Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2002-R0372 - Contract For North Universtiy Facade Renovations - Minnix Commercial - 09_17_2002
Resolution No. 2002-RO372 September 17, 2002 Item No. 46 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for the North University facade renovations, by and between the City of Lubbock and Minnix Commercial of Lubbock, Texas and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council Passed by the City Council this 17th day of September , 2002. UGAL, MAYOR ATTEST: Re ecca Garza, City Secretary APPROVED AS TO CONTENT: �G� t Victor Kilman, rchasing Manager APPROVED AS TO FORM: William de Haas Contract Manager/Attorney gs:/ccdacs/Contract-Minnix Commercial.res September 4, 2002 "1��10�CC� I;G Sri 0) BOND CHECK BEST IRAT1,W LICEmsm !At i F AS CITY OF LUBBOCK COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM SPECIFICATIONS FOR NORTH UNIVERSITY FACADE RENOVATIONS ITB #160-02/13M "A City Of Planned Progress" CITY OF LUBBOCK Lubbock, Texas ITB #160-02/BM, Addendum #2 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 httpd/purchasing.ci.lubbock.tx.us ADDENDUM #2 ITB #160-02/BM North University Facade Renovations - MAILED TO VENDOR: August 8, 2002 OLD CLOSE DATE: August 8, 2002 (P 3:00 P.M. NEW CLOSE DATE: August 15, 2002 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please note the NEW CLOSE DATE of August 15 2002 @ 2:00 P.M. New location is the Community Development Conference Room 107. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)775-2164 or Email to: bmacnair@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer ITB#160-02/BM Ad 2 ITB #160-021BM, Addendum #1 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #1 ITB #160-02/BM North University Facade Renovations MAILED TO VENDOR: July 30, 2002 CLOSE DATE: August 8, 2002 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the iTB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The section entitled "Current Wage Determinations" is replaced, in its entirety, with the attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)775-2164 or Email to: bmacnair@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer ITB#160-02/BM Ad 1 1S Document Retrieval http://neptune.fedwo )v/cgi-bin... 7715 12643+1+0+0&waisaction=retne%: GENERAL DECISION TX020015 06/07/02 TX15 General Decision Number TX020015 Superseded General Decision No. TX010015 State: TEXAS - Construction Type: BUILDING County ( ies) : LUBBOCK BUILDING CONSTRUCTION PROJECTS (does not include residential _ construction consisting of single family homes and apartments up to'and including 4 stories). (Use current heavy& highway general wage determination for Paving & Utilities Incidental to Building Construction). Modification Number Publication Date 0 03/01/2002 1 04/05/2002 - 2 06/07/2002 COUNTY ies). LUBBOCK CARP1884A 07/01/1993 Rates Fringes CARPENTERS 12.50 2.73 MILLWRIGHTS ---------------------------------------------------------------- 13.00 2.73 ELEC0850A 05/29/1997 Rates Fringes ELECTRICIANS 15.25 3.20+3.75% * PLUM0629A 06/01/.2002 Rates Fringes PLUMBERS ---------------------------------------------------------------- 18.20 4.45 SFTX0669A 04/01/2002 Rates Fringes SPRINKLER FITTERS ---------------------------------------------------------------- 23.87 6.55 SUTX2048A 03/16/1992 Rates Fringes ACOUSTICAL CEILING AND DRYWALL MECHANICS 10.00 .25 -. BRICKLAYERS 11.74 GLAZIERS 9.50 LABORERS 5.95 LATHERS 11.17 MASON TENDERS 6.25 PAINTERS 10.50 PLASTERERS 11.17 POWER EQUIPMENT OPERATORS: Backhoe 10.50 .42 of? 7/16/02 5:55 A! .IS Document Retrieval http://neptune.fedwo• )v/cgi-bin... 771512643+1+0+0&waisaction=retrieve ROOFERS 9.71 SHEET METAL WORKERS (Including duct work) 8.80 .69 WELDERS - Receive rate prescribed for the craft performing operation to which welding is incidental. ------------------------------------- --------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be'added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (v)) . In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be - prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the — Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator .(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the i • 7/16/02 8:55 r US Document Retrieval http://neptune.fedw. ,ov/cgi-bin... 771512G43+1+0+0&waisaction=retne-: interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. - 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review -- Board (formerly the Wage Appeals Board). Write;to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION _f 7110/02 8:55 A.` CITY OF LUBBOCK COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM SPECIFICATIONS FOR TITLE: NORTH UNIVERSITY FACADE RENOVATIONS ADDRESS: LUBBOCK, TEXAS BID NUMBER: 160-02113M 1 ] PROJECT NUMBER: 503.8815.04703 s CONTRACT PREPARED BY: PURCHASING DEPARTMENT r-- INDEX r-- 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS' 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. HUD CERTIFICATIONS 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. SPECIAL CONDITIONS OF THE AGREEMENT ' 11. EXHIBITS �- I A. COPELAND ANTI -KICKBACK REGULATIONS }-' 12. CURRENT WAGE RATE DETERMINATIONS 13. SPECIFICATIONS No Text NOTICE TO BIDDERS ITB #160-02113M Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 3:00 o'clock p.m. on the 8th day of August, 2002, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and pertorm all work for the construction of the following described project: "NORTH UNIVERSITY FACADE RENOVATIONS" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. Bids are due at 3:00 o'clock p.m. on the 8th day of Auciust. 2002, and the City of Lubbock City Council will consider the bids on the 22nd day of August, 2002, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a -. guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 30th day of July, 2002 at 9:00 o'clock a.m., in the Planning Conference Room 107, Lubbock, Texas. i Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13th Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained through City of Lubbock, Purchasing Department, 162513th Street, Room L04, Lubbock, Texas 79401, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's :. account number. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included ram: in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this l advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in r consideration for an award. i The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability.If you would like bid information made available in a more ,- accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775- 2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK lJt-L VICTOR KILMA PURCHASING MANAGER 1 No Text ' I GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish NORTH UNIVERSITY FACADE RENOVATIONS per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 p.m. CST, the 8th day of August, 2002 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid ' and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left- hand corner: "ITB #160-02/13M, NORTH UNIVERSITY FACADE RENOVATIONS" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: _ Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 _.. Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 9:00 a.m.. July 30th. 2002 in Planning Conference Room 107, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may _ request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original invitation to Bid (ITB) and will -- become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 2 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, ,-; advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion conceming this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasina Manaaer if anv language. requirements. etc.. or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO -BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, SENIOR BUYER City of Lubbock 1625 13t' Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: BMacnair@mail.ci.lubbock.tx.us 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be fully completed within NINETY (90) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in anyway, 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 be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 4 +i i 20 TEXAS STATE SALES TAX _ 19.1 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. 19.2 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. L 4 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. r: 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 Aamage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative maybe reached during the time that the work contemplated by s 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 F�l 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 r 5 L_. 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 The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the 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 bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 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 Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 6 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be r given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. 3 ~: The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for (description of the project). I 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose' of correcting an error in the bid price. THEREFORE, -1 ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 6) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 3. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 33.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 34.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 35.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 36.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 8 BID SUBMITTAL --DATE: August 15,2002 'PROJECTNUMBER: #160-02113M - NORTH UNIVERSITY FACADE RENOVATIONS Bid of Hinnix Commercial (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) s- ;Gentlemen: - - The Bidder, in compliance with your invitation for bids for the construction of a NORTH UNIVERSITY FACADE FRENOVATIONS having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the =nstruction 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, BID ITEM #1: Tanner's Automotive (110 N. University) MATERIALS: Six Thousand Five Hundred and 00/100 ($' 6 i7,500, 00 ) SERVICES: Twelve Thousand One Hundred and QQj100 ($ 1 2 . l nn'�nn7, ) 'OTAL BID ITEM #1:Eicthteen Thousand Six Hundred and 00/100 ($18 , 600.00 ) —BID ITEM #2: Pollard Used Cars (323-A N. University) 1ATERIALS: icrht Thousand Four Hundred and 00 /100 _`__RVICES: F1 even Thousand Two hundred and nn 11 An ($ 1 1 , Inn _ On ) `OTAL BID ITEM Thnnnand Ci z HirollAr-ed and np.Z10n ($J 9 _ Ann _ n0 ) BID ITEM #3: Wright Sales (323-B N. University) P'.`1".11ATERLALS: Ten Thousand Eight Hundred and 00/100 (S 10.800 , 00 ) f^1-=RVICES:_ :..Ten Than -sand Seven Hundred and nnflnn ($ 18,700.00 �`°' OTAL BID ITEM #3: Tventy One Thousand Five Hundred and00 ($21 , 500.00 ) TOTAL BID ITEMS #1 — #3: MATERIALS: -Tventy Five Thousand -Seven Hundred and WZJD_0$ 25,700.00 SERVICES: Thirty Four Thousand and 00/100 ($ 34,000-00 TOTAL BID ITEMS #1- #3: Fifty Nine Thousand Seven Hundred and($ 59,700.00 (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 90 (NINETY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. erits. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or F certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (IS) days after notice of award of the contract to him. is Enclosed with this bid is a Cashier's Check or Certified Check for Dollars or a Bid Bond in the sum of- Five —Percent Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned -fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. M. 2 F `- Bidder understands and agrees that the contract, to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance. with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be Authorized Signat/=6ercial � changed for the purpose of correcting an error in the bid JerrySmith Sales Mgr. price. Therefore, any corrections to the bid price must (Printed or Typed ame) be made on the Bid Submittal form prior to bid opening. % _ - (Seal if Bidder is a Corporation) i , ATTEST: " 'Secre l Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 7-30-02 Addenda No. 2 Date 8-8-02 _Addenda No. Date F Addenda No. Date i WWBE Firm: Minnie Homes. Inc. Companydba Minnix Commercial 14102 S. Address Slide RD. Lubbock. Lubbock City, County Texas 79424 State Zip Code Telephone: 806 - 798-7335 Fax:806 - 798-9761 3 t F. F LIST OF SUBCONTRACTORS —' Minority Owned Yes No 1. Tames PagetPaaott Paintina ❑ 3c 2. Enri cues Masnnry 30 ❑ i 3. Miller eanstrnctian (roofing) ❑ 3c 4. ('_CES Electrical 0 3c 5. Dan Moore Construction ❑ 3c -- 6. ❑ ❑ 7. ❑ ❑ 8. ❑ 0 9. ❑ ❑ 10. 0 ❑ 12 I:t i 4 To Be Completed by Bidder And Attached to Bid. Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been F' 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 fifteen (15) days after being'notified of such award by the City of Lubbock, furnish a•valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. J jai nnix Commercial n ctor (Signature) Contractor (Print) CONTRACTOR'S NAME: Jerry smith, Commercial Sales Mgr. (Print or Type ) CONTRACTOR'S ADDRESS: Lubbock, TX 79424 Name of Agent/Broker: Grimes Insurance, Inc_ t ' Address of Agent/Broker: i65i 'Broadway F. City/State/Zip: Lubbock, . TA �a ini Agent/Broker Telephone Number: ( 806 ) 762 -0504 ,, Date: 08-08-02 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. F-. BID #160-02/BM NORTH UNIVERSITY FACADE RENOVATIONS 3 No Text THE AMERICAN INSTITUTE OF ARCHITECTS c - i AIA Document A312 Payment Bond w; I- Any singular reference to Contractor, Surety, Qwner or other, party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): Minnix Homes, Inc. dba Minnix Commercial Merchants Bonding Company (Mutual) -- 14302 S. Slide Road ; 2100 Fleur Drive I; I •ar; Lubbock, TX 79424 _ Des Moines, IA 50321 OWNER (Name and Address): City of Lubbock P.O. Box 2000 Lubbock,TX 79457 ? CONSTRUCTION CONTRACT t'._. Date: 171 Sept. 2002 Amount: $59,700.00 ITB 3160-02113M Description (Name and Location): North University Fagade Renovations Lubbock, TX BOND TX 592821 r Date (Not earlier than Construction Contract Date): 17TH Sept. 2002 + Amount: $59,700.00 Modifications to this Bond: [ ] None See Page 6 CONTRACTOR AS PRINCIPAL SURETY Company: _ Company: (Corporate Seal) (Corporate Seal) F-vi Minnix Homes, Inc. + � Merchants Bonding Company (Mutual) dba Minnix Commercial , Signature: Signature: Name and I e: - X _ aCe6y�er,+ Name and Title: Don E. Smith, Attorney -in -Fact (Any additional signatures appear on page 6) r _ (FOR INFORMATION ONLY -Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): Smith Construction Bonding Inc. Bruce MacNair, Senior Buyer 3116 Kellway Drive — Suite 110 Tele: 8061775-2163 Carrollton, TX 75006 972 732-6175 AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA D THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON. O.C. 20DD6 t 3 . A312-1984 i I The Corrtractor and the Surety, jointly and severally, bind = themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days undisputed and the basis for challenging any amounts that are disputed after receipt of the claim, stating the amounts that are. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this 2.1 Promptly makes payment, directly or indirectly, for all sums Bond, and the amount of this Bond shall be credited for any due Claimants, and payments made in good faith by the Surety. 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims,demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compliance. ,6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at, the Surety's expense take the following actions: _. AIA Document A312- Performance 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2 (III), or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. I The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, ,t> r which is incorporated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days undisputed and the basis for challenging any amounts that are disputed after receipt of the claim, stating the amounts that are. 6.2 Pay or arrange for payment of any undisputed amounts. j 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 2.2 Defends, indemnifies and holds harmless the Owner from 8 Amounts owed by the Owner to the Contractor under the claims, demands, liens or suits by any person or entity whose Construction Contract shall be used for the performance of the claim, demand, lien or suit is for the payment for labor, materials or Construction Contract and to satisfy claims, if any, under any equipment furnished for use in the performance of the Construction Performance Bond. By the Contractor furnishing and Construction Contract, provided the Owner has promptly notified the Owner accepting this Bond, they agree that all funds earned by the Contractor and the Surety (at the address described in the Contractor in the performance of the Construction Contract are Paragraph 12) of any claims, demands, liens or suits and tendered dedicated to satisfy obligations of the Contractor and the Surety defense of such claims,demands, liens or suits to the Contractor under this Bond, subject to the Owner's priority to use the funds for and the Surety, and provided there is no Owner Default. the completion of the work. 3 With respect to Claimants, this obligation shall be null and void if 9 The Surety shall not be liable to the Owner, Claimants or others the Contractor promptly makes payment, directly or indirectly, for for obligations of the Contractor that are unrelated to the all sums due. Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and 4 The Surety shall have no obligation to Claimants under this Bond shall have under this Bond no obligations to make payments to, until: give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address 10 The Surety hereby waives notice of any change, including described in Paragraph 12) and sent a copy, or notice thereof, to changes of time, to the Construction Contract or to related the Owner, stating that a claim is being made under this Bond and, subcontracts, purchase orders and other obligations. with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor. .1 Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice fumished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compliance. ,6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at, the Surety's expense take the following actions: AIA Document A312- Performance' 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2 (III), or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a I potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. i u 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectual and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: NONE mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. i (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) rI CONTRACTOR AS PRINCIPAL SURETY Company: ( Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and TRIP- Name and Title: Address: Address: AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. -AIA 0 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.. N.W., WASHINGTON, D.C. 20006 A312-1984 6 F- r Merchants Bonding Company (Mutual) POWER OF ATTORNEY BondNo.TX 592821 Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Don E. Smith of Carrollton and State of Texas its true and lawful Attorney -in -Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such _ instrument shall not exceed the amount of: TWO MILLION FIVE HUNDRED THOUSAND (2,500,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on October 3, 1992. ARTICLE 11, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them'to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 11, SECTION 9 - THe signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 2nd day of January 2002 •.a�\N�' cq* MERCHANTS BONDING COMPANY (MUTUAL) 1933 C' B y STATE OFIOWA •..;..,••• President COUNTY OF POLK ss. On this 2nd day of January , 2002 before me appeared Lary Taylor, to I me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. I in Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. l RUTH K. MCCLAIN 44 Commission Number 201299 Wi� My Commission Expires February 19, 2004 Notary Public, Polk County, Iowa x- W STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in force and effect. In Witness Whereof, I have hereunto set my hand and affixed the s@ l of the Company on this 17th day of September 2002 •••.:�%Gc/ Secretary CC z:-0-tm ' a 1933 :. i DDUD,,. Merchants Boi-Aing COIIIJDany Please send all notices of claim wi this Imid to: M'cxchants Bonding Company (Mutual) 6850 Austin Center- Blvd- Suite 200 P O. Box 26720 Austin, TX 78755-0720 (512) 343-9033 �OND�pr d OCR Merchants Bonding Company Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) 6850 Austin Center Blvd., Suite 200 P. O. Box 26720 Austin, TX 78755-0720 (512) 343-9033 ,�ti J4+J R ® e t S � �d n� Merchants Bonding Cornpany Please send all. notices of claim on, this hond to: Merchants Bonding C6n-ipany 04utual) 6850 Austin Center Bled., Suite 200 P. O. Box 26720 - Austin, TX 78755-0720 (512) 343-9033 f 'Am X CERTIFICATE OF INSURANCE 0 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD09/27/2002 /YY) TM PRODUCER (806)762-0544 FAX (806)741-1527 THIS CERTIFICATE 15 ISSUED AS A MATTER Ut- INI--UKMA. I IUN ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Grimes Insurance Agency, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 16S1 Broadway Lubbock, TX 79401 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Written through Quirk & Company INSURERS AFFORDING COVERAGE PO Box 792030 San Antonio,TX 79279 INSURED Minnix Homes, Inc. INSURER A. Western World Insurance Co. TIM Contractors INSURERB: P.O. Box 6489S INSURERC: Lubbock, TX 79464 INSURERD: INSURER E: COVERAGES 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. LTR TYPE OF INSURANCE POLICY NUMBER DATE'(MM/DO/YY) DATE (MM/DD/YY) LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR YPP752146 05/06/2002 05/06/2003 EACH OCCURRENCE $ 11000,000 FIRE DAMAGE (Any one fire) $ S0,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PE&RO LOC J PRODUCTS - COMP/OP AGG $ 11000,0001 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ EXCESS LIABILITY OCCUR ❑ CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ 1$ E.L. DISEASE - POLICY LIMIT OTHER DESCRIPTION OF OPERATIONSILOCATIONOE'HICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Waiver of Subrogation & additional insured CERTIFICATE HOLDER City of Lubbock P.O. Box 2000 Lubbock, TX 79457 ADDITIONAL INSURED; INSURER LETTER GAIVI.aL.L.A I IVIV SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE r �� Richard Duncan/DMB�`- 0 ACORD CERTIFICATE OF LIABILITY INSURANCE TM DATE(MMIDDIYY) 09/23/2002 PRODUCER (806)762-0544 FAX (806)741-1527 Grimes Insurance Agency, Inc. 1651 Broadway Lubbock, TX 79401 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Minnix Homes, Inc. TJM Contractors P.O. Box 64895 Lubbock, TX 79464 INSURER A: Texas Mutual Insurance Co. INSURERB: INSURERC: INSURERD: INSURER E: COVERAGES 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: LTR TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDIYY) DATE (MMIDDIYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ CLAIMS MADE D OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY PROECT LOC J AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR a CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TSF0001095348 03/01/2002 03/01/2003 TORYLIMITS ER A EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE -POLICY LIMIT $ 500,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS lanket Waiver of Subrogation applies to Certificate holder. CERTIFICATE HOLDER I IADDITIONAL INSURED; INSURER LETTER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Lubbock BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY P.O. Box 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Lubbock, TX 79457 Richard Duncan/DMB c L j ACORD CERTIFICATE OF LIABILITY INSURANCE I TM DATE (MMMD1YY) 09/23/2002 PRODUCER (806)762-0544 FAX (806)741-1527 Grimes Insurance Agency, Inc. 1651 Broadway Lubbock, TX 79401 THIS GER-1 H-IGATE 15 I5SUtU A5 A MATTETMF INt-LIKIVIA] IUN ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Minnix Homes, Inc. TIM Contractors P.O. Box 64895 Lubbock, TX 79464 I INSURER& Safeco Insurance Co. INSURERB: INSURER C: INSURER D: INSURER E: 11 COVERAGES 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 TOALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INZ,K LTR TYPE OF INSURANCE POLICY NUMBER rUU'-Tr_"t:k;11Vt: DATE (MMIDDIYY) rVL1tTLAr1KA11VN DATE (MMIDDIYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ CLAIMS MADE � OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ r-1 POLICY [71 PROJECT [7 LOC AUTOMOBILE LIABILITY X ANY AUTO D4BA4380674 07/29/2002 07/29/2003 COM13INED SINGLE LIMIT (Ea accident) 11000,000 BODILY INJURY (Per person) 3 ALL OWNED AUTOS SCHEDULED AUTOS A — X HIRED AUTOS X NON -OWNED AUTOS BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) $ R GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS LIABILITY T-ORY'LIM-f-fi; -E. R_ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ OTHER kuto Physical Damage D4BA4390674 07/29/2002 07/29/2003 $250 Ded. Comprehensive A $250 Ded. Collision DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLEStEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Zertificate holder is named as Additional Insured and Waiver of Subrogation applies as their nterest may appear SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ,Richard Duncan/DMB WAL;L)KU k;UKFVKA I IM j j IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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. A CONTRACTOR SHALL: (7) CONTRACTOR CHECKLIST 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; provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; 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; 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; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 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; ' 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: 2 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 endof 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 i (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.❑ r-- r: . 3 No Text I CERTIFICATION IN COMPLIANCE WITH SECTION 109 OF PUB. L. 100-202 REGARDING RESTRICTIONS ON THE AWARD OF CERTAIN CONTRACTS AND SUBCONTRACTS TO FOREIGN COUNTRIES (a) Definitons. The definitions pertaining to this provision are;those that are set forth in the clause entitled "Restrictions on Public Works Project." (b) Certification. Except as provided in paragraph (c) of this provision, by submission of its bid or proposal, the bidder certifies that it - (1) Is not a Contractor of a foreign country included on the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR) (see paragraph (h) of this provision); (2) Has not or will not enter into any subcontract with a subcontractor of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; and (3) Will not provide and product of a country included on the list of foreign countries that discriminate against U.S. firms published by the USTR. (c) Inability to certify. A bidder unable to certify in accordance with paragraph (b) of this provision shall submit with its offer a written explanation fully describing the reasons for its inability to make the certification. (d) Applicability of 18 U.S.C. 1001. The certification in paragraph (b) of this provision concerns a matter within the jurisdiction of an agency of the United States, and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, U.S.C. 1001. (e) Notice. The bidder shall provide immediate written notice to the Contracting Officer if, at any time before the contract award, the bidder learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (f) Restrictions on contract award. Unless a waiver to these restrictions is granted by the Secretary of Housing and Urban Development, no contract will be awarded to a bidder (1) who is owned or controlled by a citizen or national of a foreign country included on the list of foreign countries that discriminate against U.S. firms published by the USTR, (2) whose subcontractors are owned or controlled by citizens or nationals of a foreign country on the USTR list, or (3) who incorporates any product of a foreign country on the USTR list in the public works project. (g) Recordkeeping. Nothing contained in the foregoing shall be construed to require establishment of a system of - records in order to render, in good faith, the certification required by paragraph (b) of this provision. The knowledge and information of a bidder is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (h) USTR list. The USTR published an initial list in the Federal Register on December 30, 1987 (53 FR49244), which � identified one count Japan. The USTR can add countries to the list, and remove countries from it, in accordance .,., country _ p with section 109(c) of Pub. L. 100-202. A( 4/ / Contractor By:� /l�! Jam•.. ! x y�/i' ld/c� f (Seal if Bidder is a Corporation) ATTEST: r— Se etary r-- 1' CONTACTOR INFORMATION TO: CITY OF LUBBOCK DATE: 1?--2 3 --a Z-- P.O. BOX 2000 LUBBOCK, TEXAS 79457 PROJECT NUMBER ' CDWO: 'PROJECT NAME:/(l.. r77 1. The undersigned, having submitted a bid to the City of Lubbock for the construction of the above identified project, certifies that: (a) The legal name and business address (including zip code) of the undersigned is: 2. The undersigned is: (a) A single proprietorship (list sole owner). (b) A partnership (list all partners). (c)_ A corporation (names of all principals and their titles). President: 7-�,A4 N N ' i Vice -President: Secretary/Treasurer: Z!�'. A- I' C e� V X 3. The Taxpayer Identification Number for the undersigned is (whichever is applicable): (a) Employer Identification Number (Federal Identification Number): -75- r230 -?4? (b) Social Security Number: 2' 4 4. If awarded this bid for the aforementioned project, the undersigned agrees to forward to the City of Lubbock within ten days after the execution of any subcontractor(s) al list of all subcontractor(s) who will be employed on said project. This list will consist of the subcontractor's legal name and business address. r Co ctor // (Printed or Typed Name) - M t ,a K 6'2p Company &1e ,<<✓ Address GvSGGG (�- LdriGA- City County State Zip Code i Telephone: Fax Number: (ekO G %f 8 - i7 I Date: , 2002 t 3 No Text CONTRACT STATE OF TEXAS ` COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 17th day of September, 2002 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 Minnix Commercial of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements i` described as follows: BID #160-02/BM - NORTH UNIVERSITY FACADE RENOVATIONS - $59,700.00 € and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreemen Lubbock, Lubbock County, Texas in the year and day first above written. ATTEST: CITY OF UBBOC , TE WNER) t By. City S cretary C CD t, MAYOR r APPROVED Ao TO CONTENT: CONTRACTOR: Owner's Representative APPROVED AS TO FORM: i City Attorney PRINTED NAME: TITLE: ATTEST: COMPLETE ADDRESS: ' Corporate Secretary Minnix Commercial [ ' t 14302 S. Slide Road OANA444WA te, Lubbock,Texas 79424 j i 1 El GENERAL CONDITIONS OF THE AGREEMENT k 1. OWNER Whenever the word Owner, or First Party, is used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the words Contractor, or Second Party, are used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit MINNIX COMMERCIAL who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE 4. 