening width = 4'-3" = 4.25 ft PANEL OK W/ SINGLE LAYER OF 4x4 W8xW8 W.W.F. SEE ATTACHED ENERCALC RESULTS L5B LS8 Consulting Engineers, PLLC Job No: 07064 Date: 6-22.07 Title: Santiago S 036 By; T Fischer I 523 East Third Avenue 9 (- ) Spokane, WA 99202 CXT Precast Products Page:? of 44 Title: Santiago (S-036) Job # 07064 Dsgnr: T FISCHER Date: 4:17PM, 19 JUN 07 Description : Scope: Rev: 580000 User: Kw-=2901, Ver5.8.0,1-No„-2c0s Page 1 ( ell 983-200BENERCAi.CEngineeringSoftware Tilt -Up Wall Panel Design w 07064_5-038.ECw:Cala,iations Description W13, W14, W19, W20, W25 & W26 General Information Code Ref. ACI 318-02, 1997 UBC, 2003 IBC, 2003 NFPA 5000 Clear Height 9.583 ft fc 5,000.0 psi Seismic Zone 4 Parapet Height 0.000 it Fy 65,000.0 psi Min Vert Steel % 0.0020 Thickness 4.000 in Phi 0.900 Min Horiz Steel % 0,0000 Bar Size 4 Width 12.000 in Base Fixity 0 % Bar Spacing 10.000 in Wall Seismic Factor 0.6500 Bar Depth 2.000 in Parapet Seismic Factor 0.0000 Min Deft. Ratio 100.0 LL & ST Not Combined Concrete Weight 150.00 pcf Using: ACI Eq. 9-7 for leff & Iterating Deflections Parapet Weight Counteracts Middle Lateral Loads Vertical Loads Wind Load 15.600 psf Uniform DL 583.80 #11 t Point toad ibs Uniform LL 2,335.50 #/it height it ...eccentricity 0.500 in ...load type Seismic Concentric DL Ibs Lateral Load 69.10 #/it Concentric LL Ibs ...distance to top 9.580 it ...distance to bot it Seismic "1" Magnifier 1.000 ...toad type Seismic Wind "I" Magnifier 1.000 Note: Load factoring supports 2003 IBC and 2003 NFPA 5000 by virtue of their references to ACI 318-02 for concrete design. Factoring of entered loads to ultimate loads within this program is according to ACI 318-02 C.2 Seismig Wind Seismic Wind Basic Deft w/o P-Delta 0.422 0.016 in 0,137 0.012 in Basic M w/o P-Delta 19,798.0 2,894.9 in-# 14,141.4 2,297.3 in-# Moment Excess of Mcr 8,730.6 0.0 in-# 2,884.5 0.0 In-# Max. P-Delta Deflection 0.427 0.016 in 0.138 0.012 in Max P-Delta Moment 20,044.3 2,901.9 in-# 14,198.2 2,302.1 in-# Maximum Allow Vertical Bar Spacing 12.000 in Parapet Bar Spacing Req'd : SEISMIC 12.000 in Maximum Allow Horizontal Bar Spacing 0.000 in Parapet Bar Spacing Rsq`d : WIND 12.000 in summary ■ C- G. 'tom N's CA- wi.c-F Wall Design OK 9.58ft clear height, 0.00ft parapet, 4.001n thick with #4 bars at 10.0Oin on center, d= 2.00in, fc = 5,000.Opsi, F Using: ACI Eq. 9-7 for Jeff & iterating Deflections Factored Load Bending : Seismic Load Governs Service Load Deflection : Seismic Load Governs Maximum iterated Moment: Mu 20,044.34 in-# Maximum Iterated Deflection 0.138 in Moment Capacity 27,678.55 in-# Deflection Limit 1.150 in Mn ` Phi: Moment Capacity Applied: Mu @ Mid -Span Applied: Mu @ Top of Walt Max Iterated Service Load Deflection Actual Deflection Ratio Actual Reinforcing Percentage UBC Allow. As % = 0.6' RhoBal Actual Axial Stress : (Pw + Po ) / Ag Allowable Axial Stress = 0.04 " fc Seismic Wind 27,678.56 in-# 27,244.29 in-# 20,044.34 in-# 2.901.87 in-# 2,043.51 in-# 306.49 in-# 0.14 in 0.01 in 834 : 1 9,247 : 1 0.0100 0.0100 0.0180 0.0180 17.15 psi 17.15 psi 200.00 psi 200.00 psi LSB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6.22.07 _) 523 East Third Avenue Title: Santlago (S•036) By: T Fischer _j Spokane, WA 99202 CXT Precast Products Page: t,8 of +4 Title : Santiago (S-036) Dsgnr: T FISCHER Description Scope: w. , �e,�a.a.1-Mo -M Tilt -UP Wall Panel Design (c)1983 2oa8 ENERCALC En ineerf Software Description W13, W14, W19, W20, W25 & W26 +- E 4,030,508.7 psi _ Sgross Mor = S ' Fr n=Es/Ec Fr Muitipiier for sgrt(tb) 7.20 7 2 50 Fr= Rho: Bar Reinf Pct Ht/Thk Ratio 28 75 Seismic Values for Mn Calculation... 0.268 in As:eff= (Pu:tot + AsFy)/Fy 0.328 in a: (AsFy + Pu)/(.85 Pc b) 0.386 in c = a 1.85 64.000 in4 igross 5.06 in4 icxacked 35.24 in4 I -elf (ACI methods only) 0200 Phi: Capacity Reduction 30,753.94 in-# Mn = As:eff Fy (d - a/2) Additional Values Job # 07064 Date: 4:17PM, 19 JUN 07 32.000 in3 11,313.7 in-# 353.55 psi 0.0299 Wi 0.253 in 0.323 in 0.380 in 64.00 in4 5.00 In4 64.00 in4 0.900 30,271.43 In-# Loads used for analysis Factored toads Seismic __ Wind Wall Weight 50.000 psi Applied Axial Load 817.32 612.99 #/ft Wall Wt' Wall Seismic Factor 32.500 psi Lateral Wall Weight 335.40 251.55 Nit Wail Wt' Parapet Seismic Factor 0.000 psf Total Lateral Loads 1,152.72 864.54 #/it Service Applied Axial Load 583.80 #lit Service Wt @ Max Mom 239.57 #lit 823.37 #Ift Total Service Axial Loads ACI Factors (per ACI 318-02, applied internally to entered loads) memo ACI C-1 & C-2 DL 1.400 1.700 ACI C-2 Group Factor ACI C-3 Dead Load Factor ACf C-1 & C-2 LL ACI C-1 & C-2 ST 1.700 ACI C-3 Short Term Factor ....seismic = ST' : 1.100 0.750 AW I ,., , s.,.....,,. 0,g00 Add"I "0.9" Factor for Seismic 1,300 2 1.400 0.900 Date: 6-22.01 LSB LSB Consulting Engineers, PLLC Job No: O7os4 g T Fischer 1 523 East Third Avenue Title: Santiago (S-036) Y Spokane, WA 99202 CXT Precast Products Page:2`� of 4 WALL PANEL: W31 panel thickness = 4 38; in Panel Height = 9:58, ft concrete weight = i 5t3 pcf Wind Load: 120 mph, Exp D , I = 1.0 mean roof height = 10.00 ft Per ASCE-7-05, table 6-3 P =33.6 psf x 1.47 = 49� 4 psf Seismic Load. Design Spectral Response Acceleration SDs = 2.28 SDI = 1.59 [IBC EQN 16-39&401 Importance Factor IE = 1.0 [ASCE TBL 11.5-1] Ww = 55 psf V = 0.4 • IE - S os • W w = 49.8 psf 49.8 /1 A = 35.6 psf [ASCE 12.11.1 j Roof Load: DL = 352 plf / 1.4 = 251.2 plf LL = 1708 pfl / 1.7 = 1004.8 plf Check 1 ff s rip of wall ft strip + 1/2(opening width} _ ft Effective panel width, fw =1 1 ft strip PDT. = 251.2 plf x fw = 628.0 plf Pu= 1004.8 plf x fw = 2511.9 pif OPENING �,-z{a° STRI o�v�^ WiTH wmnd = 49.4 psf x fw = 123.5 psf wsetsmic = 35.6 psf x fw = 89.0 psf ENERCALC SEISMIC INPUT: !/ Wall Seismic Factor = 0.65 �! w (ASCE [12.11.11 *0.7) Lateral Seismic Load wsetsmic - 0.65 Ww = 53.4 psf ... distance to top = 9.6 ft %A+ /A ��- Panel Reinforcing: 4x4 W8xW8 WWF As = 0.24 in' Notes: 1. Critical at strip along door jamb, opening width = 3'-0" = 3.00 ft PANEL OK W/ SINGLE LAYER OF 4x4 W8xW8 W.W.F. SEE ATTACHED ENERCALC RESULTS LSB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6.22.07 _ _ 523 East Third Avenue Title: Santiago (S-036) Pa T Fischer =? �Spokane, WA 99202 CXT Precast Products Page: 3vaf 4¢ LSs Consulting Engineers, PLLC $32 East Third Avenue Spokane, WA 99202 Description W31 Title : Santiago (S-036) Dsgnr. T FISCHER Description : scope : Tilt -Up Wall Panel Design Job # 07064 Date: 10:16AM. 21 JUN 07 Page i Code Ref: AG 31I 8 0 ,2 1997 ­UBC, 2003 IBC, 2003 NFPA 5000 General information 4 pear Height 9.583 it ft fe 5,000.0 psi00.0 Seismic Zone Fy 65,0psi Min Vert Steel 0.0020 0.0000 Parapet Height 0.000 4.380 in 00.0 Min Horiz Steel % PM 0 % Thickness Bar Size 4 12.000 in Base Fixity Width Wail Seismic Factor 0.6500 Bar Spacing 10,000 in Parapet Seismic Factor 0.0000 Bar Depth 2.000 In LL & ST Not Combined Min Defl. Ratio 100.0 150.00 pcf Using: ACI Eq. 9-7 for leff & Iterating Deflections Concrete Weight Parapet Weight Counteracts Middle __. Lateral loads 123.500 psf Vertical Loads 628.00 #/it Uniform DL 2,511.90 #/it Wind Load Uniform !! 