Loading...
HomeMy WebLinkAboutResolution - 2001-R0023 - Contract To Furnish Fire Training Field Construction - Allen Teinert Constr. - 01/25/2001Resolution No. 2001-R 0023 January 25, 2001 Item No. 41 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 per Bid #288- 00/RS to furnish fire training field project construction, by and between the City of Lubbock and Allen Teinert Construction 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 25th day of January '2001. WINDY SIT , MAYOR ATTEST: Becky Garza, Ikerim City Sec ary APPROVED AS TO CONTENT: Victor Kilman, rchasing Manager APPROVED AS TO FORM: William de Haas Contract Manager/Attorney gsxcdocs/Allen Teinert Const.res Jan 11, 2001 00 r �A abIND CHECK BEST RATING LICE=NSN TEXAS DAT BY CITY OF LUBBOCK SPECIFICATIONS FOR FIRE TRAINING FIELD PROJECT CONSTRUCTION BID #288-OO/RS A City of Planned Progress" CITY OF LUBBOCK Lubbock, Texas City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ITB #00-288, Addendum #6 ADDENDUM #6 ITB #288-00/RS City of Lubbock Fire Training Field Project Construction MAILED TO VENDOR: January 2, 2001 CLOSE DATE: January 3, 2001 @ 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. The contractor shall cover the cost for testing soil, concrete, etc. The contractor will be required to obtain all necessary permits however, the City of Lubbock will waive all fees relating to the permits. All requests for additional information or clarification must be submitted in writing and directed to: .y Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK Ron Shuffield Senior Buyer _. PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. r: �* 288-OORsadd6 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 hftp://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ITB #00-288, Addendum #5 ADDENDUM #5 ITB #288-00/RS City of Lubbock Fire Training Field Project Construction December 21, 2000 January 3, 2001 @ 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. The buried conductors from the new breakers in the existing main panel to the new power panels for the Fire Department Training site, type THWN conductors in conduit is acceptable. 2. Direct buried cable in lieu of conductor in conduit shall be acceptable if the conductors are type OF or approved equal. Type OF or approved equal is approved for direct burial with stub conduit risers at each panel. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, ZCIOF LUBBOCK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 288-OORsadd5 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 "* http://purchasing.ci.lubbock.tx.us ITB #00-288, Addendum #4 ADDENDUM #4 ITB #288-00/RS City of Lubbock Fire Training Field Project Construction MAILED TO VENDOR: December 20, 2000 OLD CLOSE DATE: December 20, 2000 @ 2:00 P. M. NEW CLOSE DATE: January 3, 2001 @ 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. QUESTION: Can the existing dirt stockpiled on site be used for the 12" fill under the slabs? ANSWER: Yes 2. QUESTION: Do all pavilions get paint on block and steel? ANSWER: Yes All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, CITY -)OF LUB OCK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. ,.., 288-OORsadd4 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513 TH STREET, LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 hftp://purchasing.ci.lubbock.tx.us MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: ITB #00-288, Addendum #3 ADDENDUM #3 ITB #288-00/RS City of Lubbock Fire Training Field Project Construction December 19, 2000 December 20, 2000 @ 2:00 P. M. January 3, 2001 @ 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. The closing date has been changed from December 20, 2000 at 2:00 p. m. to the new closing date of January 3„ 2001 at 2:00 p. m. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us 288-OORsadd3 THANK YOU, CIT OF LUB OCK Ron Shuff ieldd Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. e*e City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us l ITB #00-288, Addendum #2 ADDENDUM #2 ITB #288-00/RS City of Lubbock Fire Training Field Project Construction MAILED TO VENDOR: December 14, 2000 OLD CLOSE DATE: December 14, 2000 @ 2:00 P. M. NEW CLOSE DATE: December 20, 2000 @ 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. mow 1) UEGSTION: At the main switchboard "MSA," is there currently any spare conduits stubbed out off the building for future services? If not, how does the engineer propose we enter the building with the 2-2" conduits that will feed panels PL1 and PL2? ANSWER: There are no spares available. Electrical feeds can enter through outside of the building. 