5. Whenever the words Owner's Representative, or Representative, are used in this contract, it shall be understood as referring to, City of Lubbock, or its representative BILL HOWERTON JR., SENIOR PROGRAM SPECIALIST, 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. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words Directed, Permitted, Designated, Required, Considered Necessary, Prescribed, or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 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. t:- 1 i E, 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. 1 All work shall be done and all materials furnished in strict conformity with the contract documents. E , 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall r 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 l work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE l.' The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the .+ executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 113. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems 1-; 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 F-1 replaced by the Owner's Representative at Contractor's expense. K I 2 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND bUTY F7. t _ Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The t 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 r 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 r 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 E 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 Y 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. a, 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 l...a 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. i j 3 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. k J 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. 1 j. 19. CONSTRUCTION PLANT j The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have''the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 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 unlessotherwise 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. 4 i 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 i 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 r such changes or alterations as shall make useless any work already done or material already furnished or used in F 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. k 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by r a reasonable and prudent Contractor as a reasonable and necessary cost for 1- performance of the extra work: r, In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph k' 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 - 5 f J them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be Li kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative prior to the commencement any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative prior to bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no, later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this'contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 6 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY 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, Tie 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 i insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, _ or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The Certificates of Insurance furnished by the Contractor and Subcontractors shall name the City of Lubbock as an additional insured. If no subcontractors will be used, said insurance- certificate shall be accompanied by a written statement from the Contractor stating to the effect that no work on this particular project shall be subcontracted. 1 A. General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard 7. c :.1 r Products & Completed Operations Hazard Contractual Liability ` a Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, L0 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $300,00000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of LCLOO on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 0406.096, 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- 8 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. 'i 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; (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; i (d) obtain from each other person iwith whom it contracts, and provide to the Contractor: 9 (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing, services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all,coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal, penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entities the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. 10 t i (8) If policy limits are paid, new policy must be secured for new coverage to complete project. i i� (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the r — - 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 j . 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 f 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 E 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 I, ? 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 i; 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 i.^ es: words or changes: g i-:; i REQUIRED WORKERS',COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation - insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; n provide a certificate of coverage to the Contractor prior to that person beginning C�) P 9 P P 9� 9 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 J project; _ NO retain all required certificates of coverage on file for the duration of the project �+ and for one year thereafter; 12 viinotify 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 anyway, 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, materialmen 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 F - 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 bidding. t! 13, I 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. Contractor hereby agrees to follow all federal, state, and local statutes, laws, ordinances and regulations. Further, Contractor specifically agrees to abide by the federal regulations as set forth in 24 CFR Parks 570. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into J 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 J OF THE ESSENCE OF THIS CONTRACT. �a 14 i 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the - event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for' estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 3 4 I 15. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and ;truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application' for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial - "f 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. a t The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 16 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of 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. -- 17 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative{ said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and !. constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR i 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 i 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 1 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 i (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper V having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. 18 i h. 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 C7 provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. r:. 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 f 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 i 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 which remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State' of Texas. It is further agreed that tPis 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. �� 19 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owners Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 20 SPECIAL CONDITIONS I I OF THE AGREEMENT 1. PAYROLLS AND BASIC PAYROLL RECORDS OF CONTRACTOR AND SUBCONTRACTORS i. The Contractor and each subcontractor shall prepare their payrolls on forms satisfactory to and in accordance with instructions to be furnished by the Local Public Agency or Public Body. The Contractor shall submit weekly to the Local Public Agency or Public Body two certified copies of all payrolls of the Contractor and of the subcontractors, it being understood that the Contractor shall be responsible for the submission of copies of payrolls of all subcontractors. Each such payroll shall contain the "Weekly Statement of Compliance set forth in Section 3.3 of Title 29, Code of Federal Regulations. The payrolls and basic payroll records of the Contractor and each subcontractor covering all laborers and mechanics employed upon the work covered by this Contract shall be maintained during the course of the work and preserved for a period of three (3) years thereafter. Such payrolls and basic payroll records shall contain the name and address of each such employee, his correct classification, rate of pay (including rates of contributions or costs anticipated of the types described in Section 1(b)(2) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. In addition, whenever the Secretary of Labor has found under Section 5.5(a)(1)(iv) of Title 29, Code of Federal Regulations, that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the Contractor or subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. The Contractor and each subcontractor shall make their employment records with respect to persons employed by them upon the work covered by this Contract available for inspection by authorized representatives of the Secretary of Housing and Urban Development, the Local Public Agency or Public Body and the United States Department of Labor, Such representatives shall be permitted to interview ' employees of the Contractor or of any subcontractor during working hours on the job. 2. MINIMUM WAGES (See Exhibit B: In excess of $2,000) All laborers and mechanics employed upon the work covered by this Contract shall be paid unconditionally and not less often than once each week, and without subsequent deduction or rebate on any account (except such payroll deductions as are made mandatory by law and such other payroll deductions as are permitted by the applicable £ regulations issued by the Secretary of Labor, United States Department of Labor, pursuant to the Anti -Kickback Act hereinafter identified), the full amount due at time of payment computed at wage rates not less than those i contained in the wage determination decision of said Secretary of Labor (a copy of which is included in Exhibit B) regardless of any contractual relationship which may be, alleged to exist between the Contractor or any subcontractor and such laborers and mechanics. All laborers and mechanics employed upon such work shall be paid in cash, except that payment may be by check if the employer provides or secures satisfactory facilities approved by the Local Public Agency or Public Body for'the cashing of the same without cost or expense to the employee. For the purpose of this clause, contributions; made or costs_ reasonably anticipated under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section 5.5(a)(1)(iv) of Title 29, Code of Federal Regulations. Also for the purpose of this clause, regular contributions made or incurred for more than a weekly period under plans, funds or programs, but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period. 3. POSTING WAGE DETERMINATION DECISIONS AND AUTHORIZED WAGE DEDUCTIONS The applicable wage poster of the Secretary of Labor, United States Department of Labor, and the applicable wage determination decisions of said Secretary of Labor with respect to the various classification of laborers and mechanics employed and to be employed upon the work covered by this Contract, and a statement showing all deductions, if any, in accordance with the provisions of this Contract, to be made from wages actually earned by persons so employed or to be employed in such classifications, shall be posted at appropriate conspicuous points at the site of the work. 4. EMPLOYMENT OF LABORERS OR MECHANICS NOT LISTED IN AFORESAID WAGE DETERMINATION DECISIONS Any class of laborers or mechanics which is not listed in the wage determination decisions and which is to be employed under the Contract will be classified or reclassified conformably to the wage determination by the Local Public Agency or Public Body, and a report of the action taken shall be submitted by the Local Public Agency or Public Body, through the Secretary of Housing and Urban Development, to the Secretary of Labor, United States Department of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question, accompanied by the recommendation of the Local Public Agency or Public Body, shall be referred, through the Secretary of Housing and Urban Development, to the Secretary of Labor for final determination. SPECIFIC COVERAGE OF CERTAIN TYPES OF WORK BY EMPLOYEES The transportation of materials and supplies to or from the site of the Project or Program to which this Contract pertains by the employees of the Contractor or of any subcontractor, and the manufacturing or furnishing of materials, articles, supplies or equipment on the site of the Project or Program to which this Contract pertains by persons employed by the Contractor or by any subcontractor, shall, for the purposes of this Contract, and without limiting the geniality of the foregoing provisions of this Contract, be deemed to be work to which these Federal Labor Standards Provisions are applicable. 6. UNDERPAYMENTS OF WAGES OR SALARIES In case of underpayment of wages by the Contractor or by any subcontractor to laborers or mechanics employed by the Contractor or subcontractor upon the work covered by this Contract, the Local Public Agency or Public Body, in addition to such other rights as may be afforded it under this Contract, shall withhold from the Contractor, out of any payments due the Contractor, so much thereof as the Local Public Agency or Public Body may consider necessary to pay such laborers or mechanics the full amount of wages required by this Contract. The amount so withheld may be disbursed by the Local Public Agency or Public Body, for and on account of the Contractor or the subcontractor (as may be appropriate), to the respective laborers or mechanics to whom the same is due, or on their behalf to plans, funds or programs for any type of fringe benefit prescribed in the applicable determination. 7. ANTICIPATED COSTS OF FRINGE BENEFITS If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing fringe benefits under a plan or program of a type expressly listed in the wage determination decisions of the Secretary of Labor, which are a part of this Contract: Provided, the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside, in a separate account, assets for meeting the obligations under the plan or program. A copy of any findings made by the Secretary of Labor in respect to fringe benefits being provided by the Contractor must be submitted to the Local Public Agency or Public Body with the first payroll filed by the Contractor subsequent to receipt of the findings. FRINGE BENEFITS NOT EXPRESSED AS HOURLY WAGE RATES The Local Public Agency or Public Body shall require, whenever the minimum rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefits which is not expressed as an hourly wage rate, and the Contractor is obligated to pay the cash equivalent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accompanied by the recommendation of the Local Public Agency or Public Body, shall be referred, through the Secretary of Housing and Urban Development, to the Secretary of Labor for determination. 9. OVERTIME COMPENSATION REQUIRED BY CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (76 STAT. 357-360: TITLE 40 U.S.C., SECTIONS 327-332) (a) Overtime requirements. No Contractor or subcontractor contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics, including watchmen and guards, shall require or permit any laborer or mechanic in any work week in which they are employed on such work to work in excess of 40 hours in such work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times their basic rate of pay for all hours worked in excess of 40 hours in such work week. (b) Violation: Liability for unpaid wages and liquidated damages. In the event of any violation of the clause set forth in paragraph (a) of this Section, the Contractor and any subcontractor responsible therefor shall be liable to any affected employee for his unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed 2 with respect to each individual laborer or mechanic employed in violation of the clause set forth in r paragraph a in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph (a). (c) Withholding for liquidated damages. The Local Public Agency or Public Body shall withhold or cause to be withheld from any moneys payable on account of work performed by the Contractor or any subcontractor such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for liquidated damages as provided in the clause set forth in paragraph (b) of Fr. this Section. (d) Subcontracts. The Contractor shall insert in any subcontracts the clauses set forth in paragraphs (a), (b) f and (c) of this Section and also a clause requiring the subcontractors to include these clauses in any lower °`' tier subcontract which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. 10. EMPLOYMENT OF APPRENTICES/TRAINEES (a) Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed and individually registered in'.a bona fide apprenticeship program registered with the U. S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his first 90 days of probationary employment as an apprentice in such an apprenticeship program who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate who is not a trainee as defined in paragraph (b) of this Section, or is not registered or otherwise employed as stated above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performs. The Contractor or subcontractor will be required to furnish to the contracting officer, or a representative of the Wage -Hour Division of the U. S. Department of Labor, written evidence of the registration of and wage rates (expressed in percentages of the journeymen hourly rates), for the area of construction prior to using any apprentice on the Contract work. The wage rate paid apprentices shall be not less than the appropriate percentage of the journeyman's rate contained in the applicable wage determination. (b) Trainees. Except as provided in 29 CFR 5.15, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification, by the U. D. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training. The ratio of trainees to journeymen shall not be greater than permitted under the plan approved by the Bureau of Apprenticeship and Training. Every trainee must be paid at not less than the rate specified in the approved program for his level of progress. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Bureau of Apprenticeship and Training shall be paid not less than the wage rate determined by the Secretary of Labor for the classification of work he actually performs. The Contractor or subcontractor will be required to performs. The Contractor or subcontractor will be required to furnish the contracting officer or a representative of the Wage -Hour Division of the U. S. Department of Labor written evidence of the certification of his program, the registration of the trainees and the ratios and wage rates prescribed in that program. In the event the Bureau of Apprenticeship and Training withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (c) Egual Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 11. EMPLOYMENT OF CERTAIN PERSONS PROHIBITED No person under the age of sixteen years and no person who, at the time, is serving sentence in a penal or correctional institution shall be employed on the work covered by this Contract. 12. REGULATIONS PURSUANT TO SO-CALLED "ANTI -KICKBACK ACT" The Contractor shall comply with the applicable regulations (See Exhibit A, attached and herein incorporated by reference) of the Secretary of Labor, United States Department of Labor, made pursuant to the so-called "Anti - Kickback Act" of June 13, 1934 (48 Stat. 948, 62'Stat. 862, 63 Stat. 108, 72 Stat. 967; 62 Stat. 740: Title 18 U.S.C., Section 874 and Title 40 U.S.C., Section 276c) and any amendments or modifications thereof, and shall cause appropriate provisions to be inserted in subcontracts to insure compliance therewith by all subcontractors subject thereto, and shall be responsible for the submission of affidavits required by subcontractors thereunder, except as said Secretary of Labor may specifically provide for reasonable limitations, variations, tolerances and exemptions from the requirements thereof. 13. COMPLAINTS PROCEEDINGS OR TESTIMONY BY EMPLOYEES No laborer or mechanic to whom the wage, salary or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in', any proceeding under or relating to the labor standards applicable to his employer under this Contract. 14. CLAIMS AND DISPUTES PERTAINING TO WAGE RATES Claims and disputes pertaining to rates or to classifications of laborers and mechanics employed upon the work covered by this Contract shall be promptly reported by the Contractor, in writing, to the Local Public Agency or Public Body for referral by the latter through the Secretary of Housing and Urban Development to the Secretary of Labor, United States Department of Labor, whose decision shall be final with respect thereto. 15. QUESTIONS CONCERNING CERTAIN FEDERAL STATUTES AND REGULATIONS All questions arising under this Contract which relate to the application or interpretation of (a) the aforesaid Anti - Kickback Act, (b) the Contract Work Hours and Safety Standards Act, (c) the aforesaid Davis -Bacon act, (d) the regulations issued by the Secretary of Labor, United States Department of Labor, pursuant to said Acts or (e) the labor standards provisions of any other pertinent Federal statute, shall be referred, through the Local Public Agency or Public Body and the Secretary of Housing and Urban Development, to the Secretary of Labor, United States Department of Labor, for said Secretary's appropriate ruling or interpretation, which shall be authoritative and may be relied upon for the purpose of this Contract. 16, BREACH OF FOREGOING FEDERAL LABOR STANDARDS PROVISIONS In addition to the causes for termination of this Contract as herein elsewhere set forth, the Local Public Agency or Public Body reserves the right to terminate this Contract if the Contractor or any subcontractor whose subcontract covers any of the work covered by this Contract shall breach any of these Federal Labor Standards Provisions. A breach of these Federal Labor Standards Provisions may also be grounds for debarment, as provided by the applicable regulations issued by the Secretary of Labor. A breach of Section 45 and the Federal Labor Standards Provisions may be grounds for termination of the Contract, and for debarment as provided in 29 CFR 5.6. 17. INTEREST OR MEMBER OF OR DELEGATE TO CONGRESS No member of or Delegate to Congress or Resident Commissioner shall be admitted to any share of this Contract or to any benefit that may arise therefrom, but this provision shall not be construed to extend to this Contract if made with a corporation for its general benefit. 4 j.- -- 18. OTHER PROHIBITED INTERESTS No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate, make, accept or approve, or to take part in negotiating, making, accepting or approving any architectural, engineering, inspection, construction or material supply contract or any subcontract in connection with the construction of the shall become direct) or indirect) interested personally m this Contract or in an art hereof. No officer, f- project Y Y P Y� Y P employee, architect, attorney, engineer or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with s the construction of the project shall become directly or indirectly interested personally in this Contract or in any part t=- thereof, any material supply contract, subcontract, insurance contract or any other contract pertaining to the project. f 19. SPECIAL EQUAL OPPORTUNITY PROVISIONS A. Activities and Contracts Not Subiect to Executive Order 11246, as Amended. s Applicable to Federally assisted construction contracts and related subcontractors under $10,000) During the performance of this Contract, the Contractor agrees as follows: (1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor shall take affirmative action to ensure that applicants for employment are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. (2) The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of this nondiscrimination clause. The Contractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. (3) The Contractor shall incorporate the foregoing requirements in all subcontracts. B. Contracts Subiect to Executive Order 11246, as Amended. (Applicable to Federally assisted construction contracts and related subcontracts exceeding $10,000) During the performance of this Contract, the Contractor agrees as follows: r (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure r that applicants for employment are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not limited to, the following: employment, upgrading, demotion or transfer,; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous ' places, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of this nondiscrimination clause. ( (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. (3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the Contract Compliance Officer advising the said labor union or workers' representative of the Contractor's commitment under this Section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. _; 5 (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and the rules, regulations and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the Department and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract, or with any of such rules, regulations or orders, this Contract may be canceled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contract procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by laws. (7) The Contractor will include the portion of the sentence immediately preceding paragraph B(1) of this Section, and the provisions of paragraphs (1) through (7) which follow, in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontractor or purchase order as the Department may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a Contractor become involved in, or is threatened with, litigation with the Department, the Contractor may request the United States to enter such litigation to protect the interest of the United States. C. "Section 3" Compliance in the Provision of Training, Employment and Business Opportunities: (Applicable to Federally assisted construction contracts and related subcontracts exceeding 10 000) During the performance of this Contract, the Contractor agrees as follows: (1) The Contractor agrees to comply with the requirements of Section 3 of the Housing and Urban Development Act of 1968 (1 USC 170(u)), as amended, the HUD regulations issued pursuant thereto at 24 CFR Part 135, and any applicable rules and orders of HUD issued thereunder. (2) The "Section 3" set forth in 24 CFR 135.20(b) shall form part of this Contract, as set forth in Paragraph 1 of the General Conditions, "Contract and Contract Documents" (3) Contractors shall incorporate the "Section 3 clause" shown below and the foregoing requirements in all subcontracts. Section 3 Clause as set forth in 24 CFR 135.20(b) A. The work to be performed under this Contract is on a project assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area, and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project. 6 i' B. The parties to this Contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development and set forth in 24 CFR 135.20(b), and all applicable rules and orders of the Department issued thereunder, prior to the execution of this Contract. The parties to this Contract certify and agree that they are under no contractual or other disability which would prevent them from complying with these requirements. C. The Contractor will send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of his commitments under this Section 3 clause, and shall posts copies of the notice in conspicuous places available to employees and applicants for employment or training. D. The Contractor will include this Section 3 clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal financial assistance, take appropriate action pursuant to a subcontract upon a finding that a Subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR 135.20 (b). The Contractor will not subcontract with any subcontractor where the Contractor has notice or knowledge that the subcontractor has been found in violation of regulations under 24 CFR 135.20 (b), and will not let any subcontract unless the subcontractor has first provided said Contractor with a preliminary statement of ability to comply with the requirements of these regulations. E. Compliance with the provisions of Section 3, the regulations set forth in 24 CFR 135.20 (b), and all applicable rules and orders of the Department issued thereunder prior to the execution of the Contract, shall be a condition of the Federal financial assistance provided tot he project, binding upon the applicant or recipient for such assistance, its successors and assigns. Failure to fulfill theses requirements shall subject the applicant or recipient, its contractors and subcontractors, its successors and assigns to those sanctions specified by the grant or loan agreement or contract through which Federal assistance is provided, and to such sanctions as are specified by 24 CFR 135.20(b). 