0.500 in Point Load Ibs it eccentricity lbs ...height ...load type Seismic DL Ibs Concentric LL Lateral Load 53.40 #/ft ...distance to top to bot 9.580 it it Seismic "I" Magnifier 1.000 Seismic "I" Magnifier 1.000 ...distance load type Seismic 2003 NFPA 5000 byof their nces to ACI 02 for concrete design. Note: Load factoring supports 2003 IBC and to loads within this program is according to ACI 318-02 C.2 Factoring of entered loads ultimate m FOr FaGtOrRS IZ�� _-- WI W nd Set -19 0 Basic Deg w/a P-Delta 0.140 17,381.10. 0 313 in 0.051 34 in 21,0.313 in # 12,415.1 17,169.2 in-# 3,664.0 in-# Basic M w/o P-Delta0.0 Moment Excess of Mc r 3.0.140 8,0.315 in # 0.051 0.135 in 0.315 in Max. P-Delta Deflection 0.140 17,468.7 22,002.6 in-# 12,437.7 17,229.5 in-# Max P-Delta Moment Parapet Bar Spacing Req'd : 13.140 in Maximum Allow Vertical Bar Spacing 13.140 In 0.000 in WINDSEISMIC Parapet Bar Spacing Req'd :WIND 13.140 in Maximum Allow Horizontal Bar Spacing 6& T A s c' Wail Design OK Summary 10.00in on center, d= 2.00in, fe = 5,000.Opsi, F 9.58ft clear height, O.00ft parapet, 4.38in thick with #4 bars at Using: ACI Eq. 9-7 for Jeff & iterating Deflections Service Load Deflection : Wind Load Governs Factored Load Bending : Wind Load Governs 27,190.51 In # Maximum Iterated Deflection 0.135 in Maximum Iterated Moment: Mu 27,190.51 in if Deflection Limit 1.150 in Moment Capacity s t Ic Wind Mn - Phi : Moment Capacity Applied: Mu @ Mid -Span - Applied: Mu a@ Top Of Wail Max iterated Service Load Deflection Actual Deflection Ratio Actual Reinforcing Percentage UBC Allow. As % = 0.6 " RhoBal Actual Axial Stress : (Pw + Po } / Ag Allowable Axial Stress = 0.04 ` Pc es 27,819.49 in-# 27,190.51 In-# 17468.66 in-# 22 00263 in-# 2:197.93 in-# . 0.05 in 0.14 in 2,268 : 1 850 : 1 0.01100 0.0100 0.0180 0.0180 16.94 psi 200.00 psi 16.94 psi J 200.00 psi _ ` � L$g Date, 6-22.07 LSB Consulting Engineers, PLLC Job No: 07064 By: T Fischer ` -I 523 East Third Avenue Title: Santiago (S-036) Spokane, WA 99202 CXT Precast Products Page: 3 I of 4 �$ LSB Consulting Engineers, PLLC eJ2 East Third Avenue Spokane, WA 99202 Description W31 ............. _._.... - Title : Santiago (S-036) Job # 07064 Dsgnr. T FISCHER Date: 10:16AM. 21 JUN 07 Description: Scope: Tilt -Up Wall Panel Design Page 2 E n = Es / Ec 4,030,508.7 psi 7.20 Sgross 38.369 in3 Fr Multiplier for sgrt(rc) 5.000 Mcr = S • Fr 13.565.4 in-# Ht / Thk Ratio 26.25 Fr = Rho: Bar Relnf Pct 353.56 psi Values for Mn Calculation... 0.0299 As:eff=[Pu:tot+AsFy}/Fy Seismic a : (AsFy + Puy(.85 rc b) 0.259 in 0.254 in c = a / .85 Igross 0.330 in 0.389 in 0.324 in icracked 84.028 in4 0.381 in 84.03 in4 I -elf (ACI methods only) 5.08 in4 5.02 in4 Phi: Capacity Reduction 84.03 in4 43.99 in4 Mn= As:eff Fy(d-all) - Pu (WaUThk/2-Bar Depth) 0.900 0.900 LAdd�itionat Values ' — `-- --- — _— — —`- 30,910.55 in-# — 30,211.68 in -# _ Loads used for analysis Wait Weight Wall Art * Wall smic Factor 54.750 psf Factored Loads Seismic Wind Wail Wt • arapetiSeismic Factor 30.000 5.587 psf Lsf ateral Wail Weight 67.2lied Axial Load 7 Service Applied MaxM Load Service Wt � ax Mom 628.00 #/ft Total Lateral Loads 1,246.47 275.45 #/ft 934.85 #Jft Total Service Axial Loads 262 .33 #/ft 262.33 #/ t _ ACI Factors (per AC1318 02, applied internally to entered loads) -- -- ACI C-1 & C-2 DL 1.400 ACI C-1 8 C-2 LL 1.700 ACI C-2 Group Factor ACI C-3 Dead Load Factor 0.750 Add"! "i.4" Factor for Seismic 1A00 ACI C-1 & C-2 ST 1.700 • 0.900 Add"I "0.9" Factor ACI C-3 Short Term Factor 1.300 for Seismic 0.900 ....seismic = ST ; 1.100 0-21 LSB LSB Consulting Engineers, PLLC Job No: 07064 01 , 523 East Third Avenue Tide: Santiago (S-036) Cate: 6.22.07 -� Spokane, WA 99202 By: T Fischer CXT Precast Products Page:,gy of ¢¢ CENTER OF GRAVITY CALCULATION: Santiago (S-036) Unit C.G. Weight (lbs) LIW yj Un. Unit A : 76924.9 166.76. 69.57 Unit B : 70371.4 156*99-"* 69' ' '67* - - Unit C : 70718.8 Unit D : 69397.4 Unit E : 75244.0 Complete Building Weight for Seismic Calculation = 362657lbs Center of Gravity of complete building: X = 13.05 ft Y = 26.41 It iN 1 T A C.-I - r. i t� IN BACK wi W 7 -T A F1 wa P 2 Nz P2 W13 c. F 2 W14 P3 P 3 7 PA-ji V/1 C. G. F3 F 3 W20 P3 P4. i. C14 W2 5 F4- w- co W31 ;-7�e -5 '-N 3 4 F R. LSS Consulting Engineers, PLLC 523 East Third Avenue Spokane, WA 99202 Job No: 07064 Title: Santiago (S-036) CXT Precast Products Date: 6-22.07 By: T Fischer Page: 3.5 of 44 LATERAL LOADS: Santiago (S-036 ) Wind Load: 120 mph, Exp D , I = 1.0 mean roof height = 10.00 ft Main System: Per ASCE 7-06, table 6-2 Wall P =28.7 psf x 1.47 = '42.2 psf Roof P =19.1 psf x 1.47 = 28.1 psf Seismic Load: Design Spectral Response Acceleration Sos = 2.28 Sot = 1.59 [EQN 16-39&401 Importance Factor IE = 1.0 [ASCE TBL 11.5-11 Bearing wall system R = 5 Q, = 2.5 [ASCE TBL 12.2-11 Period T = 0.10 seconds [ASCE EQN 12.8-11 C Sos S = = R / I 0.46 [ASCE EQN 12.8-21 _ CS = Sot T {R 1!} 3.18 [ASCE EQN 12.8-31 CS = 0.044 • So$ • i = 0.10 [ASCE EQN 12.8-61 V = Cs W = 0.455 W - * 0.455 W / 1.4 = 0.325 W [ASCE EQN 12.8-11 Tributary weight = _ ._8 [2'lbs (building weight does not include grouted 'top half of building one blockauts or fixtures. Additional weight would be small and is neglected in design) 20% snow load = 76850 Ibs (20% of snow load for snow load > 30 psf) [ASCE 12.7.21 Total weight, W = 258178 lbs (used for seismic calculation) a .LSB LSB Consulting Engineers, PLLC Job No: 07064 -036 S o Date: 6.22•07 523 East Third Avenue Tide: Santiago { ) By: T Fischer Spokane, WA 99202 CXT Precast Products Page.-94 of4¢ LSB Consulting Engineers, PLLC Title : Santiago (S-036) Job # 07064 6U East Third Avenue Dsgnr: T FISCHER Date: 10:24AM. 21 JUN 07 Spokane, WA 99202 Description: Scope Rev. 9F* 2 User:KW00$ENE.Vat CEr neeringSo Rigid Diaphragm Torsional Analysis page 1 (c)1983-2006 ENERCALC Engineering Software m�vu c.n.kR crw•r i., �n.,.... Description Wind ( General Information Y-Y Axis Shear 6.63 k Min. X Axis Ece 5.00 % X Axis Center of Mass 13.05 It X-X Axis Shear 17.60 k Min. Y Axis Ecc 5.00 % Y Axis Center of Mass 26.41 It ...Shears are applied on each axis separately Max X Dimension 26.17 it _ Max Y Dimension 51.25ft Wall Data _ Label Thickness Length height Wail Xcg Wail Ycg Wall Angle Wall End E L� in �4.400 ft ft It ft deg CCW Fixity, 1 45.830 8.000 0.210 28.330 90.0 Fix -Fix 1.0 2 4.400 45.830 8.000 25.9W 28.330 90.0 Fix -Fix 1.0 3 4.000 5.750 9.500 6.583 47.960 90.0 Fix -Fix 1.0 4 4.000 5.750 11.080 12.920 47.960 90.0 Fix -Fix 1.0 5 4.000 5.750 9.500 19.580 47.960 90.0 Fix -Fix 1.0 6 4.000 9.330 10.580 10.920 36.170 90.0 Fix -Fix 1.0 7 4.000 9.330 10.580 15.250 36.170 90.0 FIx-FIx 1.0 8 4.000 9.330 10.580 10.920 26.170 90.0 Fix -Fix 1.0 9 4.000 9.330 10.580 15.250 26.170 90.0 Fix -Fix 1.0 10 4.000 9.330 10.580 10.920 16.170 90.0 Fix -Fix 1.0 11 4.000 9.330 10.580 15.250 16.170 90.0 Fix -Fix 1.0 12 4.000 5.000 