2) QUESTION: Around main switchboard "MSA" LP&L has a transformer and there is an emergency generator setting to the south of the transformer are there any as builts as to the conduits entering the building? ANSWER: The City of Lubbock will located all utility lines and other related buried lines, as applicable. 3) QUESTION: At the fire Training Tower, same question as above does the engineer want us to remove a portion of the sidewalk to enter the building with exposed conduit? ANSWER: Since the electrical feeds will be allowed to penetrate the building from the exterior walls, sidewalk repair may be required. 4) QUESTION: Are any conduits entering the Fire Training Tower, and if so, at what depth are they to be installed? Will they be near our new service conduits for panels PL1 and PI -2? Can you give us an "as built" as to where service to this building is coming from now? ANSWER: No conduits are available for use. The City will locate all buried utility lines, as applicable. 5) QUESTION: What is the depth of the existing fire sprinkler line? ANSWER: The City will locate all buried utility lines and other lines as applicable. .., 288-OORsadd2 B 6) QUESTION: At what depth do we install the new feeders to the poles? ANSWER: 18" minimum or as required by local electrical Code. ITB #00-288, Addendum #2 7) QUESTION: Can the Pavilions Power share the same ditch with the light pole feeders? ANSWER: Yes, Pavilion power can use the same ditch as the light power, unless otherwise regulated by local electrical Code. 8) QUESTION: Does each Pavilion have its own C/B for the receptacle & light? ANSWER: Yes, each Pavilion will have its own circuit breaker for its lights and plugs. 9) QUESTION: On sheet 2.3 the drawing shows panels PL1 and PI -2 to be located on the west exterior of the Training Tower Building. The detail shows the panels to be mounted on an interior wall. Which drawing is correct for bidding purposes? ANSWER: The location of panels PI -1 and PL2 will be mounted on the interior wall of the Tower as indicated by the detail on Sheet 2.3. 10) QUESTION: On the grounding system Schematic page 10.2 which panel does this refer to? Approximately how far and deep is the water pipe and gas pipe? ANSWER: This is general detail showing the grounding of the panels and MSB. 11) QUESTION: Is the ridge vent to be manual or power operated? Location of ridge vent? ANSWER: The ridge vent will be manually operated. The location of ridge vent to be as specified on the plans. 12) QUESTION: Water drainage between peak and vent. ANSWER: The metal building shall be a package unit and weatherproofed and allow for proper drainage from the roof. 13) QUESTION: What are the details of the aluminum bench seating. ANSWER: The aluminum bench seating shall be pedestal mounted, anchored to the finished floor. Benches shall be similar to catalog #5827 (except length as shown on sheet 4.3) and steel pedestals similar to catalog #5818 both as supplied by Vaughn Storage Systems Company of Lubbock, Texas. Equal equipment will be accepted. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.Iubbock.tx.us 288-OORsadd2 ITB #00-288, Addendum #2 r THANK YOU, CITY OF LUBBOCK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. e- ,. 288-OORsadd2 cam+ City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING ,+A 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 hftn:/Inurchasina.ci.lubbock.tx.us ITB #00-288, Addendum #1 ADDENDUM #1 ITB #288-OO/RS City of Lubbock Fire Training Field Project Construction MAILED TO VENDOR: December 7, 2000 OLD CLOSE DATE: December 14, 2000 @ 2:00 P. M. NEW CLOSE DATE: December 20, 2000 @ 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. The closing date has been changed from December 14, 2000 at 2:00 p. m.P. M. to the new closing date of December 20, 2000 at 2:00 p. m. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 ., Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, Cl OF LUBBOCK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 288-OORSaddl 0" PREBID #288-00/RS FIRE TRAINING FIELD PROJECT CONSTRUCTION December 5, 2000 @ 10:00 AM PURCHASING CONFERENCE ROOM L04 PL TELEPHONE FAX COMPANY REPRESENTATIVE MAILING ADDRESS NUMBER NUMBER P.O. Box 2000 City of Lubbock Ron Shuffield City: Lubbock (806)775-2170 (806)775-2164 State, Zip Code: Texas 79457 Address: .0 o X CO �� D I city: �c)bbo� 7&s gsS7 7e,S SS�S`t M1 �Ckf#i �D i State, Zip Code. \\ y \ Address: ��Ac radS�4t� 4t)�aT�r,c�S�na,� State, Zip ��oocG.2_4 -T. n Address: �?O. Z o c 6-W2- e06 ( o �) i ��B7LT-CO��tM• 6A" 1„ • �r kle-,m City: Gc6�S/Sou. 7K 7yS<-L80/ 7VV 2j4C4 3�4 • i'L+l iG� S `'"`"''' jj State, Zip Code: 79r0/d 0 iYlo�+ N mETl�G ddress: 70/7 `(0>ZK AVgE U U city: L1!