20. CERTIFICATION OF COMPLIANCE WITH AIR AND WATER ACTS (Applicable to Federally assisted construction contracts and related subcontracts exceeding $100,000) Compliance with Air and Water Acts During the performance of this Contract, the Contractor and all subcontractors shall comply with the requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., and the Federal water Pollution Control Act, as amended, 33 USC 1251 et seq., and the regulations of the Environmental Protection Agency with respect thereto, at 40 CFR Part 15, as amended. In addition to the foregoing requirements, all non-exempt contractors and subcontractors shall furnish to the Owner the following: (1) A stipulation by the Contractor or subcontractors that any facility to be utilized in the performance of any nonexempt contract or subcontract is not listed on the List of Violating Facilities issued by the Environmental Protection Agency (EPA) pursuant to 40 CFR 15.20. (2) An agreement by the Contractor to comply with all the requirements of Section 114 of the Clear► Air Act, as amended, (42 USC 1857c-8) and Section 308 of the Federal Water Pollution Control Act, as amended, (33 USC 1318) relating to inspection, monitoring, entry, reports and information, as well as all other requirements specified in said Section 114 and Section 308, and all regulations and guidelines issued thereunder. r (3) A stipulation that as a condition for the award of the Contract, prompt notice will be given of any s notification received from the Director, Office of Federal Activities, EPA, indicating that a facility utilized, or to be utilized for the contracts, is under consideration to be listed on the EPA List of Violating Facilities. (4) An agreement by the Contractor that he will include, or cause to be included, the criteria and requirements in paragraphs (1) through (4) of this Section in every nonexempt subcontract and requiring that the Contractor will take such action as the Government may direct as a means of enforcing such provisions. 21. SPECIAL CONDITIONS PERTAINING TO HAZARDS SAFETY STANDARDS AND ACCIDENT PREVENTION A. Lead -Based Pain Hazards (Applicable to contracts and related subcontracts for construction or rehabilitation of residential structures exceeding $100,000) The construction or rehabilitation of residential structures is subject to the HUD Lead -Based Paint regulations, 24 CFR Part 35. The Contractor and subcontractors shall comply with the provisions for the elimination of lead -based paint hazards under sub -part B of said regulations. The Owner will be responsible for the inspections and certifications required under Section 35.14(f) thereof. B. Use of Explosives The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. When the use of explosives is necessary for the prosecution of the work, the Contractor shall observe all local, state and Federal laws in purchasing and handling explosives. The contractor shall take all necessary precautions to protect completed work, neighboring property, water lines or other underground structures. Where there is danger to structures or property from blasting, the charges shall be reduced and the material shall be covered with suitable timber, steel or rope mats. The Contractor shall notify all owners of public utility property of his intention to use explosives at least eight hours before blasting is done close to such property. Any supervision or direction of use of explosives by the Engineer does not in any way reduce the responsibility of the Contractor or his Surety for damages that may be caused by such use. C. Danger Signals and Safety Devices The Contractor shall make all necessary precautions to guard against damages to property and injury to persons. He shall put up and maintain in good condition sufficient red or warning lights at night, suitable barricades and other devices necessary to protect the public. In case the Contractor fails or neglects to take such precautions, the Owner may have such lights and barricades installed and charge the cost of this work to the Contractor. Such action by the Owner does not relieve the Contractor of any liability incurred under these specifications or Contract. 22. NONDISCRIMINATION AGAINST THE HANDICAPPED - SECTION 504 The Contractor shall not discriminate against any otherwise qualified handicapped employee or applicant for employment solely by reason of his handicap. The Contractor shall comply with Section 504 of the Rehabilitation Act of 1973 (P.L. 93-112) as amended (129 U.S.C.A. section 794). FBM EXHIBITS A. COPELAND ANT i I -KICKBACK REGULATIONS r ATTACHMENT TO FEDERAL LABOR STANDARDS PROVISIONS i SO-CALLED "ANTI -KICKBACK ACT' AND REGULATIONS PROMULGATED r PURSUANT THERETO BY THE SECRETARY OF LABOR, UNITED STATES DEPARTMENT OF LABOR TITLE 18, U.S.C., SECTION 874 (Replaces Section 1 of the Act of June 13, 1934 (48 Stat. 948, 40 U.S.C., Sec. 276b) pursuant to the Act of June 25, 1948, 62 Stat. 862) r- l" t KICKBACKS FROM PUBLIC WORKS EMPLOYEES I ;t Whoever, by force, intimidation, or threat of procuring dismissal from employment, or by any other manner whatsoever induces any person employed in the construction, prosecution, completion or repair of any public building, public work, or building or work financed in whole or in part by loans or grants from the United States to give up any part of the compensation to which he is entitled under his contract of employment, shall be fined not more than $5,000 or imprisoned not more than five years, or both. SECTION 2 OF THE ACT OF JUNE 13, 1934, AS AMENDED (48 Stat. 948, 62 Stat. 862, 63 Stat. 108,72 Stat. 967, 40 U.S.C., Sec. 276c) The Secretary of Labor shall make reasonable regulations for contractors and subcontractors engaged in the construction, prosecution, completion or repair of public buildings, public works or buildings or work finance din whole or in part by loans or grants from the United States, including a provision that each contractor and subcontractor shall furnish weekly a statement with respect to the wages paid each employee during the preceding week. Section 1001 of Title 18 (United State Code) shall apply to such statements. '.="X*m" Pursuant to the aforesaid Anti -Kickback Act, the Secretary of Labor, United States Department of Labor, has promulgated the regulations hereinafter set forth, which regulations are found in Title 29, Subtitle A, Code of Federal Regulations, Part 3. The term "this part," as used in the regulations hereinafter set forth, refers to Part 3 last above mentioned. Said regulations are as follows: TITLE 29 - LABOR Subtitle A - Office of the Secretary of Labor PART 3 - CONTRACTORS AND SUBCONTRACTORS ON PUBLIC BUILDING OR PUBLIC WORK FINANCED IN WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES Section 3.1 Purpose and scope. This part prescribes "anti -kickback" regulations under Section 2 of the Act of June 13, 1934, as amended (40 U.S.C. 276c), popularly known as the Copeland Act. This part applies to any contract which is subject f<. is to Federal wage standardsand which is for the construction, prosecution, completion, or repair of public buildings, public works or buildings or work financed in whole or in part by loans or grants from the United States. The part is intended to aid in the enforcement of the minimum wage provisions of the Davis - Bacon Act and the various statutes dealing with Federally -assisted construction that contain similar minimum wage provisions, including those provisions which are not subject to Reorganization plan No. 14 (e.g., the College Housing Act of 1950, the Federal Water Pollution Control Act, and the Housing Act of 1959), and in the enforcement of the overtime provisions of the Contract Work Hours Standards Act whenever they are applicable to construction work. The part details the weekly submission of statements regarding the wages paid on work covered thereby; sets forth the circumstances and procedures governing the making of payroll deductions from the wages of those employed on such work; and r7i delineates the methods of payment permissible on such work. j e K i i Section 3.2 Definitions. As used in the regulation in this part: (a) The terms "building" or "work" generally includes construction activity as distinguished from manufacturing, furnishing of materials, or servicing and maintenance work. The terms include, without limitation, buildings, structures, and improvements of all types, such as bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, and canals; dredging, shoring, scaffolding, drilling, blasting, excavating, clearing, and landscaping. Unless conducted in connection with and at the site of such'a building or work as is described in the foregoing sentence, the manufacture or furnishing of materials, articles, supplies, or equipment (whether or not a Federal or State agency acquires title to such materials, articles, supplies, or equipment during the course of the manufacture or furnishing, or owns the materials from which they are manufactured or furnished) is not a "building" or "work" within the meaning of'the regulations in this part. (b) The terms "conditions", "prosecution", "completion", or "repair" mean all types of work done on a -� particular building or work at the site thereof, including, without limitation, altering, remodeling, painting and decorating, the transporting of materials and supplies to or from the building or work by the employees of the construction contractor or construction subcontractor, and the manufacturing or furnishing of materials, articles, supplies, or equipment on the site of the building or work, by persons employed at the site by the contractor or subcontractor. (c) The terms "public building" or "public work" include building or work for whose construction, prosecution, completion, or repair, as defined above, a Federal agency is a contracting party, regardless of whether title thereof is in a federal agency. (d) The term "building or work financed in whole or in part by loans or grants from the United States" `} includes building or work for whose construction, prosecution, completion, or repair, as defined above, payment or part payment is made directly or indirectly from funds provided by loans or grants by a Federal agency. The term does not include building or work for which Federal assistance is limited solely to loan guarantees or insurance. (e) Every person paid by a contractor or subcontractor in any manner for his labor in the construction, prosecution, completion, or repair of a public building or public work or building or work financed in whole or in part by loans or grants from the United States is "employed" or receiving "wages", regardless of any contractual relationship alleged to exist between him and the real employer. (f) The term "any affiliated person" includes a spouse, child, parent, or other close relative of the contractor or subcontractor, a partner or officer of the contractor or subcontractor, a corporation closely connected with the contractor or subcontractor as parent, subsidiary or otherwise, and an officer or agent of such corporation. (g) The term "Federal agency" means the United States, the District of Columbia, and all executive departments, independent establishments, administrative agencies, and instrumentality's of the United States and of the District of Columbia, including corporations, all or substantially all of the stock of which is beneficially owned by the United States, by the District of Columbia, or any of the foregoing departments, establishments, agencies, and instrumentality's. Section 3.3 Weekly statement with respect to payment of wages. (a) As used in this section, the term "employee" shall not apply to persons in classifications higher than that of laborer or mechanic and those who are the immediate supervisors of such employees. (b) Each contractor or subcontractor engaged in the construction, prosecution, completion, or repair of any public building or public work, or building or work financed in whole or in part by loans or grants form the United States, shall furnish each week a statement with respect to the wages paid each of its employees engaged on work covered by 29 CFR Parts 3 and 5-during the preceding weekly payroll period. This statement shall be executedby the contractor or subcontractor or by an authorized officer or employee of the contractor or subcontractor who supervises the payment of wages, and shall be on form N WH 348 "Statement of Compliance", or on an identical form on the back of WH 347, "Payroll (For Contractors Optional Use)" or on any form with identical wording. Sample copies of WH 347 and WH 347 and WH 348 may be obtained from the Government contracting or sponsoring agency, and copies of these forms may be purchased at the Government Printing Office. (c) The requirements of this section shall not apply to any contract of $2,000 or less. (d) Upon a written finding by the head of a Federal agency, the Secretary of Labor may provide r reasonable limitations, variations, tolerances, and exemptions from the requirements of this section subject to such conditions as the Secretary of labor may specify. (29 F.R. 95, Jan. 4, 1964, as amended at 33 F.R. 10186, July 17, 1968) Section 3.4 Submission of weekly statements and the preservation and inspection of weekly payroll records. i, (a) Each weekly statement required under Section 3.3 shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at site of the building or work, or, if there is nor representative of a Federal or State agency at the site of the building or work, the statement shall be mailed by the contractor or subcontractor, within such time, to a Federal or state agency contracting for or financing the building or work. After such examination and check as may be made, such statement, or a copy thereof, shall be kept available, or shall be transmitted together with a report of any violation, in accordance with applicable procedures prescribed by the United States Department of Labor. (b) Each contractor or subcontractor shall preserve his weekly payroll records for a period of three years from date of completion of the contract. The payroll records shall set out accurately and completely the name and address of each laborer and mechanic, his correct classification, rate of pay, daily and weekly number of hours worked, deductions made, and actual wages paid. Such payroll records shall be made available at all times for inspection by the contracting officer or his authorized representatives of the Department of Labor. Section 3.5 Payroll deductions permissible without application to or approval of the Secretary of Labor. i Deductions made under the circumstances or in the situations described in the paragraphs of this section may be made without application to and approval of the Secretary of Labor: �» (a) Any deduction made in compliance with the requirements of Federal, State, or local law, such as Federal or State withholding income taxes and Federal social security taxes. (b) Any deduction of sums previously paid to the employee as a bona fide prepayment of wages when such prepayment is made without discount or interest. A "bona fide prepayment of wages" is considered to have been made only when cash or its equivalent has been advanced to the person employed in such manner as to give him complete freedom of disposition of the advanced funds. (c) Any deduction of amounts required by court process to be paid to another, unless the deduction is in favor of the contractor, subcontractor or any affiliated person, or when collusion or collaboration exists. (d) Any deductions constituting a contribution on behalf of the person employed to funds established by "! the employer or representatives of employees, or both, for the purpose of providing either form principal or income, or both, medical or hospital care, pensions or annuities on retirement, death benefits, I compensation for injuries, illness, accidents, sickness, or disability, or for insurance to provide any of the foregoing, or unemployment benefits, vacation pay, savings accounts, or similar payments for the benefit ` of employees, their families and dependents: Provided, however, that the following standards are met: (1) The deduction is not otherwise prohibited by law; (2) it is either: (1) Voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent is not a condition either for the obtaining of or for the continuation of employment, or (ii) provided for in a bona fide collective bargaining agreement between the contractor or subcontractor and representatives of its employees; (3) no profit or other benefit is otherwise obtained, directly or indirectly, by the contractor or subcontractor or any affiliated person in the form of commission, dividend, or otherwise; and (4) the deductions shall serve the convenience and interest of the employee. fi 3 (e) Any deduction contributing toward the purchase of United States Defense Stamps and Bonds when voluntarily authorized by the employee. (f) Any deduction requested by the employee to enable him to repay loans to or to purchase shares in credit unions organized and operated in accordance with Federal and State credit union statutes. (g) Any deduction voluntarily authorized by the employee for the making of contributions to governmental or quasigovern mental agencies, such as ;the American Red Cross. (h) Any deduction voluntarily authorized by the employee for the making of contributions to community Chests, United Givers Funds, and similar charitable organizations. (i) Any deduction to pay regular union initiation fees and membership dues, not including fines or special assessments: Provided, however, that acollective bargaining agreement between the contractor or subcontractor and representatives of its employees provides for such deductions and the deductions are not otherwise prohibited by law. LJ (j) Any deduction not more than for the "reasonable cost" of board, lodging, or other facilities meeting the requirements of section 3(m) of the Fair Labor Standards Act of 1938, as amended, and Part 531 of this ' title. When such a deduction is made th� additional records required under Section 516.27(a) of this title shall be kept. Section 3.6 Payroll deductions permissible with the approval of the Secretary of Labor. Any contractor or subcontractor may apply to the Secretary of Labor for permission to make any deduction not permitted under Section 3.5. The Secretary may grant permission whenever he finds that: (a) The contractor, subcontractor, or any affiliated person does not make a profit or benefit directly or indirectly form the deduction either in the form of a commission, dividend, or otherwise' (b) The deduction is not otherwise prohibited by law; (c) The deduction is either (1) voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent is not a condition either for the obtaining of employment or its continuance, or (2) provided for in a bona fide collective bargaining agreement between the contractor or subcontractor and representatives of its employees; and (d) The deduction serves the convenience and interest of the employee. Section 3.7 Applications for the approval of the Secretary° of Labor. Any application or the making of payroll deductions under Section 3.6 shall comply with the requirements prescribed in the following paragraphs of this section: (a) The application shall be in writing and shall be addressed to the Secretary of Labor. (b) The application shall identify the contract or contracts under which the work in question is to be performed. Permission will be given for deductions only on specific, identified contracts, except upon a showing of exceptional circumstances. (c) The application shall state affirmatively that there is compliance with the standards set forth in the provisions of Section 3.6. The affirmation shall be accompanied by a full statement of the facts indicating such compliance. (d) The application shall include a description of the proposed deduction, the purpose to be served thereby, and the classes of laborers or mechanics form whose wages the proposed deduction would be made. 4 (e) The application shall state the name and business of any third person to whom any funds obtained from the proposed deductions are to be transmitted and the affiliation of such person, if any, with the applicant. Section 3.8 Action by the Secretary of Labor upon applications. The Secretary of Labor shall decide whether or not the requested deduction is permissible under provisions of Section 3.6; and shall notify the applicant in writing of his decision. Section 3.9 Prohibited payroll deductions. Deductions not elsewhere for by this part and which are not found to be permissible under Section 3.6 are prohibited. Section 3.10 Methods of payment of wages. The payment of wages shall be by cash, negotiable instruments payable on demand, or the additional forms of compensation for which deductions are permissible under this part. Not other methods of payment shall be recognized on work subject to the Copeland Act. Section 3.11 Regulations part of contract All contracts made with respect to the construction, prosecution, completion, or repair of any public building or public work or building or work financed in whole or in part by loans or grants from the United States covered by the regulations in this part shall expressly bind the contractor or subcontractor to comply with such of the regulations in this part as may be applicable. In this regard, see Section 5.5 (a) of this subtitle. CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO. 6262 ITEM NO. 39 APRIL 8 1999 t" EXHIBIT A City of Lubbock — Building Construction Trades '.' Prevailing Rates Craft Hourly Rate - ' Acoustical Ceiling Installer Air Conditioner Installer 10.00 12.50 ` Air Conditioner Installer -Helper 6.25 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 11.74 Bricklayer -Helper 7.00 Carpenter 12.50 Carpenter -Helper 7.00 Cement Finisher 8.00 Drywall Hanger 11.00 Electrician 15.25 Electrician -Helper 7.00 Equipment Operator -Heavy 9.50 Equipment Operator -Light 8.50 Floor Installer 9.50 Glazier 9.50 Insulator-Piping/Boiler 11.50 Insulator -Helper 7.00 Iron Worker 11.00 Laborer -General 5.95 Mortar Mixer 6.25 `^ Painter 10.50 Plumber 18.20 Plumber -Helper 7.00 Roofer 9.71 t Roofer -Helper 7.00 Sheet Metal Worker 8.80 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 (7 S' kill,r EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate !} Asphalt Heaterman 9.00 4 - Asphalt Shoveler 6.00 Concrete Finisher 8.00 -` Concrete Finisher -Helper 7.00 Electrician 12.00 Flagger 6.00 Form Setter 7.00 r t :ra Form Setter -Helper 6.25 v Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 8.00 -: Mechanic -Helper 7.00 Power Equipment Operators i x Asphalt Paving Machine 7.75 1 J� Bulldozer 8.00 Concrete Paving Machine 7.75 Front End Loader 725 Heavy Equipment Operator 8.00 Light Equipment Operator 725 Motor Grader Operator 9.50 Roller 6.75 Scraper 725 Tractor 7.25 F Truck Driver -Light 6•50 Truck Driver -Heavy 7.00 r"t 17, r- :a ti 8' ktrJ i EXHIBIT C _ Prevailing Wage Rates {: Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. } EXHIBIT D Prevailing Wage Rates Legal Holiday Rate i The rate for legal holidays shall be as required by the fair Labor Standards Act. r ; F. !- No Text City of Lubbock Facade Renovations Phase Two Selected North University Businesses Lubbock, Texas 1109 323A, and 323B N. University Properties June 2002 CHA, Inc. Project 9914 City of Lubbock Contract No. 99157 Chapman Harvey Architects, Inc. 612 Broadway Lubbock, Texas 79401 806-749-1153 Set No. City of Lubbock Fagade Renovations - Phase Two Selected North University Businesses Lubbock, Texas City of Lubbock Contract No. 99157 June 2002 Chapman Harvey Architects, Inc. Architects -Engineers CHA, Inc. Project 9914 _ Table of Contents Bidding Requirements and Conditions of the Contfact Provided by the City of Lubbock Purchasing Department Division 1 General Requirements 01010 Summary of Work 01040 Coordination and Meetings 01090 Reference Standards 01300 Submittals 01400 Quality Control 01500 Construction Facilities 01600 Material and Equipment t 01700 Contract Closeout Division 2 Site Work 02050 Demolition �W Division 3 Concrete 03300 Concrete Work Division 4 Masonry 04300 Unit Masonry System F_ t TABLE OF 5ONTENTS - TC-1 - Division 5 05500 Division 6 06100 Division 7 Metals Metal Fabrications Wood and Plastic Rough Carpentry Thermal and Moisture Protection - 07105 Dampproofng and Waterproofing 07610 Sheet Metal Roofing 07900 Joint Sealers 771 Division 8 Doors and Windows 08800 Glazing Division 9 Finishes 09220 Portland Cement Stucco System 09900 Painting Division 10 Specialties Not Used Division 11 Equipment K Not Used Division 12 Furnishings Not Used Division 13 Special Construction Not Used Division 14 Conveying Systems Not Used Division 15 Mechanical Not Used f- k Division 16 Electrical LJ Not Used F-il TABLE OF CONTENTS TC - 2 SECTION 01010 SUMMARY OF WORK revised 6-21-00 PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents. B. Owner's responsibilities. C. Contractor's use of site and premises. D. f Owner occupancy of the facility. ' E. Project completion time. f 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this project includes all items shown and/or described in the bid documents for these - facade renovations to multiple sites. City of Lubbock is only providing and administrating project funds. B. All installed work shall be in compliance with the Americans with Disabilities Act and Texas Accessibility Standards. C. New construction includes new entrance canopies, cleaning, painting, masonry restoration, signage, and related miscellaneous work. D. The scope of work also includes the erection of contractor provided temporary construction F— l barriers at the site. E. The three properties in Phase Two are automobile related businesses. At Tanner's Automotive there are customer owned automobiles. At Pollard Used Cars and Wright Sales the automobiles are displayed for sale. The scope of work' is to include protective covers, tarps, and tie down .` straps that may be necessary to protect these. automobiles from any type of damage related to the scope of work in this contract. i F. Contractor to pay all associated costs: including, but not limited to frontage fees, connection fees, meter fees, plan review fees, temporary utility fees, and dump fees. 1.4 OWNER'S RESPONSIBILITIES A. Assist the contractor in maintaining job site safety by instructing employees, property owners, i and visitors of the potential dangers at the site. B. Provide access for the contractor to portions of the existing sites as may be required for this project. f f SUMMARY OF WORK 01010 - 1 1.5 1.6 1.7 1.8 C. Provide parking and storage space for contractor's employees, equipment, and materials. CONTRACTOR'S USE OF SITE AND PREMISES A. Limit the use of site and premises to allow: 1. Owner occupancy. 2. Work by others. 3. Use of site and adjacent building premises. OWNER OCCUPANCY A. The property owners will occupy the sites and adjacent buildings during entire period of construction for the conduct of normal operations. B. Cooperate with owner to minimize conflict, and to facilitate owner's operations. 1. Temporary interruptions must be scheduled at least 48 hours in advance with the architect. 2. The property owners are not to be without utilities for any period of time due to this project. 3. Maintain a clear path for emergency vehicles at all times. C. Schedule the work to accommodate 'these requirements. D. Contractor is responsible for the safety of visitors to the job site. CONTINGENCY ALLOWANCES A. There is not a contingency allowance in this project. PROJECT COMPLETION TIME A. The entire scope of work included in this contract and described herein shall reach substantial completion within the number of calendar days submitted in the proposal. B. See Article 8.1 of the General Conditions for definition of Working Days. C. See Article 8.2 of the General Conditions for computation of Contract Time. D. See Article 8.3 of the General Conditions for claims for extension of Contract Time. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION SUMMARY OF WORK 01010 - 2 SECTION 01040 COORDINATION AND MEETINGS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Renovation project procedures. - C. Existing conditions. D. Pre -Construction conference. 1.3 COORDINATION A. Contractor shall coordinate scheduling, submittals, and work of the various sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. _ B. A separate project schedule shall be provided by the contractor. ' C. Do not commence work at the site, until all of the materials and equipment to be incorporated into the project are on the site or within one day of delivery to the site. D. The contractor shall schedule and coordinate the work so that once Notice to Proceed is given and work commences, the work will progress continually without interruption until the work at the site is substantially completed. E. Contractor shall coordinate completion and clean up of work in preparation for substantial completion. d F. Contractor shall coordinate all construction activities and storage of materials with the architect, city, and property representatives so as to minimize disruption of activities at the sites. The facilities shall continue their daily activities throughout the life of this contract. 1.4 RENOVATION PROJECT PROCEDURES A. Materials: As specified in product sections; match existing products and work for patching and extending work. B. Remove, cut, and patch work in a manner to minimize damage and to provide a means of - restoring products and finishes to original condition. C. Where new work abuts or aligns with existing, perform a smooth and even transition. Patched work to match existing adjacent work in texture and appearance. Notify architect if conditions € will not allow an acceptable transition. COORDINATION AND MEETINGS 01040 - 1 D. When finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to the architect. 1.5 EXISTING CONDITIONS A. Damage to existing systems: Whether exposed or concealed, any piping (such as piping for gas, _ water, waste, vent, drainage, sewer, heating, or cooling systems, etc.) or wiring (such as wiring for electric lighting, power, public'address, telephone, or signalling systems, etc.) which is encountered during the construction period and becomes damaged shall be repaired or replaced at contractor's expense. Only life and property threatening conditions may be repaired prior to a fully executed field order. B. If interior finishes must be disturbed in order to complete exterior renovations, fully explore all interior conditions for a complete understanding of what will be involved prior to starting work. Contractor will be responsible for cost beyond the work shown and noted in the bid documents. 1.6 PRE -CONSTRUCTION CONFERENCE A. Attendance: After award of contract and prior to start of construction, contractor's direct representative, major subcontractors, owner's employees responsible for project, architects and engineers shall attend conference. Mime and location as mutually agreed. B. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of subcontractors, list of products, Schedule of Values, and progress schedule. 5. Designation of personnel representing the parties in contract. 6. Procedures and processing'of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 7. Use of premises by owner 'and contractor. 8. Owner's requirements. 9. Security and housekeeping! procedures. 10. Project Schedules. 11. Procedures for maintaining record documents. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION COORDINATION AND MEETINGS 01040 - 2 SECTION 01090 REFERENCE STANDARDS PART GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this . ' Section. i 1.2 SECTION INCLUDES A. Quality assurance. B. Schedule of references. i C. Adherence to accessibility standards. 1.3 RELATED SECTIONS A. General Conditions: Reference Standards. 1.4 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of contract documents. C. Obtain copies of standards when required by contract documents. D. Should specified reference standards conflict with contract documents, request clarification from architect before proceeding. E. The contractual relationship of the parties to the contract shall not be altered from the contract documents by mention or inference otherwise in any reference document. 1.5 SCHEDULE OF REFERENCES AA Aluminum Association AABC Associated Air Balance Council AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute i; i ADA Americans with Disabilities Act' . Unauthorized creed Harvey An prohts,ibited. Inc. REFERENCE STANDARDS 01090 - 1 k ..} Unauthorized duplication prohbited. .. Es, ADC Air Diffusion Council AGA American Gas Association AGC Associated General Contractors of America AIA American Institute of Architects - AISC American Institute of Steel Construction AISI American Iron and Steel Institute AMCA Air Movement and Control Association ANSI American National Standards Institute APA American Plywood Association ARI Air -Conditioning and Refrigeration Institute ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood -Preservers' Association AWS American Welding Society J AWWA American Water Works Association 2 BHMA Builder's Hardware Manufacturer Association 'i BIA Brick Institute of America' j CDA Copper Development Association CLFMI Chain Link Fence Manufacturers Institute CPSC Consumer Product Safety Commission CRSI Concrete Reinforcing Steel Institute J DHI Door and Hardware Institute EJMA Expansion Joint Manufacturers Association FGMA Flat Glass Marketing Association _g REFERENCE STANDARDS 01090 - 2 FM FS GA ICBO, IEEE MBMA MUSFA NAAMM NCMA NECA NEMA NFPA NPCA NRCA NWMA OSHA PCA PS RMA SDI SDI SGCC Sil SMACNA SSPC Factory Mutual System Federal Specification Gypsum Association International Conference of Building Officials Institute of Electrical and Electronics Engineers Metal Building Manufacturers Association. Metal Lath/Steel Framing Association National Association of Architectural Metal Manufacturers National Concrete Masonry Association National Electrical Contractor As sociation National Electrical Manufacturers' Association National Fire Protection Association National Paint and Coating Association National Roofing Contractor Association National Woodwork Manufacturers Association Occupational Safety and Health Administration Portland Cement Association Product Standard Rubber Manufacturers Association Steel Deck Institute Steel Door Institute Safety Glazing Certification Council Steel Joist Institute Sheet Metal and Air Conditioning Contractors' Association Steel Structures Painting Council. 01090-3 TAS Texas Accessibility Standards TCA Tile Council of America, Inc. UL Underwriters' Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau WRI Wire Reinforcement Institute WWPA Western Wood Products Association WWPA Woven Wire Products Association PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.1 The general contractor and all sub -contractors constructing, installing, or providing materials for this project shall provide and/or install building components that comply with these standards. 3.2 Special attention shall be given to Americans; with Disabilities Act (ADA) and Texas Accessibility Standards (TAS) criteria. The contractors shall make themselves knowledgeable of ADA and TAS criteria and shall comply with the latest adopted version of these standards and acts. END OF SECTION i REFERENCE STANDARDS 01090 - 4 SECTION 01300 SUBMITTALS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Submittal procedures. B. Schedule of Values. C. Construction Progress Schedules. r } D. Application for Payment. - E. Shop drawings. F. Samples. G. Change Procedures. H. Manufacturer's instructions. 4 I. Manufacturer's certificates. J. Submittal Schedule. K. AIA Form G702 - Application and Certificate for Payment. c. L. AIA Form G703 - Continuation Sheet. i 1.3 RELATED SECTIONS Section A. 01700 - Contract Closeout: Contract warranty and closeout submittals. 1.4 SUBMITTAL PROCEDURES A. Transmit each submittal with AIA Form G810 or contractor's standard preprinted transmittal form. Identify the project title, project number, numbers of copies submitted, notice of J deviation from contract documents and any other pertinent data. F B. Sequentially number the transmittal forms. C. Identify project, contractor, subcontractors or supplier; pertinent drawing sheet and detail number(s), and specification section number, as appropriate. D. Coordinate and schedule submittals to expedite the project. r SUBMITTALS 01300 - 1 E. Deliver all copies of the submittals,to the architect's business address. 1.5 SCHEDULE OF VALUES A. Using AIA Form G703 - Application and Certificate for Payment, Continuation Sheet, submit Schedule of Values to Architect. ' B. Submit Schedule of Values within 15 days after date established in Notice to Proceed. Provide two copies. C. Use the Table of Contents to establish Schedule of Values format. Identify each line item with number and title of the specification section. D. Include in each line item any amount of Allowances specified in the project. E. Include within each line item Contractor's overhead and profit. F. Each application, revise schedule to, list approved Change Orders to date. 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for architect's review. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each major section of work or operation, identifying first work day of each week. E. Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. F. Indicate estimated percentage of completion for each item of work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by owner and under allowances. 1.7 APPLICATIONS FOR PAYMENT A. Submit three copies of each application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet. B. Utilize Schedule of Values for listing items in Application for Payment. C. Payment period to be as defined in Owner -Contractor Agreement. D. Include one copy of waiver of liens from each subcontractor. 1.8 SHOP DRAWINGS A. Submit shop drawings with all product literature, cut sheets, and photographs in a bound format. SUES IITTALS 01300 - 2 B. Submit the number of copies which the contractor requires, plus three copies which will be retained by the architect and owner. The architect will deliver two copies to owner for their review and comment. 1 C. Mark in GREEN INK each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this project. The architect's review comments will be i RED INK. D. Apply contractor's stamp, signed, or initialed certifying that review, verification of products required, field dimensions, adjacent construction work, and coordination of information is in accordance with the requirements of the work and contract documents. Submittals delivered to the architect for review that have not been stamped and initialed will be returned without review. E. Identify variations from contract documents and product or system limitations which may be detrimental to successful performance of the completed work. F. Provide space for architect's review stamps. j G. Revise and resubmit shop drawings as required, identify all changes made since previous submittal. H. Distribute copies of reviewed and approved shop drawings to concerned parties. Instruct parties to promptly report any inability to comply with provisions. I. Provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.9 SHOP DRAWING REVIEW A. The architect shall affix a stamp upon the,submittal with appropriate wording stating if submittal is accepted, accepted with noted revisions, revise and re -submit, or rejected. Rejected submittals are to be completely re -worked, assigned a new submittal number, and submitted as a new submittal. B. The architect shall provide copies of the submittal to the owner for the owner's review at the same time the architect is reviewing shop; drawings. C. The contractor shall not begin work or order material for which a submittal is required until a submittal has been stamped accepted or accepted with noted revisions and returned to the contractor. D. Schedule submissions at least 14 working days before date reviewed submittal will be needed. The architect shall be allowed 14 working days for each submittal review. E. The architect shall notify the contractor when submittals are reviewed and ready for inclusion into the project. F. The architect shall review the same shop drawing submittal no more than two times. If more than two submittals are required in order to achieve an accepted submittal, the contractor shall be charged $100.00 per hour for each review beyond the initial two. The architect's review fee shall be paid by the contractor in full prior to the release of the accepted shop drawings. 1.10 SAMPLES r. SUBMITTALS 01300 - 3 A. Submit samples to illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing with work. B. Submit samples of finishes from the full range of manufacturers' standard colors -or in custom colors selected, textures, and patterns for architect's selection. C. Include identification on each sample, with full project information. D. Submit the number or samples specified in individual specification sections. Provide at least two copies of each item being submitted for review and selection. These copies will not be returned. E. Reviewed samples which may be used in the work are indicated in individual specification sections. 1.11 CHANGE PROCEDURES A. The Architect may issue a Proposal, Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate withing seven days. B. The Contractor may propose a change by submitting request for change to the Architect, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with fu11 documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. C. Architect may issue a directive, on AIA form G713 Construction Change Directive signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change 41 Contract Sum/Price or Contract Time. Promptly execute the change. D. Architect will issue Change Orders, using AIA G701 - Change Order, for signatures of all parties as provided in the Conditions of the Contract. 1.12 MANUFACTURERS INSTRUCTIONS A. When specified in individual specification sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for product data. B. Identify conflicts between manufacturers' instructions and contract documents. 1.13 MANUFACTURER'S CERTIFICATES A. When specified in individual specification sections, submit manufacturers' certificate to architect for review, in quantities specified for product data. B. Indicate that material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits; and certifications as appropriate. C. Certificates may be recent or previous test results on material or product, but must be acceptable to architect. SUBMITTALS 01300 - 4 No Text t. SECTION 01400 QUALITY CONTROL PART GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this — Section. 1.2 SECTION INCLUDES A. Quality assurance and control of installation. B. References. C. Field samples. a D. Inspection and testing laboratory services. 1.3 RELATED SECTIONS A. Section 01090 - Reference Standards. y B. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. C. Section 01600 - Material and Equipment: Requirements for material and product quality. j D. Individual Specification Sections: Inspections and tests required and standards for testing. 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. i B. Comply fully with manufacturers' instructions, including each step in sequence. C. i Should manufacturers' instructions conflict with contract documents, request clarification from architect before proceeding. D. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. QUALITY CONTROL 01400 - 1 i 1.5 REFERENCES b " A. Conform to reference standard by date of issue current on date of contract documents. B. Obtain copies of standards when required by contract documents. "'- C. Should specified reference standards conflict with contract documents, request clarification from architect before proceeding. D. The contractual relationship of the parties to the contract shall not be altered from the contract documents by mention or inference otherwise in any reference document. E. ANSI/ASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials Used in Construction. 1.6 FIELD SAMPLES A. Install field samples at the site as required by individual specifications sections for review. B. Acceptable samples represent a quality level for the work. C. Where field sample is specified in individual sections to be removed, clear area after field sample has been accepted by architect. 1.7 OWNER'S INSPECTION AND TESTING LABORATORY SERVICES A. Owner may employ and pay for services of an independent testing laboratory or owner may use its own personnel and facilities to perform, inspection and testing laboratory services. B. If the results provided by the Owner's laboratory differ from the contractor's laboratory report, the owner's laboratory shall be final. C. Work found to be unsatisfactory according to test results, shall be removed from the project and re -constructed at contractor's expense. " 1.8 CONTRACTOR'S INSPECTION AND TESTING LABORATORY SERVICES A. The contractor shall employ and pay for a'reputable testing laboratory to perform inspections, E tests, and other services specified in individual specification sections and as required by the architect. B. The testing laboratory shall be submitted to the architect for review and acceptance two weeks prior to the first sampling of construction materials. 1. Submittal shall provide years of experience qualifications and certificates of owners, L and name lab representative who will be responsible for this project. C. Reports will be submitted directly to the architect from laboratory, in duplicate, indicating observations and results of test and indicating compliance or non-compliance with contract i documents. Copies of reports shall also be sent to the contractor for his use. D. Cooperate with testing laboratory: furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. r-- QUALITY CONTROL 01400 - 2 t 1. Notify testing laboratory 24 hours prior to expected time for operations requiring services. 2. Make arrangements with testing laboratory and pay for additional samples and tests 4 required for contractor's use. E. Retesting required because of non-conformance to specified requirements shall be performed by the same testing laboratory on instructions by the architect. Payment for retesting will be charged to the contractor by deducting inspection or testing charges from the contract sum. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION k SECTION 01500 r <. CONSTRUCTION FACILITIES r PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 SECTION INCLUDES A. Sanitary Facilities: Contractor's employees,! property owners' employees and public. B. Temporary Utilities: Electrical, water, sewer, gas and telephone. C. Field Offices: Services and size. D. Temporary Controls: Barriers, enclosures ad fencing, protection of the work, and water control. E. Construction Facilities: Parking, progress cleaning, and project signage. 1.3 RELATED SECTIONS A. Section 01700 - Contract Closeout: Final cleaning. 1.4 TEMPORARY SANITARY FACILITIES } A. Provide and maintain required facilities and enclosures. Existing facilities shall not be used by construction crews. B. Arrange for and provide suitable temporary, toilet facilities off the project site at beginning of work. Review proposed toilet facilities location, and signage with architect prior to installation. i.' 1.5 TEMPORARY UTILITIES i A. Contractor shall furnish and install all temporary piping and wiring required for construction. r - B. Contractor shall provide construction meter loop for temporary power and pay cost of electrical , power used for construction. C. Contractor shall provide construction water and pay cost of water used for construction. D. Contractor shall provide all service equipment and gas required for construction. r-' I E. All temporary utility connections and distribution shall be approved by owner and respective local utility companies, and shall be removed by contractor at completion of construction. k CONSTRUCTION FACILITIES 01500 - 1 1.6 TEMPORARY FIELD OFFICES A. No temporary field office will be required at the project sites. 1.7 BARRIERS A. Provide suitable barriers to prevent unauthorized entry to construction areas while still allowing access for owner's use of site. Protect existing facilities and adjacent properties from damage during construction operation and demolition. Type of barrier to be used will be at the discretion of the contractor and the circumstance involved. The contractor to submit proposed barrier for review and approval by owner. B. Protect vehicular traffic, stored materials, site, and structures from damage. C. Clearly post warning signs all around the work sites. Signs are to be secured to the barriers. D. Suitable barriers include durable solid partitions, chain -link fences, temporary dust and acoustic partitions and woven fabric. Suitable barriers do not include ropes or warning tape tied to saw horses or similar devices. 1.8 WATER CONTROL A. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.9 PROTECTION OF INSTALLED WORK A. Protect installed work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed products. Control activity in the immediate work area so as to minimize damage of installed work. 1.10 PROTECTION OF LANDSCAPING A. Prohibit traffic through landscaped areas. Damaged landscape shall be replaced at no cost to owner. B. Provide weight dissipating panels under all vehicle tires, tracks, stabilizing arms, and trailer tongues when traveling across or parked on lawns. C. Efforts shall be made to minimize travel on lawns or other landscaped areas. Repair damaged landscaping to an acceptable condition. 1.11 SECURITY A. Contractor shall provide security andlacilities to protect work, existing facilities, and owner's operations directly adjacent to new construction from unauthorized entry, vandalism, or theft. B. The loss of building materials and/or equipment from the job site will be replaced with same at contractor's expense. CONSTRUCTION FACILITIES 01500 - 2 C. Coordinate with owner's security program. 1.12 PARKING A. Arrange for temporary parking areas to accommodate construction personnel: B. Coordinate with owner for owner's employee parking. C. When site space is not adequate, provide additional off -site parking. 1.13 PROJECT SIGNAGE A. Contractor,sub-contractors, owner, and architect are to share one combined sign measuring no more than 4 feet wide and S feet high, mounted securely to sign posts. If the contractor wishes to share the sign, the owner shall review wording and location before sign is installed. B. Project sign is to be constructed of weather resistant material, submit sign material for review. C. Project signs are to remain in place until the project is complete. Remove signs only upon reaching substantial completion. 1.14 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean, orderly condition. Do not allow lawns or weeds to grow taller than six inches. B. Remove waste materials, debris, and rubbish from site weekly and dispose off -site. C. Do not allow hazardous conditions to develop or continue. This shall include lumber with un-pulled nails and concrete with projecting rebars. 1.15 REMOVAL OF TEMPORARY UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to substantial completion inspections. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. D. Remove all job signs, barriers, fences, controls and repair holes dug for posts. 1.16 HAUL ROUTE A. All materials, tools, equipment, etc. shall be transported along paths which avoid routes used by business patrons and property owners. PART 2 PRODUCTS NOT USED CONSTRUCTION FACILITIES 01500 - 3 PART 3 EXECUTION NOT USED END OF SECTION CONSTRUCTION FACILITIES 01500 - 4 �. �° i r__... SECTION 01600 Fv MATERIAL AND EQUIPMENT PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Instruction to Bidders: Product options and substitution procedures. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the work. Does not include machinery and equipment used for preparation, fabrication, conveying, and erection of the work. Products may also include existing materials or components required for salvage and reuse. B. Do not reuse materials and equipment removed from existing premises, except as specifically permitted by the contract documents or as, approved by the architect. C. For similar components provide interchangeable components of the same manufacturer. D. All materials are to be certified asbestos -free. E. Manufacturers shall provide written certification that all equipment and controls are compliant with Year 2000 guidelines. Such guidelines are to be identified in the Operations and Maintenance Manual described in Section 01700, Contract Closeout. 1.5 TRANSPORTATION AND HANDLING A. Transport and handle products in accordance with manufacturer's instructions. B. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. MATERIAL AND EQUIPMENT 01600 - 1 fs C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 1.6 PRODUCT DELIVERY, STORAGE AND, HANDLING A. Delivery: 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original unopened containers or packaging with identify labels intact and legible. 2. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation in order to avoid unnecessary delays in the construction process. B. Storage: 1. Store andprotect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Provide mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to assure products are undamaged and are maintained under specified conditions. C. Handling: 1. Handle materials, products. and equipment in a manner prescribed by the manufacturer or as required to protect from damage during storage and installation. 2. Do not handle material in such a way that may leave permanent scars, dents, impressions, cracks, or blemishes. 1.7 PRODUCT OPTIONS A. Products specified by reference standards or by description only: Any product meeting those standards or description. B. Products specified by naming one or more manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products specified by naming one or more manufacturers with a provision for substitutions: Submit a request for substitution fori any manufacturer not named. 1.8 SUBSTITUTIONS A. Instructions to bidders specify time restrictions for submitting requests for substitutions during the bidding period to requirements specified in this section. B. Substitutions may be considered after the bid date only when a product becomes unavailable through no fault to the contractor. MATERIAL AND EQUIPMENT 01600 - 2 C. Document each request with complete data substantiating compliance of proposed substitution with contract documents. D. A request constitutes a representation that the contractor: 1. Has investigated proposed product, and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other work which may be required for the work to be complete with no additional cost to owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse for review or redesign services associated with re -approval by authorities. E. Will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the contract documents. F. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product's equivalence. 3. The architect, after consultation with owner, will notify contractor, in writing, of decision to accept or reject request. 1.9 CONTRACTOR'S CONSTRUCTION METHODS OPTIONS A. Where contract documents indicate no specific method of construction, the contractor shall employ standard industry practices. B. Where contract documents indicate a specific method of construction, the contractor shall employ the method indicated or, at his option, may submit a written request for an alternate method of construction. C. Architect/engineer will consider written requests for alternate construction methods, if received I in time as to allow for review and return of such requests and for alternation to be made with no delay to total construction methods. See Fontract for total working days allowed. D. Submit separate requests for each alternate. Support each request with three copes of complete details and/or documentation for alteration. 1. Indicate changes of materials to be used. 2. Show significant effects of alterations to other affects of alterations to other affected areas. PART 2 PRODUCTS NOT USED PART EXECUTION NOT USED END OF S�CTION MATERIAL AND EQUIPMENT 01600-3 SECTION 01700 CONTRACT CLOSEOUT PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions,' Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjustments. D. Project record documents. E. Operation and maintenance data. F. Warranties and Certificates. G. Spare parts and maintenance materials. `- H. Starting of systems. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that contract documents have been reviewed, work has been inspected, and that work is complete in accordance with contract documents and ready for architect's inspection. B. Final payment will be authorized only after all requirements of this section have been met, all punch list items have been completed and verified by the architect, updated record documents have been delivered to the architect, and complete operation and maintenance manuals have been -_ delivered to the architect. Submit final application for payment identifying total adjusted contract sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a new and sanitary condition. D. Replace all filters of operating equipment with new, clean filters. Provide owner with one complete set of all filters required for all equipment. CONTRACT CLOSEOUT 01700 - 1 k ' E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep paved areas and rake clean landscaped surfaces. r G. Remove waste and surplus materials, rubbish, and construction facilities from the site. ' 1.5 ADJUSTMENTS A. Adjust operating products and equipment to ,ensure smooth and unhindered operation. B. If adjustments cannot provide a smooth and unhindered operation, replace product with matching item that will operate correctly. 1.6 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the work: _ 1. Contract drawings. s 2. Specifications. 3. Addenda. 4. Change orders and other modifications to the contract. 5. Accepted shop drawings, product Bata, and samples. B. Store record documents separate from documents used for construction. C. Record information concurrent with construction progress. Do not wait to update Record Documents at the end of work, update as work progresses. D. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. ` 3. Changes made by addenda and modifications. E. Record documents and shop drawings. Legibly mark each item to record actual construction, %- showing any and all modifications, including: 1. Measured depths of foundations in relation to finish main floor datum. i 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface ijrtprovements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the work. 4. Field changes of dimension and detail. 5. Details not on original contract drawings. F. Submit Record Documents to architect prior to claim for final payment. Architect to transfer information to original drawings and deliver to owner. 1.7 OPERATION AND MAINTENANCE DATA A. Submit two complete sets of operation and maintenance data prior to final inspection. Information is to be organized on 8-1/2 x 11 inch pages, bound in three ring binders with durable plastic covers. F CONTRACT CLOSEOUT 01700 - 2 B. Prepare binder covers with printed title "Operation and Maintenance Instructions", title of project, and subject matter of binder when multiple binders are required. 1. Label multiple binders as "Volume I of II" and Volume II of II", as appropriate. C. Internally subdivide the binder contents with permanent page dividers, logically organized as described below, with tab titling clearly printed under reinforced laminated plastic tabs. D. Contents: Prepare a Table of Contents for each volume, with each product or system description identified. E. Part 1: Directory, listing names, addresses, and telephone numbers of architect, contractor, subcontractors, and major equipment suppliers. F. Part 2: Operation and maintenance'; instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment, make, model, and serial number. Verify that numbers are correct. 3. Parts list for each component. 4. Operating instructions. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for special finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. G. Part 3: Project documents and certificates, including the following: 1. All approved shop drawings and product data. 2. Hauling and dumping permits, receipts, and/or manifest. 3. Air and water balance reports. 4. Written statement certifying that all building materials installed in project are asbestos free. 5. Natural gas pressure test and certification. 6. Contractors' Affidavit of Payment of Debts and Claims. Use latest version of AIA Documents G706 and G706A. 7. Certificates issued by the architect; change orders, addenda, field reports, etc. 8. Photocopies of manufacturers' warranties and bonds. 9. General Contractor's and Sub -Contractors' warranties. 1.8 WARRANTIES AND CERTIFICATES A. Provide original warranties and certificates in a bound, 3 ring binder to the owner. Label the binder "Warranties and Certificates" with project name. B. Where specifications request warranties and certificates, provide such items requested. C. Provide required certifications requested by state and local governing agencies. D. The following are known Texas Department of Health required certificates, other certificates may be required. 1. Local Fire Marshal approval/acceptance of the building for occupancy. 2. Certification of medical gas 'systems installation and testing. 3. Certification of fire sprinkler system installation and testing. 4. Certification of fire alarm system. 5. Flame spread/smoke density ratings of carpets and vinyl wall coverings. CONTRACT CLOSEOUT 01700 - 3 6. Manufacturer's statement that cubicle curtains are rendered flame retardant. 1.9 WARRANTIES A. Provide a written Warranty on contractor's business letterhead stating that the building is warranted against defects in material and labor for a period of one year from date of final :.., acceptance. B. Warranty letter shall also state that installed building components comply with the latest adopted version of the Texas Accessibility Standards and Americans with Disabilities Act. C. A letter of warranty shall be provided by the general contractor and each major sub -contractor. 1. Major sub -contractors are those wl}o are responsible for a building system installed in the f building. 