10.170 8.920 8.330 90.0 Fix -Fix 1.0 13 4.000 5.000 10.170 17.250 8.330 90.0 Fix -Fix 1.0 14 4.400 3.000 6.830 5.580 51.040 0.0 Fix -Fix 1.0 15 .4.400 6.000 6.830 13.080 51.040 0.0 Fix -Fix 1.0 16 4.400 3.000 6.830 20.580 51.040 0.0 Fix -Fix 1.0 17 4.000 25.330 9.580 13.080 44.920 0.0 Fix -Fix 1.0 18 4.000 10.670 6.830 5.750 41.000 0.0 Fix -Fix 1.0 19 4.000 10.670 6.830 20.420 41.000 0.0 Fix -Fix 1.0 20 4.000 5.420 6.830 8.380 31.330 0.0 FIx-FIx 1.0 21 4.000 5.420 6.830 17.790 31.330 0.0 Fix -Fix 1.0 22 4.000 5.420 6.830 8.380 31.000 0.0 Fix -Fix 1.0 23 4.000 5.420 6.830 17.790 31.000 0.0 Fix -Fix 1.0 24 4.000 5.420 6.830 8.380 21.330 0.0 Fix -Fix 1.0 25 4.000 5.420 6.830 17.790 21.330 0.0 Fix -Fix 1.0 26 4.000 5.420 6.830 8.380 21.000 0.0 Fix -Fix 1.0 27 4.000 5.420 6.830 17.790 21.000 0.0 Fix -Fix 1.0 28 4.000 5.420 6.830 8.380 11.330 0.0 Fix -Fix 1.0 29 4.000 5.420 6.830 17.790 11.330 0.0 Fix -Fix 1.0 30 4.000 5.420 6.830 8.380 11.000 0.0 Fix -Fix 1.0 31 4.000 5.420 6.830 17.790 11.000 0.0 Fix -Fix 1.0 32 4.400 7.170 6.830 8.000 5.630 0.0 Fix -Fix 1.0 33 4.400 7.170 6.830 18.170 5.630 0.0 Fix -Fix 1.0 Calculated Wall Forces i Load Location for Maximum Forces Label Direct Shears k Torsional Shears k Final Max. X It Y Length Thick Length Thick Wall Shear k ` 1 -1.341 0.000 2.381 0.000 0.134 0.000 _ 2.515 2 1.276 0.000 2.381 0.000 0.128 -0.000 2.609 3 -1.341 0.000 0.114 0.000 0.003 -0.000 0.117 4 -1.341 0.000 0.082 0.000 0.000 -0.000 0.082 Title : Santiago (S-036) Job # 07064 .. Dsonr: T FISCHER Date: 4:17PM, 19 JUN 07 Description Scope Rev: 6ti0002 "-' •--„. _ User o, (c i983-20MENERCALCEngin2TLgsofae Rigid Diaphragm Torsional Analysis Page 2 07M 8-036.EMCalculavom Description Wind 5 1.276 0.000 0.114 0.000 0.003 0.000 0.117 6 -1.341 0.000 0.227 0.000 0.002 -0.000 0,229 7 1.276 0.000 0.227 0.000 0.002 0.000 0.229 8 -1.341 0.000 0.227 0.000 0.002 0.000 0.229 9 1.276 0.000 0.227 0.000 0.002 -0.000 0.229 10 -1.341 0.000 0.227 0.000 0.002 0.000 0.229 11 1.276 0.000 0.227 0.000 0.002 -0.000 0.229 12 -1,341 0.000 0.073 0.000 0.001 0.000 0.075 13 1.276 0.000 0.073 0.000 0.001 -0.000 0,074 14 0.000 -0.534 -0.206 0.000 0.006 -0.000 -0.206 15 0.000 -0.534 -0.818 0.000 0.025 -0.000 -0.818 16 0.000 -0.534 -0.206 0,000 0.006 0.000 -0.206 17 0.000 -0.534 -3.166 0.000 0.068 -0.000 -3.165 Is 0.000 -0,534' -1.707 0.000 0.027 -0.000 -1.707 19 0.000 -0.534 -1.707 0.000 0.027 0.000 -1.707 20 0.000 -0.534 -0.625 0.000 0.002 -0.000 -0.625 21 0.000 -0.534 -0.625 0.000 0.002 0.000 -0.625 22 0.000 -0.534 -0.625 0.000 0.001 -0.000 -0.625 23 0.000 -0.534 -0.625 0.000 0.001 0.000 -0.825 24 0.000 -5.659 -0.625 0.000 -0.076 -0.000 -0.701 25 0.000 -5.659 -0.625 0.000 -0.076 0.000 -0.701 26 0.000 -5.659 -0.625 0.000 -0.079 -0.000 -0.704 27 0.000 -5.659 -0.625 0.000 -0.079 0.000 -0.704 28 0.000 -5.659 -0.625 0.000 -0.169 -0.000 -0.794 29 0.000 -5.659 -0.625 0.000 -0.169 0,000 -0.794 30 0.000 -5.659 -0.625 0.000 -0.172 -0.000 -0.797 31 0.000 -5.659 -0.625 0.000 -0.172 0.000 -0.797 32 0.000 -5.659 -1.085 0.000 -0.384 -0.001 -1.489 33 0.000 -5.659 -1.085 0.000 -0.384 0.001 -1.469 A urstance 10 Uenter of Rigidity 13.083 ft Controlling Eccentricities & Forces from Applied Y-Y Shear Y Distance to Center of Rigidity 29.506 ft Xcm + (Min%*MaxX) - X cr = 1.276 ft Torsion = 8.45 k-ft X Accidental Eccentricity 1.309 ft Xcm - (Min%*MaxX) - X-cr = -1.341 ft Torsion = Controlling Eccentricities & Forces from Applied X-X Shear -8.89 k-ft Y Accidental Eccentricity 2.563 ft Ycm + (Min%*MaxY) - Y-cr = -0.534 ft Torsion = -9.39 k-ft Ycm - (Min%'MaxY) - Y-cr = -5.659 it Torsion = -99.58 k-ft _L5B LS8 Consulting Engineers, PLLC Job Na: 07064 Date: 6.22-07 s 11 523 East Third Avenue Title: Santiago (S-036) By: T Fischer .-:26J Spokane, WA 99202 CXT Precast Products P , e; 34 of44- LSS Consulting Engineers, PLLC Title: Santiago (S-036) Job # 07064 532 East Third Avenue Dsgnr: T FISCHER Date: 10:24AM, 21 JUN 07 Description Spokane, WA 99202 Scope: Rev: 3iiO User: KW-M2501. ver 5.8.0, 1-Nov-2006 Rigid Diaphragm Torsional Analysis i pass _ 1 ci198&2006 ENERCALC Enginawin Software� 7 aT064 S-036.ECW Calcufatfons Description Seismic General Information Y-Y Axis Shear 76.31 k Min. X Axis Ecc 5.00 % X Axis Center of Mass 13.05 ft X-X Axis Shear 76.31 k Min. Y Axis Ecc 5.00 % Y Axis Center of Mass 26.41 it ...Shears are applied on each axis separately Max X Dimension 26.17ft Max Y Dimension 51.25 ft Wail Data -- ------ Label Thickness Length �H'--eight Wall Xcg Wall Yc:g Wail Angie Wall End E in it ft it ft deg CCW Fixity 1 4.400 45.830 8.000 0.210 28.330 90.0 Fix -Fix 1.0 2 4.400 45.830 8.000 25.960 28.330 90.0 Fix -Fix 1.0 3 4.000 5,750 9.500 6.583 47.960 90.0 Fix -Fix 1.0 4 4.000 5.750 11.080 12.920 47.960 90.0 Fix -Fix 1.0 5 4.000 5.750 9.500 19.580 47.960 90.0 Fix -Fix 1.0 6 4.000 9.330 10.580 10.920 36.170 90.0 Fix -Fix 1.0 7 4.000 9.330 10.580 15.250 36.170 90.0 Fix -Fix 1-0 8 4.000 9.330 10.580 10.920 26.170 90.0 Fix -Fix 1.0 9 4.000 9.330 10.680 15.250 26.170 90.0 Fix -Fix 1.0 10 4.000 9.330 10.680 10.920 16.170 90.0 Fix -Fix 1.0 11 4.000 9,330 10.580 15.250 16.170 90.0 Fix -Fix 1.0 12 4,000 5.000 10.170 8.920 8.330 90.0 Fix -Fix 1.0 13 4.000 5.000 10.170 17.250 8.330 90.0 Fix -Fix 1.0 14 4.400 3.000 6.830 5.580 51.040 0.0 Fix -Fix 1.0 15 4.400 6.000 6.830 13.080 51.040 0.0 Fix -Fix 1.0 16 4.400 3.000 6.830 20.580 51.040 0.0 Fix -Fix 1.0 17 4,000 25.330 9.580 13.080 44.920 0.0 Fix -Fix 1.0 18 4.000 10.670 6.830 5.750 41.000 0.0 Fix -Fix 1.0 19 4.000 10.670 6.830 20.420 41.000 0.0 Fix -Fix 1.0 20 4.000 5.420 6.830 8.380 31.330 0.0 Fix Fix 1.0 21 4.000 5.420 6.830 17,790 31,330 0.0 Fix -Fix 1.0 22 4,000 5.420 6.830 8.380 31.000 0.0 Fix -Fix 1.0 23 4.000 5.420 6.830 17.790 31.000 0.0 Fix -Fix 1.0 24 4.000 5.420 6.830 8,380 21.330 0.0 Fix -Fix 1.0 25 4.000 5.420 6.830 17.790 21,330 0.0 Fix -Fix 1.0 26 4.000 5.420 6.830 8.380 21.000 0.0 Fix -Fix 1.0 27 4.000 5.420 6.830 17.790 21.000 0.0 Fix -Fix 1.0 28 4,000 5.420 6,830 8.380 11.330 0.0 Fix -Fix 1.0 29 4.000 5.420 6.830 17,790 11.330 0.0 Fix -Fix 1.0 30 4.000 5.420 6.830 8.380 11.000 0.0 Fix -Fix 1.0 31 4.000 5.420 6.830 17.790 11.000 0.0 Fix -Fix 1.0 32 4.400 7.170 6.830 8.000 5.630 0.0 Fix -Fix 1.0 33 4.400 7.170 6.830 18.170 5.630 0.0 Fix -Fix 1.0 Calculated Wall Forces i Load Location for Maximum Forces Direct Shears k Torsional Shearsk Final Max. I Wall Shear i jLabel X it Y Length Thick Length Thick k 3 1 -1.341 0.000 27.431 _ 0.004 1.544 0.001 28.975 2 1.276 0.000 27.431 0.000 1,469 -0.001 28.900 3 -1.341 0.000 1.310 0.000 0.037 -0.001 1.348 4 -1.341 0.000 0.950 0.000 0.001 -0.000 0.950 Title : Santiago (S-036) Dsgnr: T FISCHER Description Scope : Rev: 680002 User 3-2 6 290 ENE Var5.8.0. rm_ n2008 Rigid Diaphragm Torsional Analysis tc►T983-2008 EMERCALC Erginaer,n9 SoBwara 9 Description Seismic Job 007064 Date: 4:17PM, 19 JUN 07 5 1.276 0.000 1.310 0.000 0,035 0 6 -1.341 0.000 2.611 0.000 0.026 -0 7 1.276 0.000 2.611 0.000 0.024 0 8 -1.341 0.000 2.611 0.000 0.025 0, 9 1.276 0.000 2.611 0.000 0.024 -0. 