/a Bz:v_bc�� 790 ' Y 243 798 aS9 c7 lt- LZ i,vC State, Zip Code: 71,v z Address: 906 city: p C e State, Zi Code:: Address: "P.o 3o1c 7--z-79 City. L+>srsr,-,,& State, Zip Code: -7->e, 94S'z �,� ( Address: 7. t V),4l ��lZ. ! i •� U! �1� 2i State, Zip4Code lV'0i 3 7`1Z'�bo(� �i`l3 "���e� / J ` Address: �t-t� O o Bklf4 -D,4.;5 City: Gzt��va�C._ State, Zip Code: -tC Address: Szy tt---- city: 7; / b�ivc�i 5 -� y5 -2 =a 4s ,6 r -J % R°u State, Zi Code: Xz Address: I l City' '7`i State, Zi Code: 1.4bbrzi� Ft�cT1Qi /e:E�t1 {0 �Ilee ddress: // O 13 ' dt O �Ny city: -, CIO 0 State, Zi Code: C! Q �'3� '4u �C ,� Address: /Gc f2 eL '&lJli�<J � City: A.uR64C-6 State, Zip Code: 7-V 79`% Address: fir State, Zip Code: 224 Address: City: State, Zip Code: Address: City: State, Zip Code: City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513 TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 hftp://purchasing.ci.lubbock.tx.us ,. . c ITB #00-288, Addendum #1 ADDENDUM #1 ITB #288-OO/RS City of Lubbock Fire Training Field Project Construction MAILED TO VENDOR: December 7, 2000 OLD CLOSE DATE: December 14, 2000 @ 2:00 P. M. NEW CLOSE DATE: December 20, 2000 @ 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. The closing date has been changed from December 14, 2000 at 2:00 p. m.P. M. to the new closing date of December 20, 2000 at 2:00 p. m. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us 288-OORSadd1 THANK YOU, CIT OF LUBBOCK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. { PREBID #288-00/RS FIRE TRAINING FIELD PROJECT CONSTRUCTS I.; December 5, 2000 @ 10:00 AM PURCHASING CONFERENCE ROOM L04 rP"' PLEASE PRINT COMPANY REPRESENTATIVE MAILING ADDRESS TELEPHONE NUMBER FAX NUMBER City of Lubbock Ron Shuffield P.O. Box 2000 City: Lubbock State, Zip Code: Texas 79457 (806)775-2170 (806)775-2164 (_0�, f RIC14A�,D / Address: P •O • o X 07&& City: 1.Code: 7&:5 gSS7 760 BSZrl State, Zi Code: �� raa�a�i�a U �a�r kdg�►. Address: s4ol I Z:,., city: St, Zip Code: ?. n � �tt'tA�tNt• 3w4 •s&wl" S / �„,. x,k�et� `'"'►"Z Address: moo. ,t3o.c S 3 2- city: 7K (606) '7yS%z�J ( v 7IVV-2v State, Zi Code: 79'V-08 T� G jovy L=' i.v,() Address: %17 *-(0M AjZE City: Lzia Bay [c, %7c State, Zi Code: 7 L U 790 - Y 2 13 ( ) 798-1159 0 grow -f- ck¢� �olo C'�� ,� Address: 2o,6 cityluL��e� f State, ZipCode: 7YY /As' I� , STE✓CJ �� Address:Rc. Sox 37--79 City: Zip Code: -rX State, Zi Code: -r '7 94Sz ),4 `7 �� cri/�(.�!� Address. 7. v . lS�s X 43 tE7 city: L,,,bbve(::�, -r� City: State, Zi Code: 7S— �(4N%5 Address: City: alaloe= State, Zip Code: mC'7y4-3 RIO > Address: City. State, Zip Code: 7;5 v5' 77,5 =a6S`d l Address: City: State, Zip Code: czjLc 3�/SSD ( � �jec77Pi"e- C ess: �>c at State, Zi Code: q e O Al 41 x-33 O 731 lv 6%cf2.leC- Aec A&,C '-�'�Ou�tJ Address: 460.q City: ti.U��e-6 7�1� z 33G -7--f Ir -5-e%40 State, Zip Code: 7-V 79 ' C-'�• - pp t �' Address: City: U p o�' U ? State, Zi Code: Address: City: State, Zip Code: Address: City: State, Zip Code: CITY OF LUBBOCK • INVITATION TO BID " FOR w TITLE: FIRE TRAINING FIELD PROJECT CONSTRUCTION ADDRESS: LUBBOCK, TEXAS BID NUMBER: 288-OO/RS PROJECT NUMBER: 90003.9211 CONTRACT PREPARED BY: PURCHASING DEPARTMENT r INDEX 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. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS s No Text NOTICE TO BIDDERS BID #288-00/RS Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 14th day of December, 2000, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project with a budget amount of $165.000.00: "FIRE TRAINING FIELD PROJECT CONSTRUCTION" 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 ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2.00 o'clock p.m. on the 14th day of December, 2000, and the City of Lubbock City Council will consider the bids on the 11th day of January. 2001, 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 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre-bid ,.