1.10 SPARE PARTS AND MAINTENANCE MATERIALS } A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification sections. F B. Deliver to project site and place in location'as directed by owner and obtain receipt prior to final payment. t 1.11 STARTING OF SYSTEMS i A. Preparation: 1. Notify architect and owner seven days prior to start-up of each system. 2. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage. r ' 3. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. 4. Verify wiring and support components are complete and tested. - 5. Execute start-up under supervision of responsible manufacturer's and owner's representatives in accordance with manufacturer's instruction. 6. Demonstrate start-up, operation, control, adjustment, trouble shooting, servicing maintenance and shutdown of each piece of equipment to owner's personnel two weeks prior to date of final inspection. ' 7. Amount of time to be devoted to instruction shall be reasonable and consistent with size of installation and its complexity. PART 2 PRODUCTS NOT USED 21 PART 3 EXECUTION NOT USED F.2 END OF SECTION y 1 t CONTRACT CLOSEOUT 01700 - 4 SECTION 02050 DEMOLITION PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions„ Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Dust control. B. Protection. C. Availability of work areas. 1.3 RELATED SECTIONS A. Section 01500 - Construction Facilities. 1.4 SUBMITTALS A. The procedures proposed for the accomplishment of salvage and demolition work shall be submitted for approval. The procedures shall provide for safe conduct of the work, careful removal and disposition of materials specified to be salvaged, protection of property which is to remain undisturbed, and coordination with other work in progress. The procedures shall include detailed description of the methods and equipment to be used for each operation, and the -� sequence of operations. 1.5 GENERAL REQUIREMENTS A. The work includes demolition or removal of existing construction indicated or specified. All materials resulting from demolition work, except as indicated or specified otherwise, shall J become the property of the contractor and shall be removed from the limits of owner's property within five working days of dismantling. B. Maintain a clean and organized job site throughout the demolition phase of the work. C. Coordinate the removal of any security devices with the owner's security representative. J D. Coordinate construction routes through existing, undisturbed portions of the facility with the architect prior to beginning demolition. 1.6 DUST CONTROL A. The amount of dust resulting from demolition shall be controlled to prevent the spread of dust to occupied portions of the building and to avoid creation of a nuisance in the surrounding area. _ O October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. - DEMOLITION 02050 - 1 Use of water will not be permitted when it will result in, or create, hazardous or objectionable , conditions such as ice, flooding and pollution. B. Maintain barriers until that portion of the project is complete. 1.7 PROTECTION A. Protection of Existing Work: Before beginning any demolition work, the contractor shall carefully survey the existing work and examine the drawings and specifications to determine the extent of the work. The contractor shall tape all necessary precautions to ensure against damage to existing work to remain in place, any damage to such work shall be repaired or replaced at no additional cost to the owner. The contractor shall carefully coordinate the work of this section with all other work and construct and maintain shoring, bracing and supports, as required. B. Protection of Landscape: Landscape within the project site which might be damaged during demolition and which are indicated to be left in place shall be suitably protected. Any tree that is damaged during the work under this contract shall be replaced. C. Isolate demolition areas from occupied portions of the building with suitable barriers. Suitable barriers include those described in Section p1500, 1.7 Barriers and Part 2 of this section. i 1.8 AVAILABILITY OF WORK AREAS A. Areas in which demolition work is to be accomplished will be available in accordance with the provisions of these specifications. Coordinate work with owner's activities. Restrict _ unauthorized access to the project site, unless other wise instructed by the architect. `{ PART 2 PRODUCTS 4 2.1 DUST BARRIERS A. Minimum of 12 mil polyethelene sheets adequately secured to supports with duct tapes, staples, cleats, nails, etc. Replace sheet if tears or holes can not be closed satisfactory. B. Provide an access door in dust barrier that can be locked or secured close. C. Brightly colored warning signs are to be attached to barrier and continually maintained throughout the life of the barrier. 2.2 FENCING A. Use a minimum of construction grade chain link fabric on a metal frame. Fencing may be modular panels secured together and to the adjacent material or metal stakes with fabric stretched across them. B. Provide an access gate suitable for personnel and equipment to pass through with can be locked or secured close. C. Brightly colored warning signs are to be attached to barrier and continually maintained ;- throughout the life of the barrier. { I, O October, 01 Chapman Harvey Architects, Inc. is Unauthorized duplication prohibited. }_ DEMOLITION 02050 - 2 PART 3 EXECUTION 3.1 EXISTING FACILITIES A. Existing Surfacing: Existing floors and wall surfaces are not to be damaged during demolition. Protect from damage with suitable measures. B. Other Facilities: Remove within the limits shown to a logical and straight termination as noted on the drawings. C. Temporary: Those materials noted to be temporarily removed, to allow access to areas affected by this work and Then re -installed to match existing adjacent materials, shall be protected from damage and stored on site as directed. 3.2 DISPOSITION OF MATERIALS A. Title to Materials: Title to all materials and equipment to be demolished is vested in the contractor upon receipt of notice to proceed. Items noted to be salvaged shall be returned to the owner and stored as directed. B. Disposition: All materials resulting from demolition shall be disposed by the contractor in accordance with all applicable laws, codes, and ordinances. 3.3 CLEAN-UP A. Debris and Rubbish: Debris and rubbish shall be removed from work sites on a regular basis. Only by prior approval of the architect will debris and rubbish be allowed to accumulate on the site for more than a week. B. Debris Control: Debris shall be removed and transported in a manner as to prevent spillage on streets or adjacent areas. C. The contractor is not permitted to use owner's refuse containers. D. Regulations: Applicable federal, state and local regulations regarding hauling and disposal apply. Provide copies of hauling and dumping permits, receipts, or manifest to architect. Include copies in operations and maintenance manual. E. Cleanliness of Site: Due to the high visibility of the site and potential danger to the public, maintaining a clean and safe site will be critical. END OF SECTION ® October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. DEMOLITION 02050 - 3 October 4, 2001 SECTION 03300 .I CONCRETE WORK PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this r Section. 1.2 DESCRIPTION OF WORK A. The extent of concrete work is shown on the drawings. B. Metal Stair Nosings. 1.3 RELATED SECTIONS f, a A. Section 02514 - Concrete Curbs, Walks, and Paving. B. Section 07900 - Joint Sealers. 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with the provision of the following codes, specifications and standards, except where more stringent requirements are shown or specified: 1. ACI 301 "Specifications for Structural Concrete for Buildings" 2. ACI 304 "Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete" 3. ACI 311 "Recommended Practice for Concrete Inspection" 4. ACI 318 "Building Code' Requirements for Reinforced Concrete" 5. ACI 347 "Recommended Practice for Reinforced Concrete" 6. MSP-1-90 Concrete Reinforcing Steel Institute, "Manual of Standard Practice" B. Workmanship: The contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances and finishes. Correct deficient concrete as directed by the architect. C. Design and Testing 1. The contractor shall bear all expenses in connection with securing proper laboratory designed mixes. Mixes proposed for use in this project shall be tested by means of actual cylinder breaks, with all information being reported to the architect. A proven, established, mix from an acceptable ready -mix plant may be used. Provide a minimum of 5 recent different compression test reports for the proposed mix. t D. Concrete Testing Service: Employ, at contractor's expense, a testing laboratory acceptable to architect to perform material evaluation tests and to design concrete mixes. 1. Job site cylinders shall be taken as directed by the architect. The contractor shall notify — the testing laboratory. The laboratory shall come to the site and take the concrete cylinders and be responsible for l their care and handling, including breaking same at laboratory. 2. Test results shall be furnished to the architect, engineer, and the contractor. F'': e 0%aWp ' PM' n p %NW.' `"` CONCRETE WORK 03300 - 1 October 4, 2001 3. Materials and installed work may require testing and retesting, as directed by the — architect, at any time during the progress of the work. Allow free access to material stockpiles and facilities at'all items. Tests, not specifically indicated to be done at the owner's expense, including the retesting of the rejected materials and installed work, shall be done at the contractor's expense. 1.5 SUBMITTALS A. Manufacturer's Data: Submit manufacturer's product data with application and installation instructions for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, patterns, stair nosings and others as requested by the architect. B. Shop Drawings: Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structure" showing bar schedules, stirrup spacing, diagrams of bent bars, arrangement of concrete reinforcement. Include, special reinforcement required at openings through concrete structures. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Forms for Exposed Finish Concrete: Unless otherwise shown or specified, construct all formwork for exposed concrete surfaces with plywood, metal, metal framed plywood -faced or other acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on the Drawings. Provide form material with sufficient thickness to withstand pressure of newly -placed concrete without bow or deflection. Forms used for this class of concrete shall be new or good as new. B. Use plywood complying with U.S. Product Standard PS-1 "B-B (Concrete Form) Plywood" Class I, Exterior Grade or better, mill -oiled and edgesealed, with each piece bearing legible trademark of an approved inspection agency, unless otherwise acceptable to architect. C. Forms for Unexposed Finish Concrete: Form concrete surfaces which will be unexposed in finished structure with plywood, lumber, metal, or other acceptable material. Provide lumber dressed on at least two edges and one side for tight fit. D. Earth Trench Forms: Earth trench type forming shall only be used where continuous type or square spot footings are shown on the drawings. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60, except No. 3 ties and stirrups may be Grade 40. B. Welded Wire Fabric: ASTM A 185, 6 x 6 - W2.1 x W2.1, welded steel fabric unless other wise noted. C. Dowels for load transfer in floors shall be plain steel bars conforming to ASTM A 675, Grade 60 or ASTM A 499. UnauOttion "�uplic u P �,h6`.g., Inc. CONCRETE WORK 03300 - 2 October 4, 2001 D. Supports for Reinforcement: 1. Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing supporting and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI, unless otherwise specified. Wood, brick, and other devices will not be acceptable. 2. For slab -on -grade, use supports with sand plates for horizontal runners where wetted base material will not support chair legs. 3. For exposed -to -view concrete surfaces, where legs of supports are in contact with forms, provide supports with legs that are hot -dip galvanized, or plastic protected or stainless steel protected. 2.3 CONCRETE MATERIALS i A. Portland Cement: 1. ASTM C 150, type I, unless otherwise acceptable to architect. 2. Use only one brand of cement throughout the project, unless otherwise acceptable to architect. B. Fine Aggregate: 1. Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. 2. Dune sand, bank -run sand and manufactured sand are not acceptable. C. Coarse Aggregate: ASTM C 33. Clean, uncoated, processed aggregate containing no clay, mud, loam or foreign matter as follows: 1. Crushed stone, processed from natural rock or stone. 2. Washed gravel, either natural or Crushed. Use of pit or bank -run gravel is not permitted. 3. Provide aggregate from a single source for all exposed concrete. 4. Maximum Aggregate Size: a. Not larger than one -fifth of the narrowest dimension between sides of forms, one-third of the depth ofslabs, nor three -fourths of the minimum clear spacing between individual reinforcing bars of bundles or bars. b. The limitations may be waived if, in the judgement of the architect, workability and methods of consolidation are such that concrete can be placed without honeycomb of voids. D. Water: Clean, fresh, drinkable. E. Air -Entraining Admixture: ASTM C 260, F. Water -Reducing Admixture: ASTM C 494, Type A, containing not more than 0.1 %A chloride ions. G. Set -Control Admixtures: ASTM C 494, as follows: 1. Type B, Retarding 2. Type C, Accelerating 3. Type D, Water -reducing and Retarding 4. Type E, Water -reducing and Accelerating H. Calcium chloride will not be permitted in concrete, unless otherwise authorized in writing by Architect. I. High -Range Water -Reducing Admixture (Super Plasticizer): ASTM C 494, Type F or G containing not more than 0.1 % chloride ions. opn d^6`Inc.$Me0 P1 CONCRETE WORK 03300 - 3 t , OaDber4,2001 2.4 RELATED MATERIALS A. Preformed Expansion Joint Fillers`. Premolded cane fiber saturated with asphalt. Unless indicated otherwise, 1/2" thickness by depth of slab. B. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. per square yard, complying with AASHTO M 182, Class 2. C. Moisture -Retaining Cover: One of the following, complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. Polyethylene -coated burlap. D. Curing Compound: ASTM C 309, Type I, Class A. 1. Guardian Chemical Company, clear bond at the rate of 400 square feet to the gallon. E. Hardening, Sealing, and Dustproofmg: ASTM C 309, Type 1, Class A. All exposed slabs not covered with tile on other applied surface finish shall receive second application where construction work is complete. 1. A second application of Guardian Chemical Company, Clear Bond at the rate of 600 square feet to the gallons over the curing compound cost. 2.5 PROPORTIONING AND DESIGN OF MIXES A. Prepare design mixes for each type and strength of concrete in accordance with applicable provisions of ASTM C 94. Use and independent testing facility acceptable to the architect for preparing and reporting proposed mix designs. The testing facility shall not be the same as used for field quality control testing unless otherwise acceptable to the architect. B. Prepare design mixes by either laboratory trial batch or field experience methods, using materials to be employed on the project for each class of concrete required, complying with ACI 211.1. C. Submit written reports to the architect of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by the architect. D. Design mixes to provide normal weight concrete with the following properties, as indicated on the Drawings and schedules: 1. 3000 psi 28-day compressive strength; W/C ratio, 0.58 maximum (non -air -entrained), 0.46 maximum (air entrained). E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the contractor when characteristics of materials, job conditions, weather, tests results, or other circumstances warrant, at no additional cost to the' owner and as accepted by the architect. Laboratory test data for revised mix design and strengthresults must be submitted to and accepted by the architect before using in the work. 2.6 ADMIXTURES A. Use water -reducing admixture or high range water -reducing admixture (super plasticizer) in concrete as required for placement and workability. Rnia'Onh2T.'p' o� p �,h6` : ` CONCRETE WORK 03300 - 4 October 4, 2001 B. Use color admixture in concrete where noted and at pattern concrete locations. Submit color i, selection chart for approval. Color admixture is to be added at the mixing plant, not at the site. C. Use non -chloride accelerating admixture in concrete slabs placed at ambient temperatures below 50 degrees F. D. Use air -entrained admixture in exterior exposed concrete, unless otherwise indicated. Add air - entraining admixture at the manufacturer's iprescribed rate to result in concrete at the point of placement having air content within the following limits: 1. 5.5 % with 1 1/2 " maximum aggregate 2. 6.0% with 1" maximum aggregate 3. 6.0% with 3/4" maximum aggregate k 4. 7.0% with 1/2" maximum aggregate �- E. Use admixture for water -reducing and set -control in strict compliance with the manufacturer's I , directions. F. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to F°r maintain quality control. 2.7 SLUMP LIMITS A. Proportion and design mixes to result in concrete slump at the point of placement as follows: 1. Ramps and Sloping Surfaces: Not more than 3". 2. Reinforced Foundation Systems: Not less than 1" and not more than 3". 3. Concrete containing HRWR admixture (super plasticizer): Not more than 8" after addition of HRWR to verified 2"-3" slump concrete. 4. All Other Concrete: Not more than 4". 2.8 CONCRETE MIXING A. Ready -Mix Concrete: Comply with the requirements of ANSI/ASTM C 94, and as herein specified. B. Delete the references for allowing additional water to be added to the batch for material with insufficient slump. Addition of water to the batch will not be permitted. C. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ANSI/ASTM C 94 may be required. D. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 1-1/2 hours to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. ' 2.9 PATTERN CONCRETE A. Submit slate design patterns for use in the four concrete paving sections and along glass under the entrance canopy where shown on plans. Submit tactile flat domes pattern at ramps. B. Pattern concrete shall meet the same specifications as required for other concrete paving in this project. auo�hzed�UPlic$uo `6",e�,Inc,CONCRETE WORK 03300 — 5 October 4, 2001 _ C. All pattern concrete is to have pigmented concrete, color to be selected by architect. PART 3 EXECUTION 3.1 FORMS A. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. B. Design formwork to be readily removable without impact, shock or damage to cast -in -place concrete surface and adjacent materials. C. Forms shall not leak cement paste. D. Fabricate forms for easy removal without hammering or prying against the concrete surface. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling, and for easy removal. E. Provide temporary openings where interior area of formwork is in accessible for cleanout, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and set tightly to form to prevent loss of concrete mortar. Locate temporary openings on forms at inconspicuous locations. F. Chamfer exposed comers and edges as shown, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. G. Form Ties: Factory -fabricated, adjustable length, removable or snapoff metal form ties, designated to prevent form defection, and to prevent spalling concrete surfaces upon removal. H. Unless otherwise shown, provide ties so portion remaining within concrete after removal is at least 1-112" inside concrete. Unless otherwise shown, provide form ties which will not leave holes larger than 1" diameter in concrete surface. I. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work for other trades. Determine size and location of openings, recesses and chases from trades providing such items. Accurately place and securely support items built into forms. J. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retighten forms after concrete placement if required to eliminate mortar leaks. 3.2 PLACING REINFORCING A. Comply with the specified codes and standards, and Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement placement and supports, and as herein specified. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. u'rarven,proih6,A Inc. CONCRETE WORK 03300 - 6 October 4, 2001 C. Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. D. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends !are directed into concrete, not toward exposed concrete surfaces. E. Do not place reinforcing bars more than 2 beyond the last leg of continuous bar supports. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. F. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. 3.3 JOINTS A. Construction Joints 1. Locate and install construction joints, where are not shown on the drawings, so as not to impair the strength and appearance of the structure, as acceptable to the architect. 2. Provide keyways at least 1 1/2" deep in all construction joints in walls, slabs, and between walls and footings; acceptable bulkheads designed for this purpose may be used for slabs. 3. Place construction joints perpendicular to the main reinforcement. Continue all reinforcement across construction joints. B. Control Joints in Slabs -on -Ground: 1. Construct control joints in slabs -on -ground to form panels or patterns as shown or directed. Use screed type joints equal to those manufacturer by Superior Concrete Accessories, Inc. Screed key joints are of 24 gauge galvanized steel with 1 1/8" dowel knockouts at 6" on centers. Install with a minimum of five special 16 gauge by 1 " stakes per ten feet of length of material. 2. The use of a softcut saw on a troweled surface is recommended. When using a softcut saw, the saw cuts are to be placed as soon as possible after finishing the concrete. C. Isolation Joints in Slabs -on -Ground: Construct isolation joints in slabs on ground at all points of contact between slabs on ground and vertical surfaces, such as column pedestals, foundation walls, grade beams, and elsewhere as indicated. 3.4 INSTALLATION OF EMBEDDED ITEMS A. General: Set and build into the work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of the items to be attached thereto. B. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkhead and intermediate screed strips for slabs 1Q obtain the required elevations and contours in the finishes slab surface. Provide and secure units sufficiently strong to support the types of screed required. Align the concrete' surface to the elevation of the screed strips by the use of strike -off templates or accepted compacting type screeds. Un2au�tlt'u �ieaTPlion pro5,';b``°` CONCRETE WORK 03300 - 7 October 4, 2001 3.5 PREPARATION OF FORM SURFACES A. Coat the contact surface of forms with a form -coating compound before reinforcement is placed. Provide commercial formulation form -coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compounds. B. Thin form -coating compounds only with thinning agent of type, in amount, and under conditions of the form -coating compound manufacturer's directions. Do not allow excess form -coating material to accumulate in the forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. 3.6 CONCRETE PLACEMENT A. General: 1. Comply with ACI 304, and as herein specified. 2. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in amounts in accordance With approved submittals for this types of concrete. Mix batched concrete in strict accordance with the fibrous concrete reinforcement manufacturer's instruction and recommendations for uniform and complete dispersion. 3. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction jointsas herein specified. 4. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. B. Pre -Placement Inspection: Before placing concrete, inspect, and complete the formwork installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit the installation of their work; cooperate with other trades in setting such work, as required. Thoroughly wet wood forms immediately before placing concrete, as required where form coatings are not used. C. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 18" and in a manner to avoid inclined construction joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding or tamping. Use vibrators designed to operate with vibratory element submerged in concrete, maintaining a speed of not less than 6000 impulses per minute. 2. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced location not farther than the visible effectiveness of the machine. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. D. Placing Concrete Slabs 1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats or darbies to smooth the surface, leaving it free of humps or hollows. Do not 8.22 ti cr"zen� pli „Ca on "o`hh6`.ce ' Inc.CONCRETE WORK 03300 - 8 October 4, 2001 sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in the proper !position during concrete placement operations. E. Cold Weather Placing 1. Protect concrete work from physical damage or reduced strength which would be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. 2. When air temperature has fallen to or is expected to fall below 40 degrees F., _ uniformly heat all water and aggregate before mixing as required to obtain a concrete mixture temperature of not less than 50 degrees F., and not more than 80 degrees F., at point of placement. 3. Do not use frozen materials or material containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 4. Do not use calcium chloride, salt,and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in mix designs. F. Hot Weather Placing 1. When hot weather conditions exist that could seriously impair the quality and strength 4 of concrete, place concrete on compliance with ACI 305 and as herein specified. I - 2. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated to the total amount of mixing. 3. Cover reinforcing steel with water -soaked burlap if it becomes too hot so that the steel and temperature will not exceed the ambient air temperature immediately before is y embedment in concrete. Wet form thoroughly before placing concrete. 4. Do not use retarding admixtures unless otherwise accepted in mix designs. 3.7 FINISH OF FORMED SURFACES A. Standard Rough Form Finish: For formed concrete surfaces not exposed to view in the finish work or by other construction, unless otherwise shown or specified. This is the concrete surface { having the texture imparted by the form facing material used, with defective areas repaired and ` patched as specified, and fins and other projections exceeding 1/4" in height rubbed down with wood blocks. B. Standard Smooth Finish: For formed concrete surfaces exposed to view, or that are to be covered with a coating material applied directly to the concrete or a covering material bonded to the concrete, such as waterproofing, dampproofing, painting, or other similar system. This is the as -cast concrete surface as obtained with the form facing material, with defective areas repaired and parched as specified, and fins and other projections on the surface completely removed and smoothed. C. Related Unformed Surfaces: At tops of walls, horizontal offsets and similar unformed surfaces occurring adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent surfaces, unless otherwise shown. r 3.8 MONOLITHIC SLAB FINISHES C A. Scratch Finish: Apply scratch finish to monolithic slab surfaces that are to receive concrete F 7 floor topping or mortar setting beds for file or other bonded applied cementitious finish flooring material, and as shown on the drawings.; h i �i^au°sh nhud� plicafton pro�h6tttceA Inc. CONCRETE WORK 03300 — 9 October 4, 2001 1. After placing slabs, plane surface to a tolerance not exceeding 1/2" in 10 feet when tested with a 10 foot straightedge. Slope surfaces uniformly to drains where required. After leveling, roughen surface before final set, with stiff brushes, brooms, or rakes. B. Float Finish: Apply float finish to monolithic slab surfaces that are to receive trowel finish and other finishes as hereinafter specified, and slab surfaces which are to be covered with membrane or elastic roofing, and as shown on the drawings or in schedules. 1. After screeding and consolidating concrete slabs, do not work surface until ready for ° floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power -driver floats or both. Consolidate surface with power -driven floats, or by hand floating if area is small or inaccessible to — power units. Check and level surface plane to a tolerance not exceeding 1/4" in 10 feet when tested with a 10 foot straightedge. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. C. Trowel finish: 1. Apply trowel finish to monolithic slab surfaces that are to be exposed to view, unless otherwise shown, and slab surfaces that are to be covered with resilient flooring, paint, or other thin film finish coating system. 2. After floating, begin first trowel finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over the surface. Consolidate concrete surface by final hand troweling operation, free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 1/8" in 10 feet when tested with a 10 foot straightedge. Grind smooth surface defects which would telegraph through applied floor covering system. D. Non -Slip Broom Finish: 1. Apply non -slip broom finish to exterior concrete platform, steps and ramps, walks and elsewhere as shown on the' drawings or in schedules. 2. Immediately after trowel finishing, slightly roughen concrete surface by brooming perpendicular to main traffic route. Coordinate required final finish with the architect before application. E. Pattern Finish: 1. Apply pattern finish to exterior concrete ramps as shown on the drawings. 2. Use only the approved pattern finish as submitted. 3.9 CONCRETE CURING AND PROTECTION A. General 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for a period of time necessary for hydration of cement and proper hardening. 2. Start initial curing application as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 72 hours. 3. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 168 cumulative hours (not necessarily consecutive) during which concrete has been exposed to air temperatures above 50 degrees F. Avoid rapid drying at end of final curing period. o TU?� ' pP on pIt'`hh6c�Vieat`, Inc. CONCRETE WORK 03300 - 10 October 4, 2001 i B. Curing Methods: Perform curing of concrete by moist curing or by moisture retaining cover curing or by membrane -forming curing compound and by combinations thereof, as herein specified. f 1. Provide moisture curing by following methods: a. Keep concrete surface continuously wet by covering with water. Continuous water -fog spray. b. Covering concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surface and edges, with 4" lap over adjacent absorptive covers. 