10 -1.341 0.000 2.611 0.000 0.025 0. 11 1.276 0.000 2.611 0.000 0,024 -0. 12 -1.341 0.000 0.843 0.000 0.015 0. 13 1,276 0,000 0.843 0.000 0.015 -0, 14 0.000 -0.534 -0.892 0.000 0.027 -0. 15 0,000 -0.534 -3.548 0.000 0.107 -0. 16 0.000 -0.534 -0.892 0.000 0.027 0, 17 0.000 -0.534 -13.727 0.000 0.296 -0, 18 0.000 -0.534 -7.401 0.000 0.119 -0. 19 0.000 -0.534 -7.401 0.000 0.119 0.0 20 0.000 -0.534 2.712 0.000 0.007 -0.0 21 0.000 -0.534 -2.712 0.000 0.007 0. 22 0.000 -0.534 -2.712 0.000 0.006 -0.0 23 0.000 -0,534 -2.712 0.000 0.006 0, 24 0.000 -5.659 -2.712 0.000 -0.329 -0. 25 0.000 -5.659 -2.712 0.000 -0.329 0. 26 0.000 -5.659 -2.712 0.000 -0.342 -0, 27 0.000 . -5,659 -2.712 0.000 -0.342 0.0 28 0.000 -5.659 -2.712 0.000 -0.732 -0.00 29 0.000 -5,659 -2.712 0.000 -0.732 0.00 30 0.000 -5.659 -2.712 0.000 -0.745 -0.00 31 0.000 -5.659 -2.712 0.000 -0.745 0.00 32 0.000 -5.659 -4.703 0.000 -1.667 -0.0 33 0.000 -5.659 -4.703 0.000 -1.667 0.0 I CSB L88 Consulting Engineers, PLLC Job No: 07064 IJ 523 East Third Avenue Tine: Santiago (S-036) Spokane, WA 99202 CXT Precast Products 04 LATERAL LOADS (cont'd) : Santiago (S-036 ) X-X Axis: wall height = 8.00 ft wall width = 51.25 ft Wind Acting in X-Direction: roof height = 12.00 ft roof width = 53.00 ft Vert Tributary Area = [(1/2 wall ht x wall width) + ((roof ht - wall ht) x roof width)] = 417.0 ft2 Horz Tributary Area = roof length x roof width = 1537 ft2 Horz Wind = 42.2 psf x 417.0ft2 = 17597 ibs Vert Wind = 28.1 psf x 1537 ft2 = 43� 190 Ib C__,. Seismic Load = 0.325 x 258178lbs = 83945 ibs `—�- Note: Load diagrams are for reference only. :8 Building shown may not representative of actual building designed. Overturning. - Resisting moment ROTM = 0.9 x 362657 ibs x 1/2 x 26.2 ft = 4270286 ft-Ibs Wind h' = 8.0 ft Wall OTM = 17597 Ibs x 8.0 = 140779 ft-ibs Roof OTM = 43190 Ibs x 13 = 565066 ft-ibs Total OTM = 705845 ft-Ibs FS= 6.0 Y-Y Axis: wall height = 8.00 ft wall width = 26.17 ft Wind Acting in Y-Direction: roof height = 12.00 ft roof width = 29.00 ft Vert Tributary Area = [(112 wall ht x wall width) + 1/2((roof ht - wall ht) x wall width)] = 157.0 ft2 Horz Wind = 42.2 psf x 157.0ft2 = 6625 Ibs SEISMIC Vert Wind = 28.1 psf x 1537 ft2 = 43r 190 Ib 'Y #� } ± Seismic Load = 0.325 x 258178lbs = 839 5 ibs Overturning. _................ ...............:.,. Resisting moment ROTM = 0.9 x 362657 Ibs x 1/2 x 51.3 ft = 8363766 ft-Ibs Wind h' = 7.1 ft Wall OTM = 6625 Ibs x 7.1 = 46792 ft-Ibs Roof OTM = 43190 Ibs x 26 = 1106736 ft-Ibs Total OTM = 1153528 ft-Ibs FS= 7.3 Seismic h' = 10 ft Seismic OTM = 83945 Ibs x 10 = 839448 ft-Ibs FS= 10.0 . LSB LSB Consulting Engineers, PLLC Job No: 07064 Date: 6-22.07 - ( 523 East Third Avenue Title: Santiago (S-036) By: T Fischer �� Spokane, WA 99202 CXT Precast Products Page: 31 of 44' ' LATERAL ANALYSIS: Santiago (S-036) Concrete, Cc = 5000 psi 1. = 0.08 - wall element length Reinforcing Steel, f,, = 60 ksi t = wail thickness As = 0.22 in for 243 bars d = wall length - 0.75" [cir] - 0.1875- [1/2 bar dia.] Vw+nd 8 V.i.1c = results from Rigid Diaphram Torsional Analysis ,hear Check. Moment Check.• Vu max =1.30 • V11d (if wind loads control) Mu max = Vu max• wall element height Vu max =1.43 • V.;.,. (if seismic bads control) a = Ag • fy 0.85•fa -t 0 = 0.85 for shear R„ =1.4 •wall thickness - wall height • wad length V° _ 2 • f° I, • t 0 = 0.90 for flexure 2 2 4-V ° if O•Mn=0'[Ar, 4,(d--a2)+ R wall length ° • ] > Vu then element OK 2 2 if 0 . Mn > Mu then element OK Shear Length Height VM.d Vse,sN° t (in) vu mar �° t 2 shear Mu max OM,,rrroment watt (#) (#� k k () (k} k) cheat tt.k 1(ft-k) check # inserts 1 4.4 45.83 8.00 2.52 28.98" ° 41.43 115.83 OK 331.47 1122.87 OK 12.5 2 4.4 45.83 8.00 2.51 28.98 41.43 115.83 OK 331.47 1122.87 OK 12.5 3 4.0 5.75 9.50 0.12 1.35 ° 1.93 13.27 OK1 18.31 76.89 oK 0,6 4 4.0 5.75 11,08 0.08 0.95 seismic 1.36 13.27 OK 1 15.06 78.54 OK 0.4 5 4.0 5.75 9.50 0.12 1.35 S��"'r° 1.92 13.27 OK 18.29 76.89 OK 0.6 6 4.0 9.33 10.58 0.23 2.64 s" ""° 3.77 21.531 OK 1 39.891 138.55 OK 1.1 7 1 4.0 9.33 10.58 0.23 2.64 ftAf.3.77 21.53 OK 39.88 1 138.55 oK 1.1 8 4.0 9.33 10.58 10.23 2.64 3.77 21,531 OK 1 39.89 138,551 OK 1.1 9 4.0 9.33 1 10.58 0.23 2.64 $°'° 3.77 21.531 OK 1 39,88 1 138.55 OK 10 4.0 9.33 10.58 0.231 2.64 1 s6-c 3.77 1 21.531 oK 1 39,89 1 138.551 oK 1.1 11 4.0 1 9.33 10.58 0.23 2.64 '° �"° 3.77 21.53 oK 1 39.88 1 138.551 oK 1.1 12 4.0 5.00 10.17 0.08 1 0.86 1.23 1 11.54 OK 1 12-491 66.09 OK 1 0.4 13 4.0 5.00 1 Q.17 0.07 0.86 n'�[41.287-58 1.54 OK 12.47 66.01 OK 0.4 14 4.4 3.00 6.83 0.21 0.89 mk OK 8.72 36.48 OK 0.4 15 1 4.4 6.00 1 6.83 10.82 3.55 5.07 15.16 OK 34.67 78.49 oK 1.5 16 4.4 3.00 6.83 0.21 0.89 nfr-1. 1.28 7.5$ oK 8.72 36.48 oK 0.4 17 4.0 25.33 9.58 13.17 13.731 19.63 158.46 1 OK 18& 12 493.29 OK 5.9 18 1 4.0 1 10.671 6.83 11.71 7.40 10.58 24.63 OK 1 72.321 149.95 V oK 3.2 19 4.0 10.671 6.83 1.711 7.40 10.581 24.63 1 OK 1 72-321 149.95 OK 3.2 20 1 4.0 5.42 6.83 0.63 2.71 3.88 1 12.50 OK 26.49 69.35 OK 1.2 21 4.0 5.42 6.83 0.63 2.71 ��"gC 3.88 12.50 OK 26.49 69.35 OK 1.2 22 4.0 5.42 6.83 0.63 2.71 5 C1 3.88 1 12,501 OK -12.501 26.49 69.35 OK 1.2 23 4.0 5.42 6.83 0.63 2.71 3.88 1 OK 26.49 69.35 OK 1.2 24 4.0 5.42 6.83 0.701 3.04"""` 4.35 1 12.501 oK 29.70 69.35 OK 1.3 ic 25 4.0 5.42 6.83 0.70 3.04 S f-k 1 4.35 12.50 oK 29.70 69.35 OK 1.3 26 4.0 5.42 6.83 0,70 3.05 4.37 12.50 OK 29.$3 69.35 OK 1.3 2T 4.0 5.42 6.83 0.70 3.05 4.37 12.50 OK 29.83 69.35 OK 1,3 28 4.0 5.42 1 6.83 0.79 3.44 1 �"Q 4r"M.92 12.50 oK 33.60 69.35 oK 1.5 29 4.Q 5.42 6.8310.791 3.44 4Oftols.92 12.50 OK 33.60 69.35 OK 1.5 t ��g LSB Consulting Engineers, PLLC Job No: 07064 Date: 6-22.07 523 East Third Avenue Title: Santiago (8-036) By: T Fischer Spokane, WA 99202 '�� '��" SCXT Precast Products Page: 40 of 44 ` LATERAL ANALYSIS CONT: Santiago (S-036) 30 4.0 5.42 6.83 0.80 3.46 -'a110 4.94 12.60 OK 33.76 69.35 OK 1.5 31 4.0 5.42 6.83 0.80 3.46" �` 4.94 12.50 OK 33.76 69.35 OK 1.5 32 4.4 7.17 6.83 1.47 6.37 SBs""` 9.11 18.19 OK 62.22 96.02 OK 2.7 33 4.4 7.17 6.83 1.47 6.37 9.11 18.19 OK 62.22 96.02 OK 2.7 r. ..: r /'•\ '-•-tom__ �- � 1 i I L S B LSB Consulting Engineers, PLLC Job No: 07064 Date: 6.22-07 �1 523 East Third Avenue Title: Santiago (S-036) By: T Fischer 4iof4<t 7� a: ���- Spokane, WA 99202 CXT Precast Products Page: Embeds: Santiago (S-036 ) Reference: Strength Design of Anchorage to Concrete (PCA 1999) PS-2. PS-10 & AS-2 A.5.1 Steel Strength of fastener in tension Ns = n A,, (0.8fut) [EQ A-4] ONs = (0.9)(2)(0.11 in2){0.8)(60 ksi) = 9.50 kips A.5.2 Concrete breakout strength of fastener in tension Nib = (AN/AN.) Wt y2 W3 Nb [EQ A-5bj WO = (0.75)(63 in2 / 324 in 2)(1.0)(0.75)(1.0)( 24941 lbs) = 2.73 kips A.5.3 Pullout strength (tension) Np„ = n w4 Np [EQ A-101 ^n = (0.75)(2)(1.0)(13.24 kips) = 19.82 kips A.5.4 Concrete side face blowout of headed fastener in tension N., =160c (Ab)a.5(f'C)0.5 [EQ A-121 = (160)(1.5)(0.332)a.5(5000)0.5 = 9.78 kips Nsbs = (1 + (sj6c))Nsb [EQ A-13] = (1+ 3/(6. 