� conference on 5th day of December, 2000 at 10:00 o'clock a.m., in the Purchasing Conference Room L04, Lubbock, Texas Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159x, 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 advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775- 2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KILMAN PURCHASING MANAGER Bid documents may be examined at no charge in the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; and may be obtained by telephone (806) 775-2167/Fax (806) 775-2164. No Text GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY. TIME & DATE 1.1 The 11 City of Lubbock "is seeking written and 11 sealed competitive bids to furnish FIRE TRAINING FIELD PROJECT CONSTRUCTION per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, the 14th day of December, 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 #288-00/RS, FIRE TRAINING FIELD PROJECT CONSTRUCTION" and the bid x 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 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. w 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 R„as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre-bid meeting will be held at 1000 a.m., December 5th 2000 in Purchasing Conference Room L04, 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 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. 1 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. 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. 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. r. 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 CONFIDENTIAUPROPRIETARY 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 CONFLICT OF INTEREST 8.1 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. 8.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. CONTRACT DOCUMENTS 9.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 9.2 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. 2 10 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 F 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. 11 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 11.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the ii - combinations thereof, inadvertently rest ricts-6i'limits-tlierequirements stated'in'th'is 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) business days before the bid closing date. A review of such notifications will be made. 11.2 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) BUSINESS DAYS PRIOR TO THE BID CLOSING DATE AND, ADDRESSED TO: RON SHUFFIELD, SENIOR BUYER City of Lubbock 162513 1h Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: RShuffield@mail.ci.lubbock.tx.us 12 TIME AND ORDER FOR COMPLETION 12.1 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. 12.2 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. 13 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 14 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. .0- 15 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. 3 16 GUARANTEES 16.1 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). 16.2 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 the year 2000 calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to_comply with all the obligations contained herein. 16.3 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. 16.4 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. 17 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. 18 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. 19 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. 20 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 4 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. 21 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 22 EXPLOSIVES 22.1 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. 22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 22.3 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. 23 CONTRACTOR'S REPRESENTATIVE The successful bidder shall, be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 24 INSURANCE 24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted before contract execution. 24.2 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 contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 5 25 LABOR AND WORKING HOURS 25.1 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. 25.2 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. 25.3 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. 26 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, 27 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. 28 PREPARATION FOR BID 28.1 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. 