2. Provide moisture -cover curing as follows: a. Cover concrete surfaces With moisture -retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears ' during curing period using cover material and waterproof tape. 3. Provide curing compound for slabs as follows: a. Apply specified curing and :sealing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours). b. Apply uniformly in continuous operation by power -spray or roller in accordance with manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repairing damage during this curing period. C. Do not apply membrane curing compounds on surface which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring, painting, and other coatings and finish materials, unless otherwise acceptable to the architect. C. Curing Formed Surfaces: Cure formed concrete surface, including undersides of beams, supported slabs and other similar surfaces by moist curing with forms in place for full curing period or until forms are removed. If forms are removed, continue curing by methods specified above, as applicable. D. Curing Unformed Surfaces: Initially cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by moist curing. 1. Final cure unformed surfaces, unless specified otherwise, by methods specified above, as applicable. 2. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of moisture -retaining cover, unless otherwise directed. 3.10 REMOVAL OF FORMS A. Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, maybe removed after cumulatively curing at not less than 50 degrees F. for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. B. Formwork supporting weight of concrete; such as beams, soffits, joists, slabs and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at'28 days. Determine potential compressive strength if inplace concrete by testing field -cured specimens representative of concrete location or members. e�wonied"a p'e oX P"n6`, I° CONCRETE WORK 03300 - 11 October 4, 2001 C. Form facing material may be removed 4 days after placement, only if shores and other vertical supports have been arranged to permit removal of form facing material without loosening or disturbing shores and supports. 3.11 RE -USE OF FORMS A. Clean and repair surfaces of forms to be re -used in the work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact form surfaces as specified for new formwork. B. When forms are intended for successive concrete placement, thoroughly clean surfaces, remove — fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces, except as acceptable to architect. 3.12 MISCELLANEOUS CONCRETE ITEMS A. Filling -in: Fill-in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of trades is in place. Mix, place, and cure concrete as herein specified, to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete work. B. Reinforced Masonry: Provide concrete grout for reinforced masonry lintels and bond beams where indicated on the drawings and as scheduled. Maintain accurate location of reinforcing steel during concrete placement. 3.13 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: 1. Repair and patch defective areas with cement mortar immediately after removal of forms, but only when acceptable to architect. 2. Cut out honeycomb, rock pockets, voids over 1/3" in any dimension, and holes left by tie rods and bolts, down to solid concrete but in no case to a depth of less than V . Make edges of cuts perpendicular to the concrete surface. Before placing cement mortar or proprietary patching compound, thoroughly clean, dampen with water and brush -coat the areas to be patched with neat cement grout, or proprietary bonding agent. 3. For exposed to view surfaces, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. B. Repair of Formed Surfaces: 1. Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of architect. Surface defects include color and texture irregularities; cracks; spalls; air bubbles;', honeycomb; rock pockets; fins and other projections on surface; and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes, fill with dry pack mortar or precast cement cone plugs secured in place with bonding agent. 2. Where possible, repair concealed formed surfaces that contain defects that adversely affect the durability of the concrete. If defects cannot be repaired, remove and replace the concrete. S a MoCrue$°�.PP�az o. P o�,hb`��`'2, Inc. CONCRETE WORK 03300 - 12 October 4, 2001 C. Repair of Unformed Surfaces 1. Test unformed surfaces, such as monolithic slabs, form smoothness and to verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using a template having required slope. 2. Repair finished unformed surfaces that contain defects which adversely affect durability 1; of concrete. Surface defects, as such, include crazing, cracks in excess of 0.01" wide or which penetrate to reinforcement or completely through non -reinforced sections regardless of width, spalling, pop -puts, honeycomb, rock pockets and other objectionable conditions. 3. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. I 4. Correct low areas in unformed surfaces during, or immediately after, completion of i surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when acceptable to architect. 5. Repair defective areas, except random cracks and single holes not exceeding 1. diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3/4" w~ clearance all around. Dampen concrete surfaces in contact with patching concrete, and I brush with a neat cement grout coating or concrete bonding agent. Mix patching concrete of same materials to provide concrete of the same type or class as original concrete. Place, compact and finish to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. 6. Repair isolated random cracks and single holes not over 1 " in diameter by dry pack method. Groove top of cracks and cut-out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and brush with neat cement grout coating or concrete bonding agent. Mix dry pack, consisting of one part portland cement to 2 1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for not less than 72 hours. JD. Use epoxy -based mortar for structural repairs, where directed by architect. t^ E. Repair methods not specified above may be used, subject to acceptance of architect. 3.14 QUALITY CONTROL TESTING DURING CONSTRUCTION €€ A. The contractor will employ a testing laboratory to perform all other tests and to submit test reports. B. Sampling and testing for quality control during the placement of concrete may include the following, as directed by the Architect. -' 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. y 2. Slump: ASTM C 143; one test for each concrete load at point of discharge; and one test for each set of compressive strength test specimens. 3. Air Content: ASTM C 173, volumetric method for lightweight concrete; ASTM C 231 pressure for normal weight concrete; one for each set of compressive strength test specimens. p_ 4. Concrete Temperature: Test hourly when air temperature is 40 degrees F. and below, and when 80 degrees F. and above; and each time a set of compression test specimens g made. 8.200 ;o h % pig onpro I i�e�.'°` CONCRETE WORK 03300 - 13 fray October 4, 2001 _ 5. Compression Test Specimen: ASTM C 31; one set of 4 standard cylinders for each compressive strength test, unless otherwise directed. Mold and store cylinders for laboratory cured test specimens except when field -cure test specimens are required. 6. Compressive Strength Tests: ASTM C 39; one set for each 100 cu. yds. or fraction _ thereof, of each concrete class placed in any one day or for each 5000 sq. ft. of surface area placed; 1 specimen tested at 7 days for information only, 2 specimens tested at 28 days, and 1 specimen retained in reserve for later testing if required. The acceptance test results shall be the average of the strengths of the two specimens tested at 28 days. a. When the frequency of testing will provide less than 5 strength tests for a given class on concrete, conduct testing from at least 5 randomly selected batches or from each batch if fewer than 5 are used. b. When the total quantity of a given class of concrete is less than 50 cu. yds., the strength test may waived by the architect, if, in his judgement, adequate evidence of satisfactory strength is provided. �. C. When the strength of field -cured cylinders is less than 85% of companion laboratory -cured .cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in -place concrete. } C. Test results will be reported in writing to the architect , engineer and the contractor on the same day that tests are made. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing services, concrete type and class, location of concrete batch in the structure, design compressive strength at 28 days, concrete mix proportions and materials; compressive breaking strength and type of break for both 7-day tests and 28-day tests. D. Additional Tests: The testing service will make additional tests of in -place concrete when test results indicate the'specified concrete strengths and other characteristics have not been attained in the structure, as directed by the Architect. The testing service may conduct tests to determined adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. Contractor shall pay for such tests conducted, and any other additional testing as may be required when unacceptable concrete is verified. 3.15 TEXAS ACCESSIBILITY STANDARDS A. All new concrete walks, sloped walks, ramps, curb cuts, curb ramps, surface textures, and dimensions shall comply with the Texas Accessibility Standards of the Architectural Barriers Act, Article 9102, Texas Civil Statutes. 1 B. New and renovated concrete surfaces shall provide at least a 2% positive slope away from accessible routes. Do not allow any "water to stand within accessible routes. �I END OF SECTION 02�'3UP4h.V prohi�rt�t e�ed Inc, CONCRETE WORK 03300 - 14 SECTION 04300 UNIT MASONRY SYSTEM PART GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, and Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Concrete unit masonry backup walls, complete with reinforcement and anchorages. B. Exterior facing brick. C. Form control joints. D. Built-in items supplied by other trades. E. Cut and fit for items furnished and installed by other trades. 1.3 RELATED SECTIONS A. Section 05500 - Metal Fabrications B. Section 06100 - Rough Carpentry. C. Section 07900 - Joint Sealers. 1.4 QUALITY ASSURANCE A. Perform concrete unit masonry work in accordance with requirements of ANSI A 41.1, unless indicated otherwise herein. 1.5 REFERENCE STANDARDS A. ASTM C 90-95 Hollow load bearing CMU. B. ASTM C 91 Masonry Cement C. ASTM C 140 Sampling and Testing Concrete Masonry Unit. D. ASTM C 150 Portland Cement. E. ASTM C 207 Hydrated Lime for Masonry Purposes. F. ASTM C 216 Facing Brick. G. ASTM C 270 Specifications for Mortar for Unit Masonry. ® October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. UNIT MASONRY SYSTEM 04300 - 1 H. ASTM C 426 Test for Drying Shrinkage of Concrete Block. I. ASTM C 476 Specification for Grout for Masonry. J. ASTM A 82 Cold -Drawn Steel Wire - Plain for Reinforcement. 1.6 SUBMITTALS _ A. Certificates of Compliance: Manufacturer's certification that masonry units furnished meet or exceed requirements of this section. B. Test Reports: Certify that concrete masonry units and mortar mix proposed conform to the following: 1. Concrete Masonry Units: ASTM C140 and C426. 2. Mortar: ASTM C270. C. Product literature of items specified; include manufacturer's literature on sizes, maintenance, cleaning, water repellent, and graffito control. 1.7 DELIVERY, STORAGE, AND HANDLING A. Store materials off ground and protected from wetting by capillary action, rain or snow and protected from mud, dust or other material and contaminating material. 1.8 PROJECT CONDITIONS A. Hot Weather Requirement: 1. Protect all masonry construction from direct exposure to wind and sun for 48 hours after erection when ambient air temperature exceeds 99 degrees F and when shaded with relative humidity less than 50 percent. 2. Provide suitable coverings or barriers to deflect direct sunlight and wind. B. Temperature: No masonry work shall be conducted when ambient temperature is falling and below 50 degrees F. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Concrete Masonry Units and Face Brick. 1. Featherlite Building Products. 2. Brunson Brick r" 3. Acme Brick. 4. Elgin -Butler Brick. 5. Henderson Clay Products. B. Water Repellent 1. Thoro: Thoroclear 777. 2. Okon. 3. Prime-A-Pell200. ® October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. UNIT MASONRY SYSTEM 04300 - 2 A 2.2 MATERIALS A. Concrete Masonry Units: 1. Manufacturer's standard units with nominal face dimensions of 16" long x 8" high (15- 5/8" x 7-5/8" actual), unless otherwise indicated. Thicknesses as indicated on the drawings. 2. Special Shapes: Provide where required for lintels, corners, jambs, sash, control joints, headers, bonding and other;: special conditions. 3. Hollow Loading -Bearing CMU: ASTM C 90-95, Grade "N". 4. Weight: Provide lightweight units using aggregate complying with ASTM C 331 producing dry net unit weight of not more than 105 lbs. per cubic foot, -unless otherwise indicated. 5. Curing: Cure units in a moisture -controlled atmosphere or in an autoclave and normal pressure and temperature to comply with ASTM C 90-95, Type L a. Limit moisture absorption during delivery and until time of installation to the maximum percentage specified for Type I units for the average annual relative humidity as reported by the U.S. Weather Bureau Station nearest the project site. B. Face Brick: 1. Face brick used in Phase Two is to match the brick used in Phase One; Cash America Pawn column bases, 125 N. University. 2. Size; Unless otherwise indicated, provide bricks manufactured to the following nominal dimensions: a. Modular: 2 1/4" x 3 5/8" x 7 5/8". b. Special Shapes: Provide where necessary for lintels, corners, jambs, sash, control joints, headers, bonding and other special conditions. 3. For applications resulting in exposure of brick surfaces which otherwise would be concealed from view, provide uncored or unfrogged units with all exposed surfaces finished. 4. Facing Brick: ASTM C 216, and as follows: a. Type of Grade: SW. b. Type: Type FBS (normal size and color variations). C. Application: Use where brick is exposed, unless otherwise indicated. d. Texture and Color: Match existing texture and color scheme of hospital. Submit samples for approval prior to ordering. e. Coursing is to match existing hospital; 1/3 running bond. C. Mortar: 1. Mortar mixes: Conform to ASTM C 270, and the following: a. Type "S" Mortar, for all masonry. One part Portland Cement, 1/4 to 1/2 part hydrated lime, 2-3/4 to 4-1/2 parts damp loose sand or 1/2 part Portland Cement, 1 part masonry cement, 3-3/8 to 4-1/2 parts damp loose sand. 2. Portland Cement: ASTM C 150, Type 1, one sack 94# net, considered one cubic foot. 3. Masonry Cement: ASTM C 91,furnished in sacks containing one cubic foot each, marked with the weight. One sack considered one cubic foot. Exterior masonry cement shall contain integral waterproofing. Masonry cement shall be manufactured by Atlas, Lehigh, Lonestar, Trinity or an approval equal. 4. Sand: (Fine Aggregate) 80# damp, considered one cubic foot ASTM C 144 of acceptable color graded within the following limits: O October. 01 Chapman Harvey Architects. Inc. Unauthorized duplication prohibited. € ' UNIT MASONRY SYSTEM 04300 - 3 SIEVE NO. PERCENT OF SAND RETAINED MAX. (BY WEIGHT) MIN. 4 0 0 8 5 0 16 40 0 30 65 30 50 85 65 100 98 85 5. Water: Clean and free from injurious amounts of oil acids, soluble salts, and organic impurities. 6. Colors shall be as selected. by architect. 7. Do not lower the freezing point of mortar by use of admixtures or antifreeze agents. 8. Do not use calcium chloride in mortar or grout. D. Joint Reinforcement, Ties and Anchoring Devices: 1. Zinc -Coated Wire: ASTM A 82 for uncoated wire, ASTM A 641, Class 3 for zinc coating. 2. Joint Reinforcement: Welded -wire units prefabricated with deformed continuous side rods and plain cross rods into straight lengths of not less than 10 feet. Fabricate from cold -drawn steel wire complying with ASTM A 82, and a unit width of 1-1/2" to 2" less than thickness of wall or partition, with prefabricated comer and tee units, and as follows: a. Wire Size for Side Rods: 9 gauge diameter. b. Wire Size for Cross Rods: 9 gauge diameter. C. For multi-wythe or cavity exterior masonry back-up fabricate units with additional side rods spaced for embedment in inside face of back-up wythe. 3. Veneer Anchors and Ties: ' Screw on anchor of at least 12 gage hot dipped galvanized metal with two screw holes per anchor. Flexible wire ties of hot dipped galvanized 3/16 inch wire by suitable length. Flexible straps of hot dipped galvanized 16 gage by at least 1 1/4 inch wide by ,suitable length with 1/4 inch anchor holes. 4. Miscellaneous Masonry Anchors: Fabricated from 16 gauge steel sheet or 3/8" steel rod, 1.5 oz. hot -dip zinc coating after fabrication. E. Flashing for Masonry: 1. Provide concealed flashings, shown to be built into masonry. 2. Provide concealed flashings as follows: a. Asphalt -Coated Copper: Copper coated both sides with flexible fabricated asphalt. b. Fabricate with 3 oz. copper, unless otherwise indicated, as produced by AFCO Flashings or Equal. 3. Provide plastic flashing as follows: a. Sheet polyvinyl chloride, 30 mil thickness (0.030), 3.3 oz/SF, ASTM D 822, 48 or 72 inches wide rolls. York Flashings: Wascoseal. b. Use rubber base adhesive compound for bonding polyvinyl chloride sheets. F. Miscellaneous Masonry Accessories: 1. Reinforcing Bars: Deformed steel, ASTM A 615, Grade 60 of the sizes shown. 2. Metal Expansion Joint Strips: Provide the following formed to the shape shown. a. Bond Breaker Strips: 30 lb. asphalt roofing felt complying with ASTM D 226, or 30 lb., coal -tar roofing felt complying with ASTM D 227. ® October, 01 Chapman Harvey Architects, Inc. Unauthorized dupticadon prohibited. UNIT MASONRY SYSTEM 04300 - 4 ` b. Premolded Control Joint Strips: Solid rubber strips with a Shore A durometer hardness of 60 to 80, designed to fit standard sash block and maintain lateral stability in masonry wall, size and configuration as indicated. 3. Rubber Expansion Joints: Provide, rubber Blok-Tite gaskets as produced by AA Wire Products Co., or equal. Install as shown on the drawings. 4. Cleaning Solution: Non -acidic as 'recommended by masonry manufacturer. G. Water Repellent: _ 1. Masonry water repellent shall be equal to Prime -A -Pell 200, manufactured by Chemprobe Corporation. Cover all exposed exterior masonry, full height of wall. 2. Install per manufacturer's instructions. H. Graffiti Control: 1. Graffiti control shall be equal to;Defacer Eraser, manufactured by ProSoCo, Inc., telephone 913-281-2700. Cover all exposed exterior masonry, full height of wall. 2. Provide at least two gallons of Deracer Eraser Graffiti wipe supplement to Graffiti Control. Store where directed by Owner. I PART 3 EXECUTION 3.1 INSPECTION A. Examine other construction which is to support or interface with masonry work for conditions that would prevent proper installation of masonry. B. Where footings and shelves are not sound or level, where anchorage devices have not been installed, where interfaces exist, or where there are other conditions unsuitable for proper installation of masonry, do not start masonry work until other construction has been corrected. 3.2 INSTALLATION A. Install masonry units in running bond to match the existing brick patterns. B. Cut exposed masonry units, where necessary with a power saw. 1. Avoid the use (by proper layout) of less than half size units. C. Wet brick prior to laying. D. Hold uniform joint sizes of 3/8", unless otherwise indicated. Hold joint sizes to suit modular size of masonry units. E. Cut joints flush and tool slightly concave, unless otherwise indicated. F. Kee cavities between masonry and insulation clean of mortar droppings and other materials F� _+ P m'l' during construction. G. Reinforce horizontal joints with continuous masonry joint reinforcement, spaced 16" vertically. Do not bridge control and expansion joints in the wall system. ��- H. Build other work into the masonry work as shown, fitting masonry units around other work, and E ; grouting for secure anchorage. ® October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. UNIT MASONRY SYSTEM 04300 - 5 f 7 I. Protect newly laid masonry from exposure to precipitation, excessive drying, freezing, soiling, backfill and other harmful elements. At end of each day's work, use a medium soft dry nylon brush to clean masonry work. K. Weep Holes: 1. Provide weep holes in head joints in same course of masonry bedded in the flashing mortar. 2. Provide weep holes spaced 32" apart at the bottom of (and at edges in) cavities. 3. Provide preformed plastic tubes with cotton wick inserts. L. Structural Bonding of Multi-Wythe. Masonry: 1. Use continuous joint reinforcing embedded in horizontal joints for bond tie between wythes. Install at not more than 16" o.c, vertically as specified. Provide continuity at corners and intersections using prefabricated "L" and "T" units. M. Horizontal Joint Reinforcing: 1. Provide continuous horizontal joint reinforcing as shown and specified. Fully embed longitudinal side rods in mortar for their entire length with a minimum cover of 5/8" on exterior side of walls and 1/2" at other locations. Lap reinforcement a minimum of 6" at ends of units. Do not bridge control and expansion joints with reinforcing, unless otherwise indicated. Provide continuity at corners and wall intersections by use of prefabricated "L" and "T" sections. Cut and bend units as directed by manufacturer for continuity. 2. Space continuous horizontal reinforcing as follows: a. For multi-wythe walls where continuous horizontal reinforcing also acts as structural bond or tie between wythes, space reinforcing as required by code but not less than 16" o.c. vertically. b. For single-wythe walls, space reinforcing at 16" o.c. vertically, unless otherwise indicated. 3. Reinforce masonry openings greater than 1'-0" wide, with horizontal joint reinforcing placed in two horizontal joints approximately 8" apart, both immediately above the lintel and below the sill. Extend reinforcing a minimum of 2'-0" beyond jambs of the opening, bridging control joints where provided. N. Anchoring Masonry Work: 1. Provide anchoring devices of the type shown as specified. If not shown or specified, provide standard type for facing and back-up involved. 2. Anchor masonry to structural members where masonry abuts or faces such members to comply with following: a. Provide an open space not less than 1 " in width between masonry and structural member, unless otherwise shown. Keep open space free of mortar or other rigid materials. b. Anchor masonry to structural members with metal ties embedded in masonry joints and attach4to structure. Provide anchors with flexible tie sections and metal compatibility unless otherwise indicated. C. Space anchors as shown, but not more than 16" o.c. horizontally. d. Bond intersecting walls with masonry units or provide anchors spaced 16" o.c. O October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. UNIT MASONRY SYSTEM 04300 - 6 3.3 PROTECTION A. Maintain protective boards at exposed external corners which may be damaging Completed work. B. Keep expansion joint voids clear of mortar.' C. Provide temporary bracing during erection of masonry work. Maintain in place until building structure provides permanent bracing. D. At end of each day or shutdown period, protect all exposed walls by covering with a strong waterproof membrane, extending at least two feet down each side of wall and secured in place. E. Seal wall with anti -graffiti masonry sealer, submit for review. 3.4 POINTING AND CLEANING A. After mortar is thoroughly set and cured, clean masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample panels before proceeding with cleaning of entire masonry work. 3. Clean brick masonry by bucket and brush hand cleaning method described in BIA "Technical Note No. 20 Revised" using the following cleaner: a. Acidic cleaner approved by unit masonry manufacturer. 4. Clean concrete unit masonry to comply with masonry manufacturer's directions and applicable NCMA "Tek" bulletins. 5. Clean accessories of all excess mortar. B. On completion, point up all exposed masonry. Cut out defective joints and repoint where necessary. Reclean masonry as necessary. C. Remove white scum from masonry with Sure Klean White Scum Remover, PorSoCo, Inc., telephone 913-281-2700. END OF SECTION A October. Ol Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. UNIT MASONRY SYSTEM 04300 - 7 SECTION 05500 - METAL, FABRICATIONS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to work of this Section. 1.2 SECTION INCLUDES A. Shop fabricated ferrous metal. B. 1.3 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Section 04230 - Reinforced Unit Masonry System: Placement of metal fabrications in masonry. 1 1.4 RELATED SECTIONS A. Section 07610 - Sheet Metal Roofing. B. Section 09900 - Painting: Paint finish. J 1.5 REFERENCES j A. ASTM A36 - Structural Steel. B. ASTM A53 - Hot -Dipped, Zinc -coated Welded and Seamless Steel Pipe. C. ASTM A123 - Zinc (Hot -Galvanized) Coatings on Products Fabricated From Rolled, Pressed and Forged Steel Shapes, Plates, Bars, and Strip. D. ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. E. ASTM A283 - Carbon Steel Plates, !Shapes, and Bars. F. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. G. ASTM A325 - High Strength Bolts for Structural Steel Joints. H. ASTM A386 - Zinc -Coating (Hot -Dip) on Assembled Steel Products. J I. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. J. ASTM A501 - Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. K. ASTM B177 - Chromium Electroplating on Steel for Engineering Use. _ O October, O1Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. METAL FABRICATIONS 05500 - 1 J L. AWS A2.0 - Standard Welding Symbols. . M. AWS D1.1 - Structural Welding Code. N. SSPC - Steel Structures Painting Council. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. 13. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. t .- C. Indicate welded connections using standard AWS A2.0 welding symbols. Indicate net weld - lengths. 1.7 QUALIFICATIONS A. Prepare shop drawings under direct supervision of a professional structural engineer experienced in design of this work and licensed in the State of Texas. B. Welders' Certificates: Submit under provisions of Section 01300, certifying welders employed on the Work, verifying AWS qualification within the previous 12 months. 1.8 FIELD MEASUREMENTS A. i The contractor shall verify that field measurements are as indicated on shop drawings. E B. It shall be the responsibility of the fabricator to accurately construct items to meet required dimensions. PART r PRODUCTS -" 2.1 MATERIALS A. Steel Sections: ASTM A36. B. Plates: ASTM A283. C. Bolts, Nuts, and Washers: ASTM A325.j D. Welding Materials: AWS D1.1; type required for materials being welded. ` - E. Shop and Touch -Up Primer: SSPC 15, Type 1, red oxide. t 2.2 FABRICATION A. Fit and shop assemble in largest practical sections, for delivery to site. ;i f , B. Fabricate items with joints tightly fitted and secured. ® October, 0]Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. ' ' METAL FABRICATIONS 05500 - 2 C. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. D. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. E. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.3 FINISHES A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Do not prime surfaces in direct contact with concrete or where field welding is required. C. Prime paint items with two coats. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. 3.2 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply items required to be cast into concrete or embedded in masonry with setting templates to appropriate sections. 3.3 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components indicated on shop drawings. D. Perform field welding in accordance with AWS Dl.1. E. Obtain architect's approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions, and surfaces not shop primed, except surfaces to be in contact with concrete. m October, 01 Chapman Harvey. Architects, Inc. Unauthorized duplication prohibited. METAL FABRICATIONS 05500 - 3 3.4 ERECTION TOLERANCES A. Maximum Variation From Plumb: 118 inch, unless otherwise noted. B. Maximum Offset From True Alignment: 1/8 inch, unless otherwise noted. END OF SECTION O October, O1Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. METAL FABRICATIONS 05500 - 4 SECTION 06100 ROUGH CARPENTRY PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, and Supplementary General Conditions apply to work of this Section. 1.2 SECTION INCLUDES A. Roof curbs and cants; blocking in wall and roof openings; wood furring and grounds; concealed wood blocking. 1.3 RELATED SECTIONS A. Section 04300 - Unit Masonry System. B. Section 07610 - Sheet Metal Roofing. 1.4 QUALITY ASSURANCE A. Perform work in accordance with the following agencies: 1. Lumber Grading Agency: Certified by ALSC. 2. Plywood Grading Agency: Certified by APA. B. Meet or exceed ASTM E 84 criteria. C. Meet or exceed UL 723:PR-S criteria. PART PRODUCTS 2.1 LUMBER MATERIALS A. Lumber Grading Rules: NFPA, WWPA. B. Fire resistant treated 2 x 6: NFPA. 2.2 SHEATHING MATERIALS A. Plywood Roof Sheathing: APA Rated Sheathing; sanded. B. Particleboard Roof Sheathing: ANSI A208.1 wood chips set with waterproof resin binder; sanded faces. C. Plywood Floor Sheathing: APA Rated Sheathing Span Rating; sanded. 2.3 UNDERLAYMENT MATERIALS A. Plywood Underlayment: APA Rated Sheathing; sanded. B. Particleboard Underlayment: ANSI A208.1; wood chips set with waterproof resin binder; sanded faces. m October, Ol Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. ROUGH CARPENTRY 06100 - 1 2.4 ACCESSORIES A. Fasteners: Galvanized steel for exterior, high humidity, and treated wood locations, plain finish elsewhere. B. Die Stamped Connectors: Galvanized steel. C. Anchors: Toggle bolt type for anchorage to hollow masonry. Expansion shield and lag bolt type for anchorage to solid masonry or concrete. Bolt or ballistic fastener for anchorages to steel. 2.5 WOOD TREATMENT A. Fire retardant: AWPA Treatment C20, Exterior Type, chemically treated and pressure impregnated; capable of providing a maximum flame spread/smoke development rating of 25 or less. B. D-Blaze, Bowie -Sims -Prange Treating Corporation. C. Wood Preservative (Pressure Treatment): 'AWPA Treatment C1 using water-bom preservative with 0.25 percent retainage. PART 3 EXECUTION 3.1 FRAMING A. Erect wood framing members in accordance with applicable code. Place members level and plumb. Place horizontal members crown side up. B. Curb all roof openings except where curbs are provided. Construct curb members of single pieces per side. 3.2 SITE APPLIED WOOD TREATMENT A. Site apply preservative treatment in accordance with manufacturer's instructions. B. Treat site -sawn cuts. Brush apply two coats of preservative treatment on untreated wood in contact with cementitious materials roofmg and related metal flashings. C. Allow preservative to cure prior to erecting members. 