1.5))(9.78 kips) = 13.04 kips A.6.1 Steel strength of fastener in shear VS=n0.6A.fut [EQ A-15j �V$ _ (0.9)(2)(0.6)(0.11 in2)(60 ksi) = 7.128 kips A.6.2 Concrete Breakout strength of fastener in shear V.b = n (A/.) Ws w7 Vb [EQ A-16a] WO =(0.75)(2)(20.5/10.25)(1.0)(1.0)(1108lbs) = 3.32 kips A.6.3 Concrete pry -out strength V°p = kip N.p [EQ A-21 ] OV,p = (0.75)(2)(3.64) = 5.46 kips Maximum Allowable Loads for PS-2, PS-10 & AS-2: P„ max = 2.73 kips tension V„ ma, = 3.32 kips shear Required Length of 1/4" fillet weld (50% stresses) w = (2.732 + 3.322)0-5 / 1.85 Win = 2.32 in --> 2.5 inches y LSB LS13 Consulting Engineers, PLLC Job No: QTa64 Date: 6-22.07 I 523 East Third Avenue Title: Santiago (S-036) By: T Fischer r- Spokane, WA 99202 CXT Precast Products Page:4z oflj� Embeds (cont d) : Santiago (S-036 ) Reference: Strength Design of Anchorage to Concrete (PCA 1999) PS19 & PS-3 A.5.1 Steel Strength of fastener in tension Ns = n A9, (O.8fut) +Ns = (0.9)(2)(0.11 in2)(O.8)(6O ksi) = 9.50 kips A.5.2 Concretebreakout strength of fastener in tension Ncb = (AN/AN.) WI W2 W3 Nb �N,b = (0.75)(90 in / 81 in)(1.0)(0.9)(1.0)( 8818 lbs) =6.62 kips A.5.3 Pullout strength (tension) NO—nW4NP ¢SNP„ _ (0.75)(2)(1.0)(13.24 kips) = 19.82 kips A.5.4 Concrete side face blowout of headed fastener in tension Nsb = 16Oc (Ab)0.5(fC)0.5 _ (160)(3)(0.332f 5(5000)4'5 = 19.56 kips N9by = (1 + (sj6c))N8b _ (1+ 3/(6 * 3))(19.56 kips) = 22.82 kips A.6.1 Steel strength of fastener in shear V$=nO.6A.fut �Va = (0.9)(2)(0.6)(0.11 in2)(60 ksi) = 7.128 kips A.6.2 Concrete breakout strength of fastener in shear V, b = n A/k.) Ws W7 Vb +V.b =(0.75)(2)(6O/4O.5)(1.0)(1.0)(234OIbs) = 5.2 kips A.6.3 Concrete pry -out strength VIP = kcP NAP +VIP = (0.75)(2)(8.82) = 13.23 kips Maximum Allowable Loads for PS-19 & PS-3: P. max = 6.62 kips tension V,,, ,, = 5.2 kips shear Required Length of 1/4" fillet weld (50% stresses) w = (6.622 + 5.2'f -5 / 1.85 k/in = 4.55 in ---> 4.75 inches [EQ A-4] [EQ A-5b] [EQ A-10] [EQ A 12] [EQ A-13] [EQ A-15] [EQ A-16a] [EQ A-21] ( LSB LSB Consulting Engineers, PLLC Job No: 07064 date: 6-22.07 I 523 East Third Avenue Title: Santiago (S-036) By: T Fischer Spokane, WA 99202 CXT Precast Products Page: 43 of 44 SLIDING @ BASE: Santiago (S-036 ) Total building weight = 362657 Ibs [from center of gravity calculations] Coefficient of Friction = 0.40 Vsumngw = 17597 Ibs VslfdingE = 0.244 x 362657 Ibs = 88419 Ibs VPesfst = 0.40 x 362657 Ibs = 145063lbs Wind Factor of Safety = 5.50 > 1.5 OK Seismic Factor of Safety = 1.48 > 1.0 OK I 1 [IBC TBL 1804.21 [IBC 1609.1.31 BEARING PRESSURE: Total building weight = 362657 Ibs Roof Snow Load = 384250 Ibs Floor Live Load = 536417 Ibs Total = 1283324 Ibs Bulding Length 51.25 ft Building Width 26.17 ft Max Bearing Pressure Under Slab (q): q = 957 psf [IBC 1804.21 The building as designed, resting on a properly prepared granular subbase, will be safe and stable for vertical and lateral loads. SUB BASE INICNNESS VARIES. E• MINIMIX PRIOR TO PLACEMENT OF BUILDING A PROPERLY PREPARED SUB -BASE SHALL BE PROVICED. SUA-RASE SHALL BC A MINIMUM OF 6' THICK AND CONSIST OF }' MINUS CRUSHED RCCM COMPACTED TO 93 Or OPTTMJt DENSITY IN ACCORDANCE WITH ASTM ➢ 1557. FINISHED SURFACE or SUN -RASE SHALL BE UNIFCAM.Y LEVEL. NOT VARYING KSRE THAT f• rROM A TRUE pURIZONTAL PLANE. REFER TO BUTLCING NTI HALTNG SHEET raR SUS-MASE REQUIREMENTS DG34ING BULL ❑DiG PLACEMENT. (PREPARED SUB -BASE NOT BY CXT). SUB -BASE SUBGRADC �Sg LSB Consulting Engineers, PLLC Job No: 07064 Date: 6-22.07 gg ;. — l 523 East Third Avenue Title: Santiago (S•036) By: T Fischer = Spokane, WA 99202 CXT Precast Products Page: 44 of 44, A�= PEE °F PPENDIX - i STANDARD EMBEDS ....................... . . / RANOALL JOHN LoPLANTE j 98083 xs Z/CENSV Ott • ZX/X�AL tFSSIONAL �4 MATERIALS: CONCRETE, f'c...................................................5000 PSI ® 28 DAYS, 2500 PSI ® ASSEMBLY REINFORCING STEEL, fy.....................................40 KSI FOR #3 BARS, 60 KSI FOR # 4 AND LARGER WIREMESH, fy...................................................65 KSI EMBEDDED STEEL, PLATES AND SHAPES, fy...36 KSI EMBEDDED ANCHORS.........................................DAYTON/RICHMOND, INC. OR EQUAL Precast Products Division B-2.............................................................FOUR STRUT COIL TIE PFAJ=wu B-18...........................................................SINGLE FLARED COIL LOOP INSERT SANTIAGO F-43...........................................................PLAIN FERRULE INSERT (S-036) FL648..........................................................FLEET—LIFT ERECTION ANCHOR FL847..........................................................FLEET—LIFT PLATE ANCHOR NO= EMBEDDED ANCHORS.........................................NELSON STUD WELDING, INC. OR EQUAL, WELD WITH CERAMIC FERRULES The nformotion cantoned herein Is Proprietary and the PER MANUFACTURING REQUIREMENTS. ex property of cxr Incorporated The Information D2L.................................. DEFORMED BAR ANCHOR may Duty be used by the original recipient for the purpose mended Reproduction or distribution of this infomwtlon H4L..............................................................HEADED ANCHOR STUD is aftby prohibited withwt the prior written consent of WELDING.................................Ca Incorporated By otlowing use of this information, .......................... E70xx ELECTRODES, CERTIFIED WELDERS. UNLESS NOTED OTHERWISE, cxT Incorporated grants no warranty, express or nrpiied, ALL ASSEMBLY WELDS SHALL BE 1 8" MINIMUM SIZE, CONTINUOUS, Including °warranty of merchantability or of fitness for o Dortieular Purpose. BUTT OR FILLET WELDS. cxT Inewporotea APPENDIX COVER SHEET DRTI i -r• r,F„ 1/16' DIA YP C E`'LCS) YP a" OF WEI Uu.s DE$Cp TXw ANGtE4x^x�34-3 axiz nRaNr;oB-181' Y 9" SIN' GI..I I I ARt.0 PR oW. Division W1aJECT Rue STANDARD EMBED NOTICE The informotlori contained heroin is proprietary and the exclusive property of CXT Incorporated. The in(armotion may only be used by the Original recipient for the purpose intended. Reproduction or distribution of this information Is strictly prohibited without the prior written consent of CXT Incorporated. By allowing use of this information, CXT Incorporated grants no warranty, express or implied, including, a warranty of merchantability or of fitness for a particular purpose CXT Incorporated I ri.0 i I q AS-1 SHEET AS-- 1 i t r r ActENGLF now t t 2x11/1ztAx6 1 V1 1 1 HEADED CONCRETE ANCHOR H4l 3/6 x b Precast .Products Division wtatcT r� STANDARD EMBED 1 112 NOTICE --� The information contained herein Is proprietary and the exclusive property of CXT Incorporated. The Information may only be used by the original recipient for the purpose intended. Reproduction or distribution of this information is strictly prohibited without the prior written consent of CXT Incorporated. By otlawing use of this information, CXT Incorporated grants no warranty, express or implied, including a warranty of merchantability or of fitness for a particular purpose CXT incorporoted