28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a `- bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If ' the bid kmsubmitted bv.acompany orcorporation, the company or corporate name and business address must begiven, and the bid signed bvmnofficial orduly authorized agent. Powers cfattorney authorizing agents or others b)sign bids must be properly certified and must beinwriting and submitted with the bid. V The bid _shall boexecuted .inink. ^,^.,,~^^^,~^.~^_~�~_^^,~,".�_°+^^.^~~^^^~^'~,._.__'_ 28.3 Each bid shall beenclosed i sealed envelope, addressed aospecified inthe Notice toBidders, and endorsed mnthe outside ofthe envelope inthe following manner: ^-' 28.3.1 Bidder's name 28�l2 Bid for of the - ' - - _ 28.4 Bid any time before the time set for opening - mfthe bids, but nobid may bewithdrawn oraltered thereafter. . 20 BOUND COPY OF CONTRACT DOCUMENTS ' Bidder understands and agrees that the contract tobe, executed 'bybidder shall be bound and include the c / (a) Notice boBidders. �- (b) General Instructions tmBidders. r~ /d Bidder's Submittal. /d1 Statutory Bond (if required). ^ ' kA Contract Agreement. Ul General Conditions. -^' /o\ Special Conditions (if on»\. -- (h) Specifications. (i\ Insurance Certificates. All other documents made available bobidder for his inspection inaccordance with the Notice toBidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated byreference into the aforementioned contract documents. ` 30 QUALIFICATIONS OF BIDDERS The bidd er may be required before the award of any contract to show to the complete satisfaction of the City of r' Lubbock has =�-'---=-necessary facilities, ability, and financial resources to provide the service specified � in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City ofLubbock about the bidder's qualifications. The City ofLubbock 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 ofLubbock ' reserves the right horeject any bid ifthe idence submitted binvestigation of, the bidder fails bosatisfy 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 ofthe bidder's qualifications shall include: `-^ (m) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b\ Theabi|ib/mfthmbiddmrb»pm�onnthevxorkorpnuvidetheoerxiumpnonmpUyorvvithindloUnneapacified. ' . ' without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality ofperformance mfprevious contracts orservices. . 31 BID AWARD '- 31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particularbmm 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 total 'Lump Sum Bid plus the sum ofany options the City may select. _~ 31.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to mpmohiootione is primary in determining the best low bid. Failure to comply with the specifications may result indisqualification ofthe bid. r- 31.3 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. 31.4 Before the City may award a bid to a noriresident 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,inthe nonresident bidders',home state. 31.5 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. 31.6 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. E3 r,,;a' .—, BID SUBMITTAL ` LUMP SUM BID CONTRACT DATE: January' 3, 2001 PROJECT NUMBER:. #288-00111S • FIRE TRAINING FIELD PROJECT CONSTRUCTION Bid of Al t Pn T; n g r t Construction (hereinafter called Bidder) To the Honorable Mayor and -City Council Clty of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a FIRE TRAINING FIELD PROJECT CONSTRUCTION having carefully examined the pians, specifications, Instructions, to bidders, notice to bidders and all oder related contract documents and the site of the intended work, and being famillarwith all of the conditions surrounding - the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project In accordance with the plans, specifications and contract documents, r'"* 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. MATERIALS: ($ ) SERVICES - Two hundred twenty five.thousand nine hundred sixty six TOTA!_B!D: dollars and. no/100($225,966.00 ' (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) MATERIALS: ($ ) SERVICES: ($ TOTAL BID OPTION#1: (ADD) Twenty eight hundred dollars and no/100 ($ 2;800:00 Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Noticeto 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 -$0 (ZERO) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. p 1 Y Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with V instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the :bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the .scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the pians, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified In the written notice to proceed, and to substantially complete the work on which he -has bid; asrovided in the contract documents. p ,come s. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payab!e without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten)10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for s Dollars ($ ) ora Bid Bond in the sum of 5% of AMounr 'Rid Dollars ($ }, which it is agreed shall be collected and retalned by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(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, any corrections to the bid price must be made on the Bid Submittal form prior to bid opening. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder -acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Copies Attached *+ NMSE Firm: I I Woman B Hispanic American A 2 Date: January 3, 2001 Authorized Signature Allen E. Teinert (Printed or Typed Name) Allen Teinert Construction CompanyPC pox 5q,2 ; Addressi . Lubbock Lubbock City, County Texas ,79408 State Zip Code Telephone: Sn6 Fax: 806 74-4�ih1 �^ cirr OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT -1 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 reviewed by me with the below identified Insurance Agent/Broker. If 1 am awarded this contract by the City of Lubbock, i wiii be able to, within ten (10) days after being notified of such award by the City of Lubbock, fumish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Contractor ( ignature) Allen E. Teinert Contractor (Print) CONTRACTOR'S FIRM NAME: Allen Teinert Construction (Print or Type ) CONTRACTOR'S FIRM ADDRESS: PO Box 5327 Lubbock, TX 79408 Quisenberry &'Associates, Inc. Name of Agent/Broken Address of Agent/Broken 4601 66th St., suite B City/State/Zip: Lubbock, Texas 79414 Agent/Broker Telephone Number: ( 806 793-8773 Date: January 3, 2001 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. BID #288-00/RS - FIRE TRAINING FIELD PROJECT CONSTRUCTION 4 L Te me-rL- Co ki LIST OF SUBCONTRACTORS Minority Owned Yes No Agmlale, A-;7ibt r ❑ fig( M erm i'V►-1 c) f40 ym X ■ K Eel t4er . Be- Knit raj maw ggy ❑ JQC LAtz CD, 4 E'L Qom, ❑ Q Q 4pfg-h-1 S Al os • /.9 -/SVT �fG c-F/!✓T. ❑ }� ❑ ❑ ❑ ❑ o ❑ ❑ ❑ 3 is - to UNITED FIRE & CASUALTY COMPANY 118 Second Avenue SE PO Box 73909 Cedar Rapids, Iowa 52407-3909 319-399-5700 (A Stock Company) BID BOND ALLEN TEINERT CONSTRUCTION, INC. DBA Know ALL BY THESE PRESENTS, that TEINERT COMMERCIAL BUILDING SERVICES Principal, hereinafter called the Principal, „ and the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized under the laws of the State of IOWA, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK r-• as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID--------------------- Dollars (S ------5 %---------- ), for the payment of which sum well and truly to be made, the said principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BID #288—OO/RS FIRE TRAINING FIELD PROJECT CONSTRUCTION Now, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another parry to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 14TH day of DECEMBER _ A.D. ,2 0 0 0 . ALLEN TEINERT CONSTRUCTION, INC. DBA. TEINERT C ERCIAL BUILDING SERVIqU f 1 (Principal) (witness) ALLEN TEINERT (line) PRESIDENT CONT 00010798 UNITED FIRE & CASUALTY COMPANY (seal) By DEEDEE BRINKER (Attorney-in-fact) No Text iJ ... E: BOND CHECK BEST MATING LICENSE I TEXAS DATE W? lc!� PAYMENT BOND I STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) BOND NO. 54-118204 ALLEN TEINERT CONSTRUCTION, INC. IICDBA KNOW ALL MEN BY THESE PRESENTS, that TEINERT COMMERCIALBUi�iereinatescaedtT�erincipal(s), as Principal(s), and UNITED FIRE & CASUALTY COMPANY (hereinafter called the SurMn t� Cb P"after called the Obligee), in the amount of Amrw 0 ------- oars $ a u money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2 8THday of JANUARY ,20 01,to BID #288-00/RS FIRE TRAINING FIELD PROJECT CONSTRUCTION and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Now IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 30TH day of JANUARY 20 01. ALLEN TEINERT CONSTRUCTION, INC. _UNITED FIRE & CASUALTY COMPANY DBA TBTNERT COMMERCIAL BUILDING Surety (Company Name) SERVICES nn 41 *By: py-'� (Title) DEEDEE BRINKER ATTORNEY-IN-FACT 1 By: ALLEN TEINERT (Printed } (Signature PRESIDENT (Title) s. The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates DEEDEE BRINKER an agent resident in Lubbock County to whom any requisite notices may be delivered tr and on whom service of process may be had in matters arising out of such suretyship. UNITED FIRE & CASUALTY COMPANY Surety r- * By: (Title) DEEDEE BRINKER ATTORNEY—IN—FACT Approved as to form: City of Lubbock By: City Attorney Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 W. BOND CHECK BESTATING LICENSE M TSS k PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) .. OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) BOND NO. 54-118204 ALLEN TEINERT CONSTRUCTION, INC. DBA TEINERT COMMERCIAL BUILDING SERVICES KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and UNITED FIRE & CASUALTY COMPANY (hereinafter called the Sur(%N, * qj�), � ek4kpnq�r5yrb"sl,}.{r�i: b �,( gjnafter called the Obligee), in the amount ofd TY SIX AND N0110 0------- s a ujt'"money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. TJ al the Principal has entered into a certain written contract with the Obligee, dated the 2 8Tday of JANUARY ,2001 to BID#288-00/RS FIRE TRAINING FIELD PROJECT CONSTRUCTION ii and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 3 0TH day of JANUARY , 20 01 . ALLEN TEINERT CONSTRUCTION, INC. UNITED FIRE & CASUALTY COMPANY DBA TEINERT COMMERCIAL BUILDING Surety (Company Name) SERVICES *By: ��,n„p , By: ALLEN TEINERT (Title) DEEDEE BRINKER (Printed ) ATTORNEY—IN-FACT (Signatur 1 PRESIDENT (Title) The undersigned sure company represents that it is duly qualified to do business in Texas, and hereby designatesDEEDEE BRIN�gent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. UNITED FIRE & CASUALTY COMPANY Surety *By: Lvo LLA.. &51 4 e (Title) DEEDEE BRINKER ATTORNEY—IN—FACT Approved as to Form City of Lubbock By: City Attorney Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 1^ 2 No Text No Text E (NMIGDim DAT I ACORQ CERTIFICATE OF LIABILITY INSURANCE 03/20/2000 PRODUCER (806) 793-8773 FAX (806)793-7173 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Quisenberry & Associates, Inca ONLY AND CONFERS NO RiGHT$ UPON THE CERTIFICATE 1 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR .!„ 4601 66th St . , Suite B ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lubbock, TX 79414 INSURERS AFFORDING COVERAGE NSuRED Allen Teinert Construction, Inc. DBA INSURERA: CGU Teinert Commercial Building Services INSURER e: Texas Workers' Comp Ins Fund and ATV, Inc. INSURER C: L, PO Box 5327 INSURER D: Lu bock, TX 79408 INSURER E: COVERAGES ITHE 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 LIEMEMIDD DATE MMIDD LIMITS GENERAL LIABILITY GRW844737 03/25/2000 03/25/2001 EACHOCCURRENCE $ 19000,000, X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) S 100,000 CLAIMS MADE Q OCCUR MED EXP (Any one person) S 5,00C A PERSONAL & ADV INJURY S 19000,00( GENERAL AGGREGATE S 2,000,00( GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 1,000,00( POLICY PES LOC AUTOMOBILE LIABILITY CRAK74021 03/25/2000 03/25/2001 COMBINED SINGLE LIMIT X ANY AUTO f (Ea accident) 1,000,000 ALL OWNED AUTOS BODILY INJURY S I A SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY S NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE f I (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC S z h ANY AUTO AUTO ONLY: AGG S EXCESS LIABILITY EACH OCCURRENCE S OCCUR F7 CLAIMS MADE AGGREGATE S S S e*� DEDUCTIBLE f RETENTION S COMPENSATION AND TSFOO10036703 03/26/2000 03/26/2001 1 TORYLIMITS ER IWORKERS EMPLOYERS LIABILITY _ E.L. EACH ACCIDENT f Soo OO E.L. DISEASE - EA EMPLOYEE S Soo 0001 E.L. DISEASE - POLICY LIMIT S S001000 Dni Bui'fders Risk Policy RR476840 04/21/2000 04/21/2001 "All Risk" $1,500,000. at any A one project site DESCRIPTION OF OPERATIONSILOCATIONSiVEHICLESIEXCLUStONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Pith respect to General Liability: ":ertificate Holder is named as Additional Insured and Waiver of Subrogation applies. CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVORTO MAR. City of Lubbock _.Q_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn • Tina Iv i ns BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABL17Y P. 0. BOX 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Lubbock, TX 79457 AUTHORIZED REPRESENTATIVE Todd Quisenberr ACORD 25-S (7197) FAX: 775-2164 OACORD CORPORATION 1988 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. AC ✓l CTM CERTIFICATE OF LIABILITY INSURANCE 03/20/2 00 PRODUCER (806) 793-8773 FAX (806) 793-7173 Quisenberry & Associates, Inc. 4601