3.3 CONCEALED GROUNDS A. Provide fire resistant concealed grounds in framing as required for secure anchoring of wall mounted building components. END OF SECTION ® October, Ol Chapman Harvey Architects, Inc. i Unauthorized duplication prohibited. ROUGH CARPENTRY 06100 - 2 SECTION 07105 DAMPPROOFING AND WATERPROOFING PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Work under this section includes providing and installation of waterproofimg and/or dampproofing. B. The following types are included under this section: 1. Waterproofing at sills, heads and elsewhere as detailed. 2. Spray applied masonry water repellent for brick masonry. 1.3 RELATED SECTIONS A. Section 04300 - Unit Masonry System. B. Section 09900 - Painting. 1.4 SUBMITTALS A. Submit all types of waterproofing and dampproofing to architect for approval before any materials are ordered; installation instructions are to be included in this submittal. _ B. Submit photographs of actual application of dampproofing and waterproofing material on this job; include applicable evidence that products were applied as directed. 1.5 SAMPLE DAMPPROOFING APPLICATION i A. Apply per manufacturer's instructions, to not less than 200 sq. ft. (per coat) of substrate material matching job conditions. B. Determine coverage rate for application. C. After treatment fully cures, water test to verify that repellent will repel moisture from surface. D. Verily that no surface stains or discoloration will result from application. _ 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver to site in original sealed containers, clearly marked with manufacturer's name, brand name, and type of material. B. Comply with instruction for storage, shelf life, and handling. _ ° October, 01 Chapman Harvey Architects, Inc. Unauthorized duphcation prohibited. DAMPPROOFING AND WATERPROOFING 07105 - 1 1.7 ENVIRONMENTAL REQUIREMENTS A. Do not proceed under the following conditions: 1. If substrate contains frozen water. 2. In rain. 3. In high or gusty winds. 4. In ambient temperatures lower than 40 degrees F. B. Do not proceed with work if application will create a hazard to workers, owner's, employees r:- that may be on the site, or to neighboring persons and property. r 1.8 WARRANTY I A. Each type of waterproofing and dampproofing shall be guaranteed against leakage of water, excessive deterioration, or otherwise failing to perform as required within the guarantee period, due to failure of materials or workmanship. The period of guarantee is for term of 5 years after acceptance of building by owner and architect. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS ., A. Waterproofing: 1. W.R. Meadows, Inc. 2. Celotexr 3. Rubber and Plastic Compound Company. B. Dampproofmg: i. W.R. Meadows, Inc. 2. Chemprobe Corporation. 3. Thoro Systems Incorporated. 2.2 MATERIALS A. Waterproofing shall be Nervastral Sea-Pruf HD, or equal, as manufactured by Rubber and Plastics Compound Company, Long Island, N.Y.; Gauge shall be 0.30, 3.3 oz/SF. 1.� . B. Masonry water repellent shall be equal to., PRIME-A-PELL 200, manufactured by Chemprobe. Corporation. z, PART 3 EXECUTION 3.1 INSPECTION s:ro A. Proceed with waterproofing and dampproofmg only after substrate construction and penetration work has been completed. Installer shall not commence his operations until all substrate and F other conditions are acceptable to him for a satisfactory installation. B. Proceed with work under this heading only when weather conditions comply with manufacturer's recommendations. ° October, 01 Chapman Harvey Architects, Inc. Unauthorized duphcauon prohibited. �a DAMPPROOFING AND WATERPROOFING 07105 - 2 3.2 PREPARATION A. Verify surfaces to receive water repellent coatings are clean, free of efflorescence, oil, grease, or other foreign matter detrimentalto application. B. Remove loose particles and foreign matter. Remove grease or oil with a solvent, effective alkaline cleaner, or detergent as instructed by coating manufacturer. Scrub surfaces with water. C. Allow surfaces to dry prior to application. 3.3 INSTALLATION — A. All waterproofing and dampproofing products shall be applied in strict accordance with manufacturer's printed instructions. All surfaces shall be dry and compatible in every other way Y to provide a first-class dampproof installation. B. Waterproofing: Waterproofing at sills and similar type waterproofing requirements shall receive Nervastral, or equal, synthetic sheeting embedded in solid Nervaplas, or equal, cold applied mastic, minimum of one gallon to 40 sq. ft. of sheeting areas. Sheeting shall not be deformed to the extent to promote cracking. C. Dampproofrig: All exterior surfaces of masonry shall be given one brush or spray coat of clear water repellent waterproofing applied in accordance with manufacturer's specific written directions. Care shall be taken to not over -run other adjacent materials. Special care should be taken to protect all glazing materials and similar products. 3.4 PROTECTION Jl A. Protect adjacent surfaces not scheduled to receive coating. If applied on unscheduled surfaces, remove immediately by method approved by the manufacturer. 3.5 CLEANING A. Remove any over spray from adjacent materials not scheduled to receive dampproofing and �$ waterproofing. f B. Completely restore adjacent surfaces to their condition prior to over spraying. October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. END OF SECTION DAMPPROOFING AND WATERPROOFING 07105 - 3 SECTION 07610 SHEET METAL ROOFING PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, and Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Precoated galvanized steel roofing and associated flashings. This contract shall include all roofing material necessary to make roof system complete. B. This contract shall provide a warranty as described herein, to cover the entire roofing system. 1.3 RELATED SECTIONS A. Section 06100 - Rough Carpentry. B. Section 07900 - Joint Sealers. 1.4 SUBMITTALS A. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, termination, and installation details. B. Samples: Submit two samples, 12xl2 inch in size of each metal roofing profile, illustrating design, standing seam, external comer, ridge, material, color, and finish. 1.5 QUALITY ASSURANCE A. Perform work in accordance with the following: _ 1. NRCA (National Roofing Contractors Association) - Roofing Manual. I< f B. Installed metal roof system shall meet Underwriters Laboratories 90 Wind Uplift rating criteria. C. Metal roof components shall carry an Underwriters Laboratories Fire Resistance certificate. 1.6 STORAGE AND HANDLING A. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to - provide ventilation. B. Care shall be maintained throughout the work to prevent overloading of the existing structure' with concentrated piles of roofing materials, distribute material over roof such that excessive loading of the structure does not occur. O October, 01 Chapman Harvey Architects, Inc. 1... -- Unauthorized duplication prohibited. t SHEET METAL ROOFING 07610 - 1 1.7 NOTIFICATION A. The architect shall set a date and time for a pre -roofing conference. Notify the architect at least five working days in advance of the date desired to start roofing operations in order to schedule conference. B. Roofing materials shall be reviewed by the architect at the job site during the pre -roofing conference. The roofing contractor shall have at least a portion of all materials to be used on the project available at the job site during the conference. 1.8 CLEAN UP A. Roofing contractor shall exercise care to prevent scattering of debris during roofing operations. Paper wrappers, scrap felt, etc., shall be weighted to prevent blowing. B. No burning of debris will be permitted on the job site. Remove such debris from the site and haul to the public landfill area. 1.9 WARRANTY A. Roofing contractor shall be approved by the accepted roofing manufacturer prior to commencement of roofing installation. B. Contractor shall arrange for such inspections as may be required by the roofing manufacturer as the work progresses. C. Upon completion, furnish to the owner a twenty year material warranty issued by the accepted roofing manufacturer. The contractor shall include in his bid the cost of such warranty. D. Upon completion, furnish to the owner a ten year weather tightness warranty issued by the accepted roofing manufacturer. The contractor shall include in his bid the cost of such warranty. E. The roof installer shall provide a certificate stating that the roof installer is recognized by the accepted roof manufacturer to install this type of roof system. PART 2 PRODUCTS 2.1 SHEET MATERIALS A. Fabricators: 1. MBCI. 2. Berridge Manufacturing Company 3. Equal Manufacturers B. The metal panels listed below are based on MBCI and Berridge so as to establish a minimum level of quality. Alternate products of equal quality will be considered, subject to the final approval of the architect. C. Precoated Galvanized Steel: ASTM A446 Grade A, G90 zinc coating; 24 gauge core steel, shop precoated with fluorocarbon coating of Dynar 500/Kynar 500 resin in the selected color. 0 October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. SHEET METAL ROOFING 07610 - 2 Im 2.3 2.4 PART 3 3.1 D. Soffit panels to be MBCI, Artisan 1 Series, 8 inch width, color as selected. E. Roof Panels to be Berridge, 'R' Panel , color as selected. ACCESSORIES A. Fasteners: Finish exposed fasteners same as flashing metal. B. Damp Proofmg: No. 30 asphalt saturated roofmg felt. C. Underlayment: Wood or metal as shown on drawings. D. Slip Sheet: Rosin sized building paper. E. Protective Backing Paint: FS TT-C-494, bituminous. F. Sealant: Type specified in Section 07900. G. Plastic Cement: ASTM D4586, Type I. H. Hip or ridge covers: Material and color to match roof panel. I. Closures: Close rib gaps with matching metal closure following rib profile. SHOP FABRICATION A. Form components true to shape, accurate in size, square, and free from distortion or defects. Form pieces in longest practical lengths. B. Fabricate cleats and starter strips of same material as sheet, interlockable with sheet. C. Hem exposed edges on underside, miter and seam comers. Fabricate vertical faces with bottom edge formed outward and hemmed to form drip. D. Form material with standing seam. E. Fabricate comers in one piece, long legs; seam for rigidity, seal with sealant. FINISH A. Kynar 500 Standard Colors. B. Colors to be selected from standard manufacturer's color chart. EXECUTION EXAMINATION AND PREPARATION A. Verify that roof openings, roof penetrations, cant strips, and reglets are in place, and that nailing strips are properly located. ® October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. SHEET METAL ROOFING 07610-3 B. Verify that deck is dry and free of snow or ice. Verify that joints in wood deck are solidly supported and fastened. 3.2 INSTALLATION A. Conform to drawing details included in SMACNA manual. B. Install starter and edge strips and offset cleats per manufacturer's recommendations. C. Cleat and seam all joints using a concealed fastening system. D. Use bedding compound for joints between metal and bitumen or metal and felts. E. Provide miscellaneous trim as designed in same material as roof. F. Back paint surfaces in contact with dissimilar materials. 3.3 CLEAN-UP A. Remove all debris from construction site. B. Remove stains and dirt from panels. Damaged panels are to be removed and replaced with new matching panels. ® October, 0 t Chapman Harvey Architects, Inc, " Unauthorized duplication prohibited. END OF SECTION SHEET METAL ROOFING 07610 - 4 SECTION 07900 JOINT SEALERS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Provide caulking in conjunction with interior painting operations and as otherwise indicated on drawings for interior caulking. B. Provide sealant where indicated on the drawings in conjunction with weather seals, and as otherwise noted. C. Perform all work required to complete the joint preparation, joint packing or filler, priming, caulking and sealing indicated by the drawings and specified herein. Furnish all supplementary items necessary. D. In fire rated partitions, install only fire resistant sealants. 1.3 RELATED SECTIONS A. Section 04300 - Unit Masonry System. B. Section 09900 - Painting. 1.4 QUALITY ASSURANCE A. Applicator Qualifications: 1. Minimum two year's experience in applying sealants and approved by manufacturer. B. Manufacturer's Representative: 1. Arrange for technical representative to be on project site to advise installer of proper procedures and precautions for use of materials and to check installation. 1.5 REFERENCE STANDARDS A. FS TT-S-00230C, Type II Sealing Compound: Elastomeric Type, Single Component. B. FS TT-S-001543A Sealing compound: Silicone Rubber Base. C. FS TT-S-00227E, Type I, Class A Joint Sealant: Self Levelling. D. ASTM C834 Standard Specification for latex sealing compounds. ® October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. JOINT SEALERS 07900 - 1 1.6 SUBMITTALS A. Submit the following: 1. Product Data: a. Manufacturer's specifications, recommendations and installation instructions for sealant, backing, and related materials. 2. Samples: a. Color charts for selection by architect. b. Furnish samples of custom colors. 3. Certification: a. Letter of certification from manufacturer or certified test laboratory report that materials are chemically compatible with each other and with substrate. b. Letter from manufacture that certifies material's fire resistant qualities. C. When requested by the architect, submit samples of cured sealants and a 6 inch long sample of each type of joint backup. 1.7 DELIVERY AND STORAGE A. Deliver materials in unopened containers as packaged by the manufacturer. Store in a manner to protect materials from the weather. 1.8 WARRANTY A. Warrant, in writing, materials and workmanship against air and water leakage for a five-year period. B. Provide written warranty of materials fire resistance and accepted use in at least a one hour fire resistant assembly. PART 2 PRODUCTS 2.1 PRODUCTS A. Pecora Chemical corporation. B. Sonneborn Building Products. C. W.R. Grace and Company. D. General Electric Company. E. Products Research and Chemical Corporation. F. Substitutions: In accordance with Section 01600. 2.2 MATERIALS A. Polysulfide (Type I): 1. Two-part conforming to FSTT-S-00227E, Class A, Type I (self -leveling) or Type 2 (nonsag) as recommended by manufacturer. 2. Color: As selected by architect. ® October, 01 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. JOINT SEALERS 07900 - 2 3. Acceptable products: a. Synthacalk GC-5, Pecora Corp. b. 350, PRC. C. Sonolastic, Sonnebom-Contech, Inc. B. Chlorosulfonated Polyurethane (Type 2) 1. One part conforming to FS TT-S-230C. 2. As selected by architect. 3. Acceptable products: a. Synthacalk, Pecora. C. Polyurethane (Type 3): 1. Two-part conforming to FS TT-S-0000227E, Class A, Type I or II. 2. Color: As selected by architect. 3. Acceptable products: a. NR-200, Pecora. b. No. 200, PRC. C. Sonolastic Paving Joint Sealant, Sonneborn-Contech. d. THC-900/901, Tremco. D. Polyurethane (Type 4): 1. One -part conforming to FS TT-S-000230C, Class A, Type II. 2. Color: Custom color as selected by architect. 3. Acceptable products: a. No. 6000, PRC. _ b. NP 1, Sonnebom - Contech. C. Dymonic, Tremco. E. Silicone (Type 5): 1. One part rubber based silicone conforming to FS TT-S-001543, Class A, Type I. 2. Color: Custom color as selected by architect. 3. Acceptable products: ,_7 a. 790 Building Sealant, Dow Corning. b. Silproof, General Electric. C. Proglaze, Tremco. F. Acrylic, Solvent Cure (Type 6): 1. One -part, FS TT-S-00230. 2. Acceptable products: F a. Unicrylic, Pecora. b. Permacryl, Schnee -Moorhead Chemicals, Inc. c. Mono, Tremco Manufacturing Company. G. Nondrying, Nonskinning (Type 7): .J 1. One -part sealing compound. 2. Acceptable products: F7 a. GC-55, Noncuing, Goal Chemical. b. BR-96, Pecora. C. Curtain Wall Sealant, Tremco. H. Bitumen Impregnated Sealant (Type 8): " 1. Precompressed bitumen impregnated foam joint sealant. 77 O October, 01 Chapman Hervey Architects, Inc. Unauthorized duplication prohibited. JOINT SEALERS 07900 - 3 2. Size: As recommended by manufacturer for joint condition as rain seal. 3. Acceptable product: Emseal compressed, Emseal Corporation. I. Backer Rod: Closed cell expanded polyurethane or polyethylene "Denver" foam, compatible with sealant; sized and shaped to control depth of sealant; and to maintain 20 % to 50 % compression of material. J. Joint Cleaners and Primers: As recommended by sealant manufacturer. K. Bond Breaker: Pressure sensitive adhesive polyethylene tape. L. Masking Tape: Pressure sensitive adhesive paper tape. M. Sealant Tape: 1. Compressible adhesive -cohesive tape of cross -linked butyl polyisobutylene rubber that accommodates variations and movement, sized as necessary to allow for joint movement of + or - 25 % . 2. Acceptable product: PTI 606, Protective Treatments, Inc. N. Expansion Joint Filler: 1. Closed cell polyethylene compatible with sealant. 2. Acceptable product: Sonoflex F, Sonneborn. 3. Fire resistant to be used in at least a one hour fire rating classification. 2.3 MIXING A. Mix components in accordance with manufacturer's recommendations. PART 3 EXECUTION 3.1 INSPECTION A. Examine all surfaces to receive sealant and report all conditions not acceptable. Installation shall be deemed as acceptance of the surface. 3.2 PREPARATION A. Clean all surfaces and joints thoroughly, removing all foreign matter, dust, oil, grease, water surface, dirt, frost, old caulking material, and previously applied paint or primer. B. Prime and prepare surfaces in strict accordance with sealant or caulk manufacturer's written instructions and recommendations. C. Remove loose mill scale from steel surfaces. Remove dirt, oil, or grease by solvent cleaning and wipe surfaces. All surfaces must be clean and dry. Any protective coating on building materials that will impair sealant bond shall be removed. 3.3 APPLICATION A. Sealants: 1. Follow sealant manufacturer's instructions regarding preparation, priming, application life, and application procedure. ® October, Oi Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. JOINT SEALERS 07900 - 4 2. Apply masking tape where required in continuous strips in alignment with joint edge. Remove tape immediately after joints have been sealed and tooled as directed. 3. Apply sealant under pressure with gun having nozzle of proper size or other appropriate means. Provide sufficient pressure to completely fill joints. 4. Neatly point or tool sealant to provide proper contour. Use clean water -wet tool or tooling solution recommended by manufacturer when tooling white or light colored sealant. B. Caulking: 1. Caulking: Apply caulking joints before final coat of paint is applied to adjacent _J surface. Apply caulking with a pressure gun having a nozzle of proper size to fit joint. Completely fill joint and firmly tool against backing to make a smooth, convex bed, and F ; assure good adhesion. Caulking shall develop a firm skin before paint is allowed. C. Joint Size: E--, 1. Sealant and Caulking: Depth equal to 1/3 times joint width or as recommended by manufacturer. 3.4 CLEANING r A. Remove excess caulking or sealant materials and smears from adjacent surfaces as work progresses. i B. On non -porous surfaces excess uncured sealant shall be removed with a solvent moistened cloth immediately. On porous surfaces excess sealant should be allowed to cure overnight, then removed by lightly wirebrushing or sanding. All adjacent surfaces shall be clean and free from stains. C. Remove all debris resulting from these operations from the site. 3.5 SCHEDULE A. Interior and Exterior Joints Subject to Movement (Not Including Traffic): Type 1, 2, 4, or 5 at Contractor's option and as recommended by manufacturer for joint condition and sealant color. B. Interior and Exterior Horizontal Joints Subject to foot and Vehicular Traffic: Type 2, self - leveling. C. Interior Horizontal and Vertical Joint Not Subject to Movement (Not Including Traffic): Type r: 6. D. In contact with roofing and waterproofing materials: Type 3 or 4, low modulus, unmodified. r E. Unexposed window joints: Type 7. F. Interior fire resistant rating of at least a one hour rated assembly subjected to minimal r: movement: Type 2. LCa G. Secondary seal and exterior brick expansion joint secondary seals: Type 8. END OF SECTION O October, 01 Chayman Harvey Architects, Inc. r--; Unauthorized duplication prohibited. ( JOINT SEALERS 07900 - 5 SECTION 08800 GLAZING PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Glass and glazing for sections referencing this section for products and installation. 1.3 RELATED SECTIONS A. Section 07900 - Joint Sealers. 1.4 REFERENCES A. ANSI/ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. B. ANSI Z97.1 - Safety Performance Specifications and Methods of Test for Safety Glazing Used in Buildings. C. ASTM C1036 - Flat Glass. D. ASTM C 1048 - Heat -Treated Flat Glass - Kind HS, Kind FT Coated and Uncoated Glass. E. FGMA - Glazing Manual. F. FGMA - Sealant Manual. G. FS TT-C-00598 - Caulking Compound, Oil and Resin Base Type. H. FS TT-S-001657 - Sealing Compound, Single Component, Butyl Rubber Based, Solvent Release Type. I. FS TT-S-00230 - Sealing Compounds, Synthetic -Rubber Base, Single Component, Chemically Curing. J. FS TT-S-01543 - Sealing Compound, Silicone Rubber Base. K. FS TT-G--410 - Glazing Compound, Sash (Mental) for Back Bedding and Face Glazing (Not for Channel or Stop Glazing). L. Laminators Safety Glass Association - Standards Manual. 1.5 PERFORMANCE REQUIREMENTS A. Glass and glazing materials of the section shall provide continuity of building enclosure vapor and air barrier: ® October, 01 Chapmen Harvey Architects, Inc. Unauthorized duplication prohibited. GLAZING 08800 - 1 1. In conjunction with materials described in Section 07900. 2. Maintain continuous air and vapor barrier throughout glazed assembly from glass pane to heel bead of glazing sealant. .. ` B. Size glass to withstand dead loads and positive and negative live loads acting normal to plane of glass as calculated in accordance with 1985 U.B.C. in accordance with ANSI/ASTM E330. C. Limit glass deflection to 1/200 or flexure limit of glass with full recovery of glazing materials, whichever is less. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. - B. Product data on glass types specified: Provide structural, physical and environmental characteristics, size limitations, special handling, or installation requirements. C. Product data on glazing compounds: Provide chemical, functional, and environmental -' characteristics, limitations, special application requirements. Identify available colors. _ D. Samples: 1. Submit 2 inch long bead of glazing sealant, color as selected. 2. Submit 12" x 12" piece of each glass indicated. E. Manufacturer's installation instructions: Indicate special precautions required. F. Manufacturer's certificate: Certify that glass meets or exceeds specified requirements. 1.7 QUALITY ASSURANCE A. Perform work in"accordance with FGMA Glazing Manual, FGMA Sealant Manual, SIGMA and 1 f Laminators Safety Glass Association - Standards Manual for glazing installation methods. 1.8 ENVIRONMENTAL REQUIREMENTS A. Do not install glazing when ambient temperature is less than 50 degrees. B. Maintain minimum ambient temperature before, during and 24 hours after installation of glazing compounds. 1.9 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on the drawings. B. Actual site measurements are the responsibility of the contractor. 1.10 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate the work with glazing frames, wall openings, and perimeter air and vapor seal to adjacent work. 1.11 WARRANTY ® October, 01 Chapmen Harvey Architects, Inc. ..._. Unauthorized duplication prohibited. GLAZING 08800 - 2 A. Provide five year manufacturer's warranty under provisions of Section 01700. B. Warranty: Include coverage for delamination of laminated glass and replacement of same. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. PPG Industries, Inc. B. Ford Glass Division C. ASG Industries D. Substitutions: Under provisions of Section 01600 2.2 MATERIALS - GLASS A. If at all possible, when replacing a broken piece of glass, match the existing glass. B. Tempered Glass - Tinted 1. Type: Fully tempered light. Equal to PPG Solar Gray. 2. Light Transmittance: 21 % 3. Light Reflectance: 35 % 4. Shading Coefficient: 0.45 5. Thickness: 1/4 inch 6. Conformance: ASTM 1048-85, Quality q3. 2.3 GLAZING COMPOUNDS A. Shall conform to ASTM C669 and as required by the glazing manufacturer. B. Butyl Sealant (Type GC-B): FS TT-S-001657; Shore A hardness of 10-20 black color; non - skinning. C. Acrylic Sealant (Type GC-C): FS TT-S-00230, Type II, Class A; single component; cured Shore A hardness of 15-25; color as selected. D. Polysulphide Sealant (Type GC-D): FS TT-S-00227, Glass A Type II; two component; cured Shore A hardness of 15-25; color as selected. E. Polyurethane Sealant (Tupe GC-E): FS TT-S-00230, Type II -non -sag, Class A; as recommended by the manufacturer. F. Silicone Sealant (Type GC-F): FS TT-S-01543, Class A; single component; chemical solvent curing; capable of water immersion without loss of properties; cured Shore A hardness of 15-25 color as selected. 2.4 GLAZING ACCESSORIES A. Setting Blocks: Neoprene, 80 - 90 Shore A durometer hardness, length of 0.1 inch for each square foot (25 mm for each square meter) of glazing or minimum 4 inch (100 mm) x width of glazing rabbet space minus 1/16 inch (1.5 mm) x height to suit glazing method and pane weight and area. ® October, D 1 Chapmen Harvey Architects, Inc. Unauthorized duplication prohibited. GLAZING 08800 - 3 B. Spacer Shims: Neoprene, 50 - 60 Shore A durometer hardness, minimum 3 inch (75 min) long x one half the height of the glazing stop x thickness to suit application, self adhesive on one face. C. Glazing Tape: Preformed butyl compound with integral resilient tube spacing device; 10 - 15 Shore A durometer hardness; coiled on release paper; black color. D. Glazing Splines: Resilient polyvinyl chloride extruded shape to suit glazing channel retaining slot; color: black. E. Glazing Clips: Manufacturer's standard type. 2.5 SOURCE QUALITY CONTROL AND TESTS A. Provide testing and analysis reports of glass under provisions of Section 01400. PART 3 EXECUTION 3.1 EXAMINATION s. A. Verify prepared openings under provisions of Section 01040. B. Verify that openings for glazing are correctly sized and within tolerance. C. Verify that surfaces of glazing channels or recesses are clean, free of obstructions, and ready to receive glazing. 3.2 PREPARATION A. Clean contact surfaces with solvent and wipe dry. B. Seal porous glazing channels or recesses with substrate compatible primer or sealer. C. Prime surfaces scheduled to receive sealant. D. Remove all evidence of existing putty glazing from existing steel frames scheduled to be reglazed. 3.3 i, INSTALLATION - A. General: Comply with referenced FGMA standards and instructions of manufacturers of glass, glazing sealants, and gaskets, to achieve airtight and watertight performance, and to minimize breakage. B. Protect glass from edge damage during handling and installation. Inspect glass during installation and discard pieces with edge damage that could affect glass performance. C. Set units of glass in each series with uniformity of pattern, draw, bow and similar i. characteristics. 3.4 CLEANING i; A. Clean work under provisions of Section 01700. B. Remove glazing materials from finish surfaces. ® October, 01 Chapmen Harvey Architects, Inc. -. Unauthorized duplication prohibited. GLAZING 08800 - 4 C. Remove labels after work is complete. D. Carefully clean glass, do not allow finished work to become scratched. 3.5 PROTECTION OF FINISHED WORK A. Protect finished work under provisions of Section 01500. B. After installation, mark pane with an 'X' by using removable plastic tape or paste. Do not mark heat absorbing or reflective glass units. C. Protect glass from contact with contaminating substances resulting from construction operations. D. If, despite such protection, contaminating substances do come into contact with glass, remove immediately by method recommended by glass manufacturer. E. Remove and replace glass which is broker, chipped, cracked, abraded or damaged in other ways during construction period, including natural causes, accidents and vandalism. END OF SECTION ® October, 01 Chapmen Harvey Architects, Inc. Unauthorized duplication prohibited. GLAZING 08800 - 5 SECTION 09220 PORTLAND CEMENT STUCCO SYSTEM Exterior Insulation and Finish System (EIFS) PART GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Al ".' Section. 1.2 WORK INCLUDED =ai A. Fiberglass reinforced furring and lath. '+ B. Rigid board insulation cut into custom shapes and trim. C. Portland cement plaster system. r-- z D. Stucco surface finish. 1.3 RELATED SECTIONS C A. Section 07900 - Joint Sealers. r B. Section 0990 -Painting. 1.4 REFERENCES f A. ANSI/ASTM C91 - Masonry Cement. F B. ASTM C150 - Portland Cement. C. ANSI/ASTM C206 - Finishing Hydrated Lime. D. ANSI/ASTM C207 - Hydrated Lime for Masonry Purposes. E. ANSI/ASTM C897 - Aggregate for Job -Mixed Portland Cement -Based Plasters. F. ANSI/ASTM C926 - Application of Portland Cement -Based Plaster. G. PCA (Portland Cement Association) - Plaster (Stucco) Manual. ` 1.5 SYSTEM DESCRIPTION A. Fabricate vertical elements to limit finish surface to 1/180 deflection under lateral point load of A �..: 100 lbs. 17 B. Fabricate horizontal elements to limit finish surface to 1/360 deflection under superimposed dead is >, loads and wind uplift loads. 1.6 QUALITY ASSURANCE r . ii ---:, •-. O June, 02 Chapman Hervey Architects, Inc. Unauthorized duplication prohibited. ' PORTLAND CEMENT STUCCO SYSTEM 09220 - 1 A. Applicator: Company specializing in cement plaster work with 3 years documented experience. B. Apply cement plaster in accordance with ASTM C926 and PCA Plaster (Stucco) Manual. 1.7 SUBMITTALS A. Submit product data under provisions of Section 01300. B. Provide product data on plaster materials, characteristics limitations of products specified and standard colors available. C. Submit manufacturer's installation instructions under provisions of Section 01300. 1.8 ENVIRONMENTAL REQUIREMENTS A. Do not apply plaster when substrate or ambient air temperature is less than 50 degrees F nor more than 80 degrees F. B. Maintain minimum ambient temperature of 50 degrees F during and after installation of plaster. PART2 PRODUCTS 2.1 PRODUCTS A. Lath 1. United States Gypsum. 2. National Gypsum Company. 3. Plastic Components. B. Polystyrene Insulation 1. Owens Corning 2. Georgia-Pacific Company C. Plaster 1. United States Gypsum. 2. National Gypsum Company. 