AS-2 NO. �SH AS-2 ' 1 oesaernaw -- ANGLE 4 x4x34x1' FL12x312z312 8-181 1/2' z 12" FLARFD G4I! lOQP 1NSER Precast Products Division. rnaecT not STANDARD EMBED NOTICE The information contained herein is propriatory and the exclusive property of CXT Incorporated. The information my only b the original ended. Reproduction or distribution recipient purpose of this information Is strictly prohibited without the prior written consent of CXT Incorporated. • By allowing use of this Wormation, CXT Incorporated grants no warranty, express or implied, including o worronty of merchantablity or of fitness for a particular purpose. CXT incorporated AS-3 AS-3 I ' TOLERANCES U.N.U. OECWAL DIMENSION ± 0.01" FRACTION OIMENStON k 1/16- 1101.0 DIMENVON is 1/32- ANGLES 1 1/2- WEi..D STUD 01MENSiON t 1/4' 4,M MI >h 4 (TYP 8 PLCS) f exl OF MAIEWALS a %QWna11 VENT FRAME" ASSEMBLY (MS2-02) YENT A10 ASSE1dkl (f G-3' V VENT SCREEN QEW (SMS) 3/8-16NC x 3/4 BUTTON SS MACH. SCREW OPTIONAL VENT COVER PLATE (MS2-04! Precast Products Divis€on KoKeT IRE CXT STANDARD EMBED NOTICE The Information contained herein Is proprietary and the agdusive property of CXT incorporated. The information may only be used by the original recipient for the purpose Intended. Reproduction or distribution of this information Is strictly prohibited without the prior written consent of CXT Incorporated. By allowing use of this information, CXT Incorporated grants no warranty, express or implied, Including a warranty of merchantability or of fitness for a particular purpose. CXT Incorporated MS-2 WALL VENT MS2-01 I X 1 13 TOLERANCES u.N.O. DECIMAL DIMENSION 0.01- FRACTION D1Mkpj,.yoN t /is. HOLD DIMENSION t 1/32" ANGLES 1/2- WELD STUD DIMENSION ;t 1/4- 9/16 DIA (rYP t3 Pj_r_S) CHANNEL C3 x 4.1 x L-4E3 �W�- CHANNEL C3 x 4 '1 -o. 4/I3--I6NC PLAIN FERRULE INSERT -W Precast Products Division 1-1 1— CXT STANDARD EMBED NOTICE The information contained herein Is Proprietary and the exclusive Property of CXT Incorporated. The information may only be used by the original recipient for the purpose Intended. Reproduction or distribution of this information is strictly prohibited without the prior written consent of CXT Incorporated. Sy allowing use of this information. CXT Incorporated grants no warranty, express or implied, including a warranty of merchantability or of fitness for a particular purpose. CXT Incorporatecs 4 MS-2 VENT FRAME ASSEMBLY UW—G--NO,SHEET REV, --- NOTE; 1) ALL HOLE LOCATIONS ARE FOR REFERENCE ONLY. MS2-02 B HOLES TO BE LOCATED BY APPROVED FIXTURE, 7- 7- TOLERANCES U.N.O. DECUtA DIMENSION z 0.01" FRACTION DIMENSION t 1/16" HOLD OWEN&ON 1 1/32" ANGLES 1 1/7 WELD S£UO DIMENSION } 1/4" V-2 �—....__ V-2 7/8" — _� ntw I an I acsawn N i 2 FLAT BAR 316xIi2NRx141tt" 2 2 1 FLAT BAR 3 16 x 1 l 4N.R x 11 3 C 3 ILKA1 EXPAND M11AL 1/2 N0.13 x 1Y x 1Y 9;��F Precost Products Division P'..T 11. CXT STANDARD EMBED NOTICE The Information contained herein is proprietary and the exclusive property of CXT Incorporated. The information may only be used by the origind recipient for the purpose Intended. Reproduction or distribution of this Information is strictly prohibited without Iha prior written caxserrt of CXT incorporated. By allowing use of this information, CXT Incorporated grants no warranty. eWess or Implied, A (TYP 4 PLCS) including a warranty of merchantability or of fitness for o TE i particular purpose. CXT Incorporated NOTE: 1) ALL HOLE LOCATIONS ARE FOR REFERENCE ONLY. HOLES TO RE I OCATFO RY APPRnWn FIYTiIRF ..MS-2 VENT SCREEN ASSEMBLY 10. SHEET REV MS2-03 3 B 4 TOLERANCES U.N.O. DECIMAL DIMENSION # aw FRACTION DIMENSION k 1/16" HOLD DIMENSION # 1/31" ANGLES t 1/Z WELD STUD DMENSION 1 1/4" MSCMPIQN 1 1 I 11 1/4- DIAMOND FLOOR PLATE 1'-5" x IV 1 1 4" Precast Products Division PNOJEnne 4" CXT STANDARDCT EMBED NOTICE The information contained herein is proprietary and the exclusive property of CXT incorporated. The information may only be used by the original recipient for the purpose Intended. Reproduction or distribution of this information 9/16 DIA (TYP 4 PLCS) is strictly prohibited without the prior written consent of SEE NOTE i CXT Incorparoted. By allowing use of this information, CXT Incorporated grants no warranty, express or implied, including a warranty of merchantability or of fitness for a particular purpose. CXT Incorporated i""—'.----..--- 1'-1 3/4" _ � SCALE 1 3"-1' 1 DATE 1 02-02-00 DRAWN R08 D WAIMI FILE NO, MS-2 CHECKED J.PLOT 4 MS-2 OPTIONAL VENT COVER PLATE DWG NO. SHEET REV. NOTE: MS2-04 4 1) ALL HOLE LOCATIONS ARE FOR REFERENCE ONLY. 4 B HOLES 1'D 6E LOCATED BY APPROVED FIXTURE, ........., �...._._ww .. TOLERANCES U.N.O. DECIMAL DIMENSION i 0.01- FRACriON DIMENSION t 1/15- HOLD DIMENSION s 1/32- ANGLES x 1/2' WELD SIUD DIMENSION # 1/4- (TYP 4 Pl CS) (TYP 4 PLCS) 2'-4- 2 ITEY I on I mso wean _ 1 1 WINDOW FRAME ASSEMBLY (MS4-02)- 2 1 LEXAN WINDOW DU AIL (MS4-03 - 3 1 WINDOW RETAINER ASSEMBLY MS4-04 4 4 1/4-20 > 1 ONE WAY SCREW 2INC PLATED APPNaiaMATE 1410iT 59.48 Precast ProdLict;s Division PROJECT TT1P CXT STANDARD EMBED NOTICE The information contained herein is proprietary and the exclusive property of CXT Incorporated. The information may only be used by the original recipient for the purpose Intended, Reproduction or distribution of this Information is strictly prohibited without the prior written consent of CXT Incorporated. By afiowing use of this Information, CXT Incorporated grants no warranty, express or implied, particular purpose. CXT Incorporated 8 I REFN k RVSD BOLTS ROW 4 24 02 A I ADDED TOL ROW 10-08—Ot REV. OESCRIP'nom AP'MMYAL DATE SCALE 1 1 2 at' 1 DATE 02-01-00 DRAWN ROD D WARI FILE NO. I MS-4 CHECKED PLOT 8 MS-4 RECTANGULAR WINDOW FRAME DWG NO. MS4-01 SHEEF 3 a REV. B TOLERANCES U.N.O. DECIMAL DIMENSION 0.01' FRACTION DIMENSION * 1/16" BOLD DIMENSION d: 1/42" ANGLES x 1/2' WELD STUD DIMENSION ± 1/4" (Tyr[) 8 Pt.CS) — — — 2'--3 7/8' 2" 1—_ � 2" 2" 3/8 DIA f TYP 4 PLCSI IWJA I aTY I aEsmi,Tm 1 2 AXLE 2x2xi8x2'-378" 1 2 AN61E2x2x18x938" - 3 8 HEADED CONCRETE ANCHOR 144L 3/8 x 3 I g-� � 7 Precast Products Division CXT STANDARD EMBED NOTICE The information contained herein Is praprietary and the, exclusive property of CXT Incorporated. The information may only be used by the original recipient for the purpose Intended. Reproduction or distribution of this information is strictly prohibited without the prior written consent of CXT Incorporated. By allowing use of this information, CXT Incorporated grants no warranty, express or implied, Including a warranty of merchantability or of fitness for a particular purpose. CXT Incorporated MS-4 WINDOW FRAME ASSEMBLY NOT E: f MS4-02 I/ B 1 ALL HALE LOCATIONS ARE FOR REFERECE ONLY. Hnl FI; 70 RF ! nnA'1Ff1 AY AP1ORnVi='i1 FIYTI IRF TOLERANCES U.N.U, DECIMAL. DIMENSION ± 0.01" FRAC.'TION OWENS1ON 3 1/16" HOLD DIMENSION k 1/32" ANGLES i 1/2' WELD STUD 'DIMENSION 3/8" DA (TYP 4 PLCS) SEE NOTE: 1 V. 9 9/16" �_'._. �._i'—.,. �' may ' ._y. `�•r'•a• •' '• .ti'I.t � .i. 4 15/16" — 4 15/16" _. 2'-3 13/16" 1 1 I 1 1 L€XAN 3/16 x 9 9/15' x 2'-313/16" 1 3/16" N OTE; 1) ALL HOLE LOCATIONS ARE FOR REFFRECE ONLY Precast Products Division pft"" oft¢ CXT STANDARD EMBED NOTICE The information contained herein Is proprietary and the exclusive property of CXT Incorporated. The Information may only be used by the original recipient for the purpose intended. Reproduction or distribution of this information is strictly prohibited without the prior written consent of CXT Incorporated, By allowing use of this information, CXT Incorporated grants no warranty, express or implied. Including a warranty of merchantability or of fitness for a particular purpose. CXT Incorporated MS-4 LEXAN WINDOW DETAIL ), SHEET M MS4--03 3 B 4 TOLERANCES U.N.O. DECIMAL DIMENSION + 0.01' F'fRACTiON DIMENSION 1101'n DIMENSION ANGLES WELD STUD DIMENSION i 1/4' V' I 2' _ 4" 11111.1 OF MATERIALS ntl/ a7Y oC.TwIN 1 2 FLAT BAR 3/16 x 1 1/2HR x 2`-4' 2 1 2 FLAT BAR 3/16 x 1119hR x f, 7/9' APFA0X9�IATE eEiaNT 7.36 Precast Products Division PmAcT TILE CXT STANDARD. EMBED NOTICE 3/16' The information contained herein is proprietary and the exclusive property of CXT Incorporated, The information may only be used by the original recipient for the purpose Intended. Reproduction or distribution of this information is strictly prohibited without the prior written consent of CXT Incorporated. By allowing use of this Information, CXT ncorporated grants no warranty, express or implied, including a warranty of merchantability or of fitness for a particular purpose. ,CXT Incorporated MS-4 WINDOW RETAINER ASSEMBLY DWG NO. SET RED N° HE MS4-D4 g 1) ALL HOLE LOCATIONS ARE FOR REFERECE ONLY.,4 15/64 DIA - 0— 3 11/2 '2 anLL OF IWIMALS ors�wnw > t A7 BAR 3/8 x 3 HR x 6 HEADED CONCRETE ANCHOR Hal 3/8 x 6- Precast Products Division --cr nnlz STANDARD EMBED Nonce The information contained herein is proprietary and the exclusive property of CXT incorporated. The information may only be used by the original recipient for the purpose untended. Reproduction or distribution of this information Is strictly prohibited without the prior written consent of CXT Incorporated. By allowing use of this information, CXT Incorporated grants no warranty, express or implied, including a warranty of merchantability or of fitness for a particular purpose. CXT Incorporated PS-2 NO. Srfrx I PS-2 X 1 4 3 --.- -.-- 1 1/2 1/ 2 6 1/2 new I on aescmnnae _ t 1 1 MAT W38x4HRx6 2 1 4- HEADED CDNCR't.',E ANCHOR H4L 318 x 3". 9��T . * Precast Products Division PfW,C'CT rng STANDARD EMBED NOTICE The Information contained herein is proprietary and the exclusive property of CXT Incorporated. ' The information may only be used by the original recipient for the purpose Intended. Reproduction or distribution of this information In strictly prohibited without the prior written consent of CXT incorporated. By allowing use of this information, CXT inoorporoted grants no warranty, express or implied, including a warranty of merchantability or of fitness for a particular purpose. CRT Incorporated PS-3 PS-3 � Z I A //8" DIA --� 1-3 --� F— 1 3!4 L 3 l / 2 ig BILL OF YATMAtS O[9CWP'nan FtA1 BAR 5/8x 3 t/2 HR x 6 HEADED CONCRETE ANCHOR H4L 3/e x 6-- VIC COIL NUT PZ7 Precast Products Division STANDARD EMBED NOTICE The information contained herein is proprietary and the exclusive property of CXT incorporated The information may only be used by the original recipient for the purpose WELD 3/ 4 d COIL Nu r intended. Reproduction or distribution of this information TO BACK SIDE OF PLATE is strictly pr6hibited without the prior written consent of CXT Incorporated. By allowing use of this information. CXT incorporated grants no warranty, express or implied, induding a warranty of merchantability or of fitness for a particular purpose. CXT Incorporated CHECKED PLOT 1 4 PS-10 DWG NO. SHEET REV. 1 PS--10 A 1 UTA - 1 I/2 4 j ` � 3 I 3 3/8 (REF) 1/2 Het OF MA71WALS —'—'—" �ntu an oesaannok t t FLAT BAR 3/8 % 3 HR x 6 r2 2 HEADED CORCREIlE ANC14 114L 3/8 x Precast roducts Division ;Tone STANDARD EMBED NOTICE The informotion contained herein is proprietary and the• exclus'- prOPerty of CXT IacoWated, The information may only be used by the original recipient for the purpose intended. Reproduction or di atr�ution of Ut(s information is strictly prohibited without the prior written consent of CXT Incorporated, By oitowing use of this information, CXT incorporated grants no warranty, express or implied, including a warranty of merchantability or of nine" for c Particular purpose, _.. CXT incorporated PS-19 �f i 15/64 DIA 1 neu on I oEsc"aow i 1 1 CNANN£L 3 x 5.�g x 6' a11Mca BAR ANCHOR Precast Products Division mu"cT fill[ STANDARD EMBED NOTICE The information contained herein is proprietary and the exclusive property of CXT Incorporated. The information may only be used by the original recipient for the purpose Intended. Reproduction or distribution of this Information is strictly prohibited without the Prior written consent of CXT Incorpofated. By allowing use of this information, CXT Incorporated grants no warranty, express or implied, including o warranty of merchantability or of fitness for a particular purpose. CXT Incorporated PS-20 SHEET REV. PS--20 ' 1 o[scwpnan x r' Precast Products PROACT erne STANDARD EMBED NOTICE fie Information cantafned herein is proprietary and the e>tdusive property of CXT Incorporated The nformation may only 6e used by the ortginat redpIan' For the purpose intended. Reproduction err dtstribullon of this �Iformotial Is strkny Prohibited without the prior written consent of CXT incorporated, By allowing use of this information, CXT Incorporated grants no warranty, express or implied, Including o warranty at merchantabilityor of ntness for o Particular purpose. CXT Incorporated FORMED REBAR R3O1 R301 1 x CAT Precast Products ft"rT TILL STANDARD EMBED Nonce The information contained herein is proprietory and the exclusive property of CXT incorparated The information may only bo used by the orlglnal recipient for the purpose intended. Reproduction or distribution of this information Is strictly prohibited without the prior written consent of CXT Incorporated. By allowing use of this information, CXT incorporated grants no warranty, express or implied, Including a warranty of merchantability or of, fitness for a particular purpose. CXT Incorporated FORMED REBAR R302 R302 f i I 2 1/2` RAD +ur arr OESCWPmai _-- Precast Products neascT mne STANDARD EMBED NOTICE The information contained herein is proprietary and the excl eive property of CXT Incorporated, The information may only be used by the original recipient for the purpose intended. Reproduction or distribution of this Information is strictly prohibited without the prior written consent of CXT Incorporated. By allowing use of this information,. CXT Incorporated grants no warranty, express or implied, "'eluding a warranty of merchantability or of fitness for o particular purpose, _ CXT Incorporated FORMED REBAR R303 R303 1 ' 1 1520 SU OF NAM OESr]tlP110N XFORMED BAR J3 x PROZOT ling STANDARD EMBED NOTICE The information contained herein is proprietary and the exclusive property of CXT incorporated. The Information may only be used by the original recipient for the purpose intended. Reproduction or distnbution of this information In strictly prohibited without the prior written consent of CXT Incorporated. By allowing use of this information, CXT Incorporated grants no warranty, express or implied, Including a warranty of merchontalAity or of fitness for o particular purpose. CXT lneorporoted FORMER REBAR R316 R316 1 ' I 3i0 �R*G�G�i�L�2�+�i�l�gL�G�G�*�G�G�LtL'rZ'►a�i�w�i7G���i, 8AR p3 x s- �— Precast Products STANDARD EMBED NOnCE The Information contained herein is proprietary and the exclusive property of CXT Incorporated, fie Information may only be used by the original recipient for the purpose intended. Reproduction or distribution of this information is *icily prohibited without the prior written canssnt of CXT Incorporated. By allowing use of this information, CXT Incorporated grants no warranty, express or implied, including o warranty of merchantability or of fitness for a particular purpose. CXT Incorporotad FORMED REBAR R317 R317 i ' i IItL OF NATO aESCixP71aN DEFORMED BAR i3 x E% Precast Products ""cT TIRE STANDARD EMBED NOTICE The information contained herein is proprietary and the exclusive property of CXT Incorporated. The information may only be used by the orighai recipient for the purpose int�mded. Reproduction w distribution of this information Is strictly prohibited without the prior written consent of CXT incorporated. By allowing use of this Information, CXT Incorporated grants no worronty. express or implied, Including a warranty of merchantability or of fitrwiss for a particular purpose. CXT incorporated I FORMED REBAR R320 R320 I /I I nEw an oEscswmw ' t t DEFCRMEO GAR $3 x 14'--3 1/2' CXT Precast Products wla�cT not STANDARD EMBED NOTICE The information contained herein is proprietary and the exclusive property of CXT Incorporated. The information may only be used by the original recipient for the purpose intended. Reproduction or distribution of this information is strictly prohibited without the prior written consent of CXT Incorporated. By allowing use of this nformotion; CXT Incorporated grants no warranty, express or implied, including a warranty of merchantability or of fitness for a particular purpose. CXT In—paroted FORMED REBAR R327 R327 1 t 6 2] (TY exl OF NAiEI aescrevnox DEFORMED BAR A x ro. Precast Products PN"c ' STANDARD EMBED NOTICE The information contained herein is proprietary and the exclusive property of CXT Incorporated The information may only be used by the original recipient for the purpose intended. Reproduction or distribution of this information is strictly prohibited without the prior written consent of CXT Incorporated. By allowing use of this information, CXT Incorporated grants no warranty, express or implied. including a warranty of merchantability or of fitness for a particular purpose. CXT Incorporated FORMED REBAR R.411 COMcheck Software Version 3.3.1 Lighting Compliance Certificate 2003 IECC Report Date: 06/22/07 Data filename: \\Nsat-serverkprojectsl2007\OA54BL-,f\OCMQTD-K.CCK Section 1: Project Information Project Title: Santiago (S-030) Construction Site: Owner/Agent: Designer/Contractor: Lubbock, TX James Alexander CXT Precast Products 3808 North Sullivan Spokane Valley, WA 99216 (509) 921-8766 Section 2: General Information Building Use Description by: Activity Type Project Type: New Construction Activity Tvnelsl ElwrAm Other 1200 Section 3: Requirements Checklist Interior Lighting: 0 1. Total actual watts must be less than or equal to total allowed watts. Allowed Watts Actual Watts Complies 1200 1044 YES 2. Exit signs 5 Watts or less per side. Exterior Lighting: 0 3. Efficacy greater than 45 lumens/W. Exceptions: Specialized lighting highlighting features of historic buildings: signage: safety or security lighting; low -voltage landscape lighting. Controls, Switching, and Wiring: 0 4. Independent controls for each space (switch/occupancy sensor). Exceptions: Areas designated as security or emergency areas that must be continuously illuminated. Lighting in stairways or corridors that are elements of the means of egress. U 5. Master switch at entry to hotel/motel guest room. i] 6. Individual dwelling units separately metered. Ej 7. Each space provided with a manual control to provide uniform light reduction by at least 60%. Exceptions: Only one luminaire in space; An occupant -sensing device controls the area; The area is a corridor, storeroom, restroom, public lobby or guest room; Areas that use less than 0.6 Watts/sq.ft. Page 1 of 3 ,�. 8. Automatic lighting shutoff control in buildings larger than 5,000 sq_ft. C] g, Photocell/astronomical time switch on exterior lights. Exceptions: Lighting intended for 24 hour use. 10.Tandem wired one -lamp and three -lamp ballasted luminaires (No single -lamp ballasts). Exceptions: Electronic high -frequency ballasts; Luminaires on emergency circuits or with no available pair. Section 4: Compliance Statement Compliance Statement: The proposed lighting design represented in this document is consistent with the building plans, specifications and other calculations submitted with this permit application. The proposed lighting system has been designed to meet the 2003 IECC, Chapter 8, requirements in COMcheck Version 3.3.1 and to comply with the mandatory requirements in the Requirements Checklist. .r — ----- Date Signature Name - Title Project Notes: Building Use: The 'Other' selection under the 'Area Category' was selected for building use because it best matches the allowable interior lighting power listed in Table 805.5.2 of the 2003 International Energy Conservation Code. Page 2 of 3 COMcheck Software Version 3.3.1 Lighting Application Worksheet 2003 IECC Report Date: Data filenarne: iWsat-server\projects12007\OA54BL-JtOCMQTD-K.CCK Section 1: Allowed Lighting Power Calculation A B C D Area Category Floor Area Allowed Allowed Watts (ft2) watts / ft2 (B x C) 1200 1 1200 - i otai Auoweu watts = i fuv Section 2: Actual Lighting Power Calculation A B C D E Fixture ID : Description / Lamp / Wattage Per Lamp / Ballast Fixture (C X D) Fixture Fixtures Linear Fluorescent 1: A: Chase Lights / 48" T8 32W (Super T8) I Hybrid 2 6 58 348 Linear Fluorescent 2: C: Shower Lights 148" T8 32W (Super T8) / Hybrid 2 4 58 232 Linear Fluorescent 3: D: Restroorn Lights / 48" T8 32W (Super T8) / Hybrid 2 8 58 464 Total Actual Watts = 1044 Section 3: Compliance Calculation If the Total Allowed Watts minus the Total Actual Watts is greater than or equal to zero, the building complies. Total Allowed Watts = 1200 Total Actual Watts = 1044 Project Compliance = 156 .*'3i't tI1 A 0 (3 ems + S=ii ttat, ,t Page 3 of 3 City of Lubbock NWLL and SWLL Baseball Complexes Hand Dryer screen walls 0 QN T- M 3 August 16, 2007 Chapman Harvey Architects ' MID 4[-0" T E CG Bit