3. Georgia-Pacific Company. D. Portland Cement 1. Lone Star. 2. Texas Industries, Inc. 3. El Toro. 2.2 PLASTER BASE COAT MATERIALS A. Cement: ASTM C150, Normal - Type I Portland, ANSI/ASTM C 91, grey color. B. Lime: ANSI/ASTM C206, Type S. C. Aggregate: In accordance with ANSI/ASTM C897. D. Water: Clean, fresh, potable and free of mineral or organic matter which can affect plaster. O June, 02 Chapman Harvey Artitects, Inc. Unauthorized duplication prohibited. PORTLAND CEMENT STUCCO SYSTEM 09220 - 2 f" E. Admixtures: As recommended by the manufacturer. F. Plaster Mix Reinforcement: Glass fibers, one-half inch nominal length, alkali resistant. 2.3 PLASTER FINISH COAT MATERIALS A. Premixed Finishing Coat: Regular Set; Equal to Oriental Exterior Stucco Finish as manufactured by United States Gypsum. Color to be selected by architect. 2.4 FURRING AND LATHING r, A. Metal Lath: 2.5 lb./sq. yd. expanded metal, self -furring type; galvanized finish. 3.4 lb./sq. yd., galvanized, for exterior conditions. B. Underlayment (vertical surfaces only): Asphalt saturated No. 15 felt. C. Comer Mesh: Formed steel, minimum 26 gauge thick; expanded flanges shaped to permit complete embedding in plaster; minimum 2" wide; galvanized finish. D. Comer Beads: Formed steel, minimum 26 gauge thick; beaded edge, of longest possible length; sized and profiled to suit application; galvanized finish. Equal to USG. E. Base Screeds: Formed steel, minimum 26 gauge thick; square edge, of longest possible length; _ sized and profiled to suite application, galvanized finish. F. Casing Bead: Formed steel; minimum 26 gauge thick; thickness governed by plaster thickness; maximum possible lengths; expanded metal with square edges; galvanized finish. Equal to USG #66. G. Control (Division Screed) and Expansion Joint Accessories: Formed steel; minimum 26 gauge thick; accordion profile, 2" expanded metal flanges each side; galvanized finish. Control joints equal to USG #093, expansion joint equal to USG double "V" and expansion joints at existing building equal to Keene #40-modification No. 2 corner angle. Clear anodized finishes. H. Polystyrene Insulation: no less than 60 PSI compressive strength, no more than 0.05 % by volume water absorption, flame spread of 5 (ASTM E84), Type VII classification. F I. Anchorages: Nails, staples, or other approved metal supports of type and size to suit application, galvanized to rigidly secure lath and associated metal accessories in place. J. Tie Wire: Federal Specification QQ-W461g, Class 1, galvanized not less than 18 U.S. Steel r wire gauge. 2.5 CEMENT PLASTER MIXES A. Mix and proportion cement plaster in accordance with manufacturer's instructions. B. Base coat and Brown Coat: One part cement, minimum 3 1 /2 and maximum 4 parts aggregate, and minimum 15 percent and maximum 25 percent hydrated lime per sack of cement. C. J Finish Coat: Premixed finished plaster. O June, lyl Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. PORTLAND CEMENT STUCCO SYSTEM 09220 - 3 D. Mix only as much plaster as can be used in one hour. E. Add color pigments in accordance with manufacturer's instructions. Ensure uniformity of mix and coloration. F. Mix materials dry, to uniform color and consistency, before adding water. G. Protect mixtures from frost, contamination, and evaporation. H. Do not re -temper mixes after initial set has occurred. PART 3 EXECUTION 3.1 INSPECTION A. Verify that surfaces and site conditions are ready to receive work. B. Grounds and Blocking: Verify items within walls for other sections of work have been installed. C. Mechanical and Electrical: Verify services within walls have been tested and approved. D. Beginning of installation means acceptance of existing conditions. 3.2 PREPARATION A. Protect surfaces near the work of this section from damage or disfiguration. 3.3 INSTALLATION - LATHING MATERIALS A. Apply metal lath taut, with long dimension perpendicular to supports. B. Lap ends minimum on inch. Secure end laps with tie wire where they occur between supports. C. Lap sides of diamond mesh lath minimum 1 1/2 inches. Nest outside ribs of rib lath together. D. Attach metal lath to metal supports using tie wire at maximum 6" on center. E. Continuously reinforce internal angles with comer mesh, except where the metal lath returns 3" from comer to form the angle reinforcement. Fasten at perimeter edges only. F. Place beaded external angle with mesh at comers. Fasten at outer edges only. G. Place strip mesh diagonally at comers of lathed openings. Secure rigidly in place. H. Place 4" wide strips of metal lath centered over junctions of dissimilar backing materials. Secure rigidly in place. I. Place casing beads at terminations of plaster finish. Butt and align ends. Secure rigidly place. J. Install accessories to lines and levels. O Iune, 02 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. PORTLAND CEMENT STUCCO SYSTEM 09220 - 4 3.4 CONTROL AND EXPANSION JOINTS A. After initial set, scribe control (division screeds) joints in exterior work every as indicated on reflected ceiling plan by cutting through 2/3 of the cement plaster depth, neatly, in straight lines. B. Locate exterior expansion joints every 12 in each direction. Locate in a position to replace a control (division screed) joint. C. Establish control and expansion joints with specified joint device. D. Coordinate joint placement with other related work. Section 16 Electrical: Lighting fixtures. 3.5 PLASTERING A. Apply plaster in accordance with ASTM C926, manufacturer's instructions and the PCA Plaster (Stucco) Manual. B. Apply scratch coat to a nominal thickness of 5/16 inch, brown coat to a nominal thickness of 5/16 inch, and a finish coat to a nominal thickness of 1/8 inch over metal lathed surfaces. i C. Thickness of plaster shall not be less than 3/4 inch. D. After curing, dampen base coat prior to applying finish coat. E. Apply finish coat and wood float to a smooth and consistent finish. t F. Avoid excessive working of surface. Delay trowelling as long as possible to avoid drawing e excess fines to surface. 1 G. Moist cure finish coat for minimum period of 48 hours or as recommended by the manufacturer. H. Plaster color and texture shall match existing. 3.6 TOLERANCES A. Maximum Variation from True Flatness: 1/8 inch in 10 feet. 3.7 PATCHING AND REPAIRS t A. Replace broken or damaged portions of plaster and repair with new work. Repair cracks by cutting out plaster to a width of not less than I" undercut to form key and plaster full and smooth. Moisten edges of patch areas before new plaster is applied. 3.8 CLEANING t A. Clean all surfaces soiled by plaster operations. Remove from the premises all surplus materials, rubbish and debris resulting from the work. END OF SECTION r-- y O June, 02 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. PORTLAND CEMENT STUCCO SYSTEM 09220 - 5 SECTION 09900 PAINTING PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. Surface preparation. B. Surface finish schedule. 1.3 RELATED SECTIONS A. Section 04300 — Unit Masonry System. 1.4 REFERENCES A. ANSI/ASTM D 16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. B. ASTM D2016 - Test Method for Moisture Content of Wood. C. SSPC - SP1 - Solvent Cleaning D. SSPC - SP2 - Hand Tool Cleaning 1.5 DEFINITIONS A. Conform to ANSI/ASTM D16 for interpretation of terms used in this section. 1.6 QUALITY ASSURANCE A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with five years experience. B. Applicator: Company specializing in commercial painting and finishing with three years documented experience. C. Flame Spread: Interior finishes must meet Class II flame spread, 26-75 index, or less. 1.7 SUBMITTALS A. Provide product data on all finishing products. B. Submit samples under provisions of Section 01300. ® October, QI Chapmaen Harvey Architects, Inc. Unauthorized duplication prohibited. PAINTING 09900 - 1 C. Submit two samples 6 x 6 inch in size illustrating range of colors and textures available for each surface finishing product scheduled, after, color selection. D. Submit manufacturer's application instructions under provisions of Section 01300. E. Certify that material installed on this project does not contain insecticide, mildewcide, and no more than 0.06 percent lead. 1.8 FIELD SAMPLES A. Provide one field sample panel, 12 inches long by 12 inches wide, illustrating special texture, and finish. B. Accepted sample may not remain as part of the work. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Section 01600. B. Store and protect products under provisions of Section 01600. - C. Deliver products to site in sealed and labelled containers; inspect to verify acceptance. D. Container labelling to include manufacturer's name, type of paint, brand name, brand code, _ coverage, surface preparation, drying time, cleanup, color designation, and instructions for E' mixing and reducing. E. Store paint materials at minimum ambient temperature of 45° F and a maximum of 90' F, in well ventilated area, unless required otherwise by manufacturer's instructions. t; F. Take precautionary measures to prevent fire hazards and spontaneous combustion. 1.10 ENVIRONMENTAL REQUIREMENTS A. Provide continuous ventilation and heating facilities to maintain surface and ambient _ k temperatures above 55' F for 24 hours before, during, and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions. —' B. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent, unless required otherwise by manufacturer's instructions. C. Minimum Application Temperatures for Latex Paints: 55° F for interiors; 65' F for exterior; unless required otherwise by manufacturer's instructions. D. Minimum Application Temperature for Varnish Finishes: 65' F for interior or exterior, unless required otherwise by manufacturer's instructions. E. Provide lighting level of 50 footcandles measured mid -height at substrate surface. F7- h--. O October, 01 Chapmaen Unauthorized duplication Harvey Architects, Inc. prohibited. ;" : PAINTING 09900 - 2 1.11 EXTRA STOCK A. Provide two gallon containers of each color and surface texture to owner. B. Label each container with color, texture, and room locations in addition to the manufacturer's label. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS - PAINT A. Glidden Coatings and Resins Division of SCM Corporation. B. PPG Industries, Inc. Coatings and Resins Division. C. Kelly -Moore Paint Co., Inc. D. Sherwin Williams Company. E. Monarch Paint Company. F. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating. B. Coatings: Good flow and brushing properties; capable of drying or curing free of streaks or sags. C. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners, and other materials not specifically indicated but required to achieve the finishes specified, of commercial quality. 2.3 FINISHES A. Refer to schedule at end of section for surface finish schedule. PART 3 EXECUTION 3.1 INSPECTION A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Measure moisture content of surfaces using an electronic moisture meter. Report any condition that may potentially affect proper application. 1. Plaster and Gypsum Wallboard: 12 percent. 2. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. 3. Interior Located Wood: 15 percent, measured in accordance with ASTM D2016. ® October, 01 Chapmaen Harvey Architects, Inc. Unauthorized duplication prohibited. PAINTING 09900 - 3 4. Exterior Located Wood: 12 percent, measured in accordance with ASTM D2016. D. Beginning of installation means acceptance of existing surfaces. 3.2 PREPARATION A. Remove electrical plates, hardware, light fixture trim, and fittings prior to preparing surfaces or finishing. B. Correct minor defects and clean surfaces which affect work of this section. C. Shellac and seal marks which may bleed through surface finishes. j D. Impervious Surfaces: Remove mildew by scrubbing with solution of tri-sodium phosphate and bleach. Rinse with clean water and allow surface to dry. E. Gypsum Board Surfaces: Latex fill minor defects. Spot prime defects after repair. F. Galvanized Surfaces: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. G. Concrete and Unit Masonry Surfaces Scheduled to Receive Paint Finish: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri-sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to completely and thoroughly dry. H. Plaster Surfaces: Fill hairline cracks, small holes, and imperfections with latex patching plaster. Make smooth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces. I. Uncoated Steel and Iron Surfaces: Remove grease, scale, dirt and rust. Where heavy coatings of scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. - Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot prime paint after repairs. J. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges ^; to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Prime metal items including shop primed items. K. Interior Wood Items Scheduled to Receive Finish: Wipe off dust and grit prior to priming. Seal knots, pitch streaks, and sappy sections with sealer. Fill nail holes and cracks after primer has dried; sand between coats. r-- L. Concrete Paving Scheduled to Receive Paint Finish: Remove foreign particles to permit adhesion of finishing materials. M. Hollow Metal Doors Scheduled for Painting: Seal top and bottom edges with primer. 3.3 PROTECTION r^ A. Protect elements surrounding the work of this section from damage or disfiguration. O October, 01 Chapmaen Harvey Architects, Inc. Unauthorized duplication prohibited. PAINTING 09900 - 4 B. Repair damage to other surfaces caused by work of this section. C. Furnish drop cloths, shields and protective methods to prevent spray or droppings from disfiguring other surfaces. D. Remove empty paint containers from site. 3.4 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. C. Apply each coat to uniform finish. D. Apply each coat of paint slightly darker than proceeding coat unless otherwise approved. E. Sand lightly between coats to achieve required finish. F. Allow applied coat to dry before next coat is applied. G. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface. H. Prime back surfaces of interior and exterior woodwork with primer paint. I. Prime back surfaces of interior woodwork scheduled to receive stain or varnish finish with gloss varnish reduced 25 percent with mineral spirits. J. Apply new paint as specified on new and renovated existing surfaces. The entire renovated surface shall be painted, not just the repaired portion. Renovated surfaces shall be painted from floor to ceiling, corner to corner, or break in surface plane. K. Repainting the entire surface (new, renovated, or existing): shall be required if the surface is damaged by construction activities.The architect will make the final determination. 3.5 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT A. Paint shop primed equipment only, do not paint labels or pre -finished equipment. B. Prime and paint insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, except where items are prefinished. C. Replace identification markings on mechanical or electrical equipment when painted accidently. 3.6 CLEANING A. As work proceeds, promptly remove paint where spilled, splashed, or spattered. B. During progress of work, maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. ® October, 01 Chapmaen Harvey Architects, Inc. Unauthorized duplication prohibited. PAINTING 1••1/ C. Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.7 SCHEDULE OF PAINTING — A. The kinds and brands of paint and number of coats required on the various surfaces shall be those listed below. The types of paint are identified with Pittsburg Paint or Sherwin Williams numbers. B. The owner and architect shall select color, tint, and sheen from manufacturer's standard color chart. C. Exterior and Interior Metal: 1. First Coat: PPG 6-6 Speedhide enamel undercoat 2. Second Coat: PPG 6-252 Series Speedhide enamel �a 3. Third Coat: PPG 6-252 Series Speedhide enamel D. Interior Wood: For paint finish 1. First Coat: PPG 6-6 Speedhide enamel undercoat 2. Second Coat: PPG 6-90 Series low sheen enamel 3. Third Coat: PPG 6-90 Series low sheen enamel 7-7 E. Interior Wood: For transparent finish 1. First Coat: Rez 77 line semi -transparent stain 2. Second Coat: PPG Speedhide 6-10 sanding sealer 3. Third Coat: PPG Lo-sheen varnish or flat lacquer 4. Fourth Coat: PPG Lo-sheen varnish or flat lacquer F. Gypsum Board Walls and Ceilings 1. First Coat: PPG 6-2 Speedhide drywall sealer 2. Second Coat: PPG 6-510 Speedhide acrylic latex enamel 3. Third Coat: PPG 6-510 Speedhide acrylic latex enamel r— G. Galvanized Metal 1. First Coat: PPG 6-209 galvanized steel primer 2. Second Coat: PPG 6-252 Series Speedhide enamel 3. Third Coat: PPG 6-252 Speedhide enamel H. Concrete and Asphalt Pavement 1. First Coat: PPG Traffic & Zone Marking Paint, 1L Line yellow unless noted otherwise. 2. Second Coat: PPG Traffic & Zone Marking Paint, accessible parking zones to recieve a second coat. I. Concrete Unit Masonry 1. First Coat: SW ProMar B25 Block Filler 2. Second Coat: SW A-100 Satin Latex A82 3. Third Coat: SW A-100 Satin Latex A82 1: r O October, 01 Chapmaen Harvey Architects, Inc. Unauthorized duplication prohibited. PAINTING 09900 - 6 J. Concrete Walks " D. First Coat: PPG Traffic & Zone Marking Paint, blue unless noted otherwise. Accessible ramps and sloped walks. ® October, 0l Chapmaen Harvey Architects, Inc. Unauthorized duplication prohibited. END) OF SECTION PAINTING 09900 - 7 H.Ltdom 1st ?LACE . TANNER'S AUTOMOTIVE 1st STREET ❑ SONIC nUNIVERSITY CLINIC AMHERST STREET CASH AMERICA PAWN C AUBURN STREET MEDLOCK CENTER ❑ ROY'S BODY SHOP 0 ROMO'S UPHOLSTERY BATES STREET NORTH UNIVERSITY CENTER 0 AAA INSURANCE BAYLOR STREET . POLLARD USED CARS . WRIGHT SALES COLGATE STREET 4th STREET INAMHERST STREET AUBURN STRFFT z BATES STREET ® BAYLOR STREET z Z COLCATE STREET NNN NNNQ --- OOOD C _ Z CA CAC,4- (30 CA CACAO D ���Z C,4m m C,� N CA N ;U X X t� O C1 O > D _l oXr71m 771 z-� o�mm �-Z--,0 ��rmC =z�0 C-) 0 n D 0-1� D O-i� ��0�� 7 { j y Z W j y Z Z y Z O�OC Z -SOW O n ED �O� O n O n m = ZO ZO^ FZO F-1 Z�Z ZOD z0 Z C C/7 M Z Z C/) z Z rn C Z C z m m Z O � � I I I I I I I I © 2PO1 CHAPMAN HAHIFY ARCHITECS: INC. UNAUIHOWL0 OUPL1CARON PROHIBITED OC a- CITY OF LUBBOCK q N. UNIVERSITY *l�°r 'a FACADE RENOVATIONS SELECTED BUSINESSES } PHASE TWO C� s� r d o C) F--I CD U) CIO ChapnianHarwy ARCHITECTS, I N C. x 612 Arapdwoy (666) %49-1153 r'j Lubbock. 1e�as 79401 FAX (UO5) 749-1866 ("NO WORK? I I I � 1 I I LINE OF K OUT AND -- I a ° ° o , �� METAL ROOF M VE BROKEN ABOVE R IONS OF AREA OF N RETE F-I DAMAGED Ll CANOPY SIDEWALK GRASS UNIVERSITY' AVENUE EXISTING PLAN GENERAL NOTES I. ALL EXISTING EXTERIOR SURi=AGES ALONG THE NORTH, EAST, AND SOUTH ARE TO HAVE ALL LOOSE PAINT REMOVEJD. ALL SURFACES ARE THEN TO BE GLEANED AND PRIMED, READY FOR RENOVATION PAINT SCHEME. 2 THE WE5T ELEVATION 15 NOT INCLUDED IN TH15 CONTRACT. COORDINATE WORK WITH PROPERTY OWNER IN ORDER TO MINIMIZE INTERRUPTIONS OR DAMAGE TO CUSTOMER'S VE:HIGLES. REMOVE ALL BROKEN LOOSE PAINT GLASS FROM WALL5 DO NOT DISTURB FENCE ! REMOVE ALL LOOSE PAINT FROM CANOPY: FASCIA AND SOFFIT 9XI ST INCH EAST ELEVATION EXh57IN6 SIGN, REMOVE LOOSE PAINT, ALL 511DES REMOVE ALL LOOSE PAINT FROM AALL5 REMOVE EXI5TINCG PAINT FROM METAL DOORS AND FRAMES REMOVE EXISTING PAINT FROM ALL GLAZING AND FRAMES DO NOT r' D I5TURB FENCE REMOVE ALL LOOSE PAINT FROM OVERHEAD DOORS AND FRAMES REMOVE EXISTING PAINT FROM ALL GLAZING AND FRAMES - AREA OF DAMAGED CANOPY REMOVE ALL LOOSE PAINT FROM GANOPY: FASCIA AND SOFFIT HOSE BIB, DO NOT DAMAGE REMOVE ALL LOOSE PAINT 2XI ST INCx SOUTH ELEVATION AND CONCRETE 15LANDS REMOVE ALL LOOSE PAINT FROM REMOVE ALL LOOSE PAINT FROM CANOPY: FASCIA AND 50FFIT BUILDING FASCIAS AND SOFFITS DO NOT DISTURB / FENCE I. E I REMOVE ALL LOOSE PAINT—' REMOVE ALL L005E FROM CANOPY COLUMNS PAINT FROM INALL.5 AND CONCRETE ISLANDS ExI ST INCH 1�1CaI�Tf-I ,4T I Ofi�l Bc4�LE- U*'' = I'-O:l I 0 c) CCTT,, O �z x� W q� =1��Waw'ltw[alm Q � a date: 10. 05.01 sheer 1 i Or f f • • j b. 9914 of 3 PENCED 11114=1 (NO WORK; c7RASS UN I VER51 TY .AVENUE RENOVAMMED F'�.AN 5C41-M: 1/32" = I'-Q" KEYED NOTES "� I FFDI� ATFD r3Y OGLEAN, PRIME, AND PAINT SIGN CABINET AND NEA 51GN TEXT AND GRAPHICS ON TWO FAGES. GLEAN, PRIME, AND PAINT METAL FASCIA AS DIRECTED. NEA 4 FASCIA COLOR AND TEXT WILL BE PROVIDED TO CONTRACTOR. O3 GLEAN, PRIME AND PAINT ALL NON GLAZING 5JRFAGE5 OF OH DOORS GGLEAN, PRIME, AND PAINT GANOPY COLUMNS. GLEAN, PRIME, AND PAINT CANOPY SOFFIT, GLEAN, PRIME, AND PAINT METAL DOOR5 AND FRAMES. OGLEAN, PRIME, AND PAINT HALL SURFACES. RENOVATED EAST ELEVATION 5(:4LE: 1/*" = 1'�0" RMNOVATED SOuTH ELEVATION r5Cal_s: !1116:' -- I'-0" RENOVATSC� NORTH ELEVATION SG,4LE: /Iro" = I'-D" OBROGEN GLA55 IS TO BE REPLACED AITH SAME TYPE OF GLASS_ GLEAN, REGLAZE, AND SEAL ALL AINDOAS AND GLAZING. n REBVLD CONCRETE ISLAND AHERE DAMAGED, MATCH EXISTING �J DIMEN51ON5 AND TEXT€ RZE. 0 GLEAN, PRIME, AND PAINT CONCRETE ISLANDS. COLOR TO BE SELECTED. II MAKE REPAIRS TO EXISTING SHEET METAL PRIOR TO PRIMING AND PAINTING. GENERAL NOTES COORDINATE RENOVATION AORK WITH PROPERTY OANER 50 AS TO MINIMIZE INTERRUPTIONS OR DAMAGE TO C05TOMER'5 VEHICLES, 2. PAINTING CONTRACTOR TO PROVIDE LARGE TARPS TO COVER AUTOMOBILES DURING PAINTING OPERATIONS. w Z a U Ln o 4 Q a x� z 0 V 4 � .1ssw;lr'1cs}rw�; o a date: 10.O5.Oish�i ■ Os1 9914 of 3 EMPTY METAL BOX TO BE REMOVED GENERAL NOTES REMOVE ALL EXI5TINCG LIGHT FIXTURES LOCATED UNDER THE CANOPY AND UNDER THE SOUTH AND EA5T FASCIA. DO NOT DAMAGE CANOPI' OR FASCIA. REPAIRS iNIL-L BE AT CONTRACTOR'S EXPENSE. PREPARE FOR RENOVATION AORK. 2 NEW LIGHT FIXTURE5 ARE TO BE RE -CONNECTED TO EXI5TING 0IRCUIT5 AND CONTROL5. MAINTAIN SAME CIRCUITS AND LIGHTING ZONES AS EXISTING. T EXISTING LIGHT PLAN Z L. NO WORK AT INTERIOR KEYED NOTES No. kNDiGFiFED BY n NEW SINGLE TUBE LIGHT FIXTURE, ��''JJ TI-7255W5L-I20-1/1-E5. �J NEW TWO-T1USE LIGHT FIXTURE, �J T2a675W5L-12O-I/2-EB. OMAKE ANY NECE55ARY REPAIR5 TO METAL PANELS THAT MAY BE REOUIRED AFTER THE REMOVAL OF METAL BOX. REPAIR5 ARE NOT TO BE OBVIOUS_ PRIME AND PAINT. RENOVAtEfl L IGWr PLAN SCALE: 3/32" = 1'-0" Z O Z H aWo�� N U z'P 0 x �4 v w a U x� b N � - .t9sri{,wwlrwnrY "Q o. 10.05.01,h o, job: 9914 of 3 ---------------- — I � II � I j i EXISTING CONCRETE STOOP j AND SLOPED WALK TO REMAIN I I ' -----_ -_.._------- i7 N I GAREFULLY REMOVE LIMITED PORTIONS OF EAVE I N PREPARATION FOR NEW EIFS WALL SYSTEM, EXISTING FIBERGLASS t SHINGLES TO REMAIN. PREPARE SURFACE FOR EXISTING ROOF NEW METAL ROOF FRAMING, - -LINE ABOVE SEE RENOVATIONS. r EXISTING WINDOWS AND DOORS; GLEAN 6RILLE5, PREPARE TO BE PAINTED CAREFULLY REMOVE LIMITED PORTIONS OF EXISTING WOOD FASGiA AND ROOF AS REQUIRED FOR NEW ROOF AND EIF5 WALL SYSTEM VERIFY raXI gT ING BAST ELEVATION SC4LS: 1/8E' : 1'-01, EXISTING PLAN SCA4.B, I/8" = 1'-011 — GENERAL- NOTES EXISTING WOOD 51D€NG, REMOVE AREA WITHIN ZONE OF ROOF SLOPE MODIFICATION. GLEAN LOOSE PAINT, PREPARE FOR NEW PAINT I PAINTED CMU, GLEAN AND O PREPARE FOR NEW PAINT Z I. ALL EXISTING I~XTERIOR SURFACES ALONG THE NORTH, EA5T, AND SOUT+4 ARE TO HAVE ALL L005E PAINT REMOVED. ALL SURFACES ARE THEN TO BE GLEANED AND PRIMED, READY FOR RENOVATION PAINT SCHEME AND EIFS WHERE NOTED. THE WE5T ELEVATION 15 NOT INGLUDED IN TH15 GONTRAGT, THE ROOF FASGIA AND SOFFIT ARE NGLUDED. 3 COORDINATE WORK WITH PROPERTY OWNER IN ORDER TO MINIMIZE INTERRUPTION5 OR DAMAGE TO DI5PL_AY AUTO5. 15U5INE55 15 TO REMAIN OPEN DURING RENOVATION WORK PAINTED CMU, REMOVE LOOSE PAINT, PREPARE FOR NEW PAINT EXISTING WINDOW, GLEAN —GRILLE, PREPARE TO BE PAINTED REMOVE A LIMITED PORTION OF THE EXISTING EAVE, �— GOORDINATE WITH NEW EIFS WALL SYSTEM, EXISTING CONCRETE —STOOP TO REMAIN ELEVATION - SCALE: 1/8IE - 1'-/y,E3 EXISTING WOOD SIDING, REMOVE AREA WITHIN ZONE OF ROOF SLOPE MODIFICATION. GLEAN LOOSE PAINT, PREPARE FOR NEW PAINT REMOVE A LIMITED PORTION OF THE EXISTING EAVE, - 000RD! NATE WITH NEW EIFS WALL SYSTEM. PAINTED GMU, GLEAN AND PREPARE FOR NEW PAINT EXISTING WINDOW, GLEAN ,--GRILLE, PREPARE TO BE PAINTED EXISTING WOOD TRIM AND —SOFFITS TO BE COVERED BY NEW METAL TRIM AND SOFFIT, TYPICAL OF THE NORTH, EAST, SOUTH. Xk II ST ING NORTH ELEVAT 1 alb SCALE: 1/81. - 1'-®IE Mv � U �0. U 2 N pq N a� b W 4 H r}^yu1.�m1a dafe06.10.02rh-w 323A. p j b.- 9914 of 3 r 0 ---------------------- I I I I I I I 1 — --08 DN RENOVATED ED PL. AN SIAL.E, 1/8" = 1'-0" GENERAL NOTE I. COORDINATE RENOVATION WORK WITH PROPERTY OiNNER SO AS TO MINIMIZE INTERRUPTIONS OR DAMAGE TO D15PLAY AUTOS. 2 PAIRTING CONTRACTOR TO PROVIDE LARGE TARPS TO COVER AUTOMOBILES DURING PAI NTI NCB OPERATIONS. EIFS - I i ROOF L I NE ABO`,l E i NEVV ROOF LINE BEHIND PARAPET 6" WIDE EEFS _ 5URROUNi7 24 GA. PRE -FINISHED METAL GOPING, COLOR TO BE SELECTED3 6" WIDE EIF5 5URROUND 1 2 "X I " ROUTED _ i �uu u�uu�u jE �I. II II II II II i JOINTS, 24 O.G. I L_ A 3 r � EXISTING WINDOW TO REMAIN, 2 EXISTING WINDOW TO I GLEAN AND PAINT GRILLES REMAIN, GLEAN AND g„ PAINT GRILLES R&LOVATrED EAST BLEVAT I ON SCALE: 1/5" = 1'-m" - KEYED NOTES NQ. INDIGAlUD BY OREPLACE EXISTING LIGHT FIXTURE WITH NEW VANDLE RESISTANCE FIXTURE, ONE FIXTURE TOTAL. OPRIME AND PAINT METAL ORILLE5. RE -INSTALL GRILLI-5 ON ^INDOW5 AND DOORS, PRIME AND PAINT EXISTING WOOD 51DIN5, COLOR TO BE SELECTED. ONEW 24 GA. PRE-FINI5HED METAL FLASHING, TRIM, AND SOFFIT PANELS ON ALL FOUR ELEVATIONS. PRIME AND PAINT CONCRETE BLOGK5, DOLOR TO BE 51ELE0TED. ONEW EI75 WALL 5Y5TEM ON 6" METAL 5TUD5, COLOR AND TEXTURE TO BE SELECTED. ONEW WOOD 51DING, NEW 15 TO MATCH EXISTING IN APPEARANCE. PRIME AND PAINT THE NEW AND THE EXISTING, COLOR TO BE SELECTED. EXTEND WE5T ROOF SLOPE UP TO BACK OF NEW PARAPET U51NG 6" METAL STUDS, DECK OF GDX WITH 50# FELT. 24 GA. PRE -FINISHED METAL COPING, COLOR TO DE SELECTED NEW ROOF AND FRAMING RENOVATED SOUTH FLEVAT f ON SCALE: I/5" = I'-V - - EIF5 ON 1-1/2 OVER 5HEATHII 6" METAL STUD F � ING 1EW VENT JACK, :OMPATABLE WITH �ETAL ROOF RONOVAT50 NORTH FLEVAT I ON SG,4LS: 1/5" = 1'-0" G3 o Ln U 2 v �7 Q � x 4 2 O da1W.10.02show 32 A.,' © jab: 9914 of 3 1� WRAP EIF5 AS REQUIRED %` TOOLED SEALANT JOINT a TWO 6" METAL STUDS FULL HE16HT A7 EACH CORNER CGENERA! NOTES I[-2 ALL SU56RADE MATERIAL IS TO BE GOMPAGTED TO A 4q6% DENSITY. 2 PRIOR TO POURING ANY GONGRETE, ARGHITEGT/ENGINEER ARE TO REVIEW DIMENSIONS AND LAYOUT AT 517E. 2 1 /4" NEW EIFS WALL SYSTEM EXISTING ASPHALT, REPAIR AS REQUIRED EXISTING MASONRY WALL 1 EIF5 ON l/:2` FOAM ` 5/8" 6WB SHEA71-+INS t I ^%I I NEW 24 GA. PRE-FIN15HEP METAL ROOF FLASHING AND WALL REGLET SET INTO EIF5 24 6A. PRE-F I N I SHED METAL COPING, COLOR TO BE SELECTED, MAY BE DIFFERENT THAN ROOF PANELS, SPACE PANEL JOINTS 70 MAXIMUM POSSIBLE DISTANCE, MINIMIZE THE NUMBER OFJ0IN75. EACH JOIN7 TO HAVE A MATCHING 6 WIDE COVER SET IN SEALANT AND RIVET TO GOPING. 11114IIIIPIillllllll —� ----i TWO #3 REPAR EACH WAY, TIE 6" LAP TO EACH 18" DOWEL EXTENDING FROM 1 BUILDING FOUNDATION Fool «vo ROOF PLAN TAIL EXISTING MASONRY WALL, DO NOT DAMAGE EXISTING CONCRETE FOUNDATION, VERIFY GONDTION5 TWO NEW #5 DOWELS INTO EXISTING FOUNDATION AT LEAST 4" PENETFZ44TION, SET IN EPDXY No ECALra ` " - 'INISHED METAL M, SOFFITS LINE OF WALL BELOW ABANDON RIDGE ECAL .- 1/8" = 1`-0" V Z F- V Lu Ci x V ``) N ►� oU x z g a d-i-as 10,02,hee 323A., © lab. 9914 of 3 PAVEMENT FOR NEW GOLUMN FOOTING5 IL F- EXI ST ING fmL4N z GENERAL NOTES �. ALL EXI5TING EXTERIOR SURFAGE5 ALONG THE NORTH, EAST, AND SOUTH ARE TO HAVE ALL LOOSE PAINT REMOVED. ALL SURFACES ARE THEN TO BE GLEANED AND PRIMED, READY FOR RENOVATION PAINT SCHEME. 2 THE WEST ELEVATION 15 NOT INCLUDED IN THIS CONTRACT, THE ROOF SAVE 15 I NGLUDED. COORDINATE WORK WITH PROPERTY OWNER IN ORDER TO MINIMIZE INTERRUPTIONS OR DAMAGE TO D15PLA`( AUTOS. REMOVE EXISTING SIGN AND BRACKETS MOUNTED TO ROOF, RETURN 515N TO PROPERTY OWNER, PREPARE FOR NEW ROOF EXISTING FIBERGLASS SHINGLE5 TO REMAIN 1 EXISTING WIN001615 AND DOORS, CLEAN AND RESLAZE V Z CAREFULLY REMOVE LIMITED PORTION5 OF EXISTING WOOD FASG I A AND ROOF AS REQUIRED FOR NEW ROOF PAINTED GMU, REMOVE LOOSE PAINT, PREPARE FOR NEW PAINT EXI ST INCx EAST ELM VAT I ON F—EXISTING WINDOW, GLEAN AND REGLAZE EXISTING WOOD SIDING, GLEAN LOOSE PAINT, � _REMOVE EXISTING PREPARE FOR NEW PAINT SIGN AND BRACKETS S=1� --------- -- -- -- - -------- -- f, -- --- ! _ L 1 EX15TINO GONGRETE PAINTED GMU, PREPARE :: I —STOOP TO REMAIN FOR NEW PAINT EXISTING SOI�T�4 ELM VAT I ON SCALE: 1.16" = I'-D" EXISTIN5 WOOD 51DING, GLEAN LOOSE PAINT, REMOVE EXISTING PREPARE FOR NEW PAINT SIGN AND BRAGKE75 ,--- EXI5TlN5 WINDOW, GLEAN AND REGLAZE i L L I I i:F 1I` 1 EXISTING WOOD TRIM AND PAINTED GMU, PREPARE i :I T i :....1 -� C .: I L ` SOFFITS TO BE GOV ERIwD FOR NEW PAINT _ 1 :—: I BY NEW METAL TRIM AND I I 5OFFI7, TYPICAL OF THE - NORTH WEST, EAST, SOUTH f � , EXISTING NORTH SLEVA71 ONl z W ti z� Q� x� zq O W U a �l�ro.os.o�S► 323S. N 0 jab: 9914 ,f 3 F--------------------- 7 r �t � i i i,+r �i vim ✓'ram✓�✓ RsNO\/4TED PL04N sc4.-E: 1/8'I z 11-0" CGENERAL NOTES I. COORDINATE RENOVATION WORK WITH PROPERTY OWNER SO AS TO MINIMIZE INTERRUPTIONS OR DAMAGE TO DISPLAY AUTOS. 2 PAI NTI NO CONTRACTOR TO PROVIDE LARGE T.ARP5 TO COVER AUTOMOBILES DURING PAINTING OPERATIONS. LINE 'E <EYED NOTES INDIGATrp BY No. OREPLACE EXISTING LIGHT FIXTURE WITH NEW VANDLE RE5I5TANCE FIXTURE, ONE FIXTURE TOTAL. OREPLACE ANY BROKEN 6LA55 WITH SAME. CLEAN ALL GLASS. RE&LAZE JOINTS. PRIME AND PAINT EXISTING WOOD SIDING, COLOR TO aE SELECTED. ONEW PRE —FINISHED METAL TRIM AND SOFFIT ON ALL FOUR ELEVATIONS. OPRIME AND PAINT CONCRETE BLOCKS, COLOR TO BE SELEOTED. OCONCRETE FOOTING, 24"x24"xl2" WITH THREE #5'5 E.W., TOP OF FOOTING 15 TO BE 4" BELOW TOP OF A51PHALT P.AVINC;. NEW STANDING SEAM PRE -FINISHED METAL ROOF PANELS AND FASCIA TRIM ON EXISTING ROOF NEW AWNkNG ON NEW COLUMNS TS 3x3x V4 NEW BRhCK COLUMN BASES RENOVATED E46T ELMYATiON RENOVATED SOUTH ELEVATION 6CALS: IIS" = I'-O" NEW VENT .SACK, COMPATABLE WITH METAL ROOF RENOVATED NORTH ELEVATION &SALS: 1/5" -- 1'-C" r: C 0 CL p S a 10.050t$h-d 323B., O job. 99,14 of 3 3:,,nAllb,_ 2x6 NAILER EXISTING 2X TO REMAIN NTER I OR NEW PRE-FINI5HED METAL. ROOF, EXISTING ROOF / WATER TIGHT JOINT LAPS SYSTEM % �— 30# FELT OVER SHINGLES AND NEW DECK-- --- NEIN 1/2" CDX PLYWOOD - -- ` 1— --_-- ! :12 low.- 2x6 RAFTER METAL RAFTER x SECURELY NAIL NEW HANGERS RAFTERS TO j v EXISTING RAFTERS x LIMITED DECK REMOVAL PRE -FINISHED METAL TRIM i REMOVE EXISTIN6 2X TS 3x3xl/4 COLUMN ��v EXTER10R 2x6 @ EXISTING 5PACIN6 PRE -FINISHED METAL SOFFIT AND TRIM WALL GENERAL NOTES ALL 5U56RADE MATERIAL 15 TO BE COMPACTED TO A 115% DEN5I7Y. 2 COORDINATE COLUMN ANCHOR BOLT PLACEMENT WITH STRUCTURAL FOOTING, PRIOR TO POURING ANY CONCRETE, 5. ARCHITECT/ENGINEER ARE TO REVIEW DIMEN5ION5 AND LAYOUT AT SITE;. -- 2x6 AND PLYWOOD V BEAM, 5CREN TO PRE -FINISHED GOLUMN PLATE METAL ROOF Z - �- PLYWOOD - _ - HEMMED Lei F- a /— METAL RAFTER HANGER5 �� w � _ o x 2 PRE -FIN 15HED METAL SOFFIT AND TRIM 4xl2xl/2" PLATE, FOUR SCREW HOLES PRE-F I N I SHED METAL FASCIA 8"x8"xl/2" BABE PLATE I �= HOLES FOR FOUR 1/2"xl2"ANGHOR �. BOLTS 5E7 IN FOOTING FRA1„i N5 DETAIL. TOOLED COLOR SEALANT ALL AROUND COLUMN ; - TS 3x3xl/4 COLUMN 3�� Aft'_ 16' xl6" BACKFILL ASPHALT Q PAVEMENT, SLIGHT 1 SLOPE AWAY FROM I COLUMNS op SAW GUT EXISTING ASPHALT PAVEMENT �I 24"x24'" COLUMN IDST4 I L PL�4N SCALEI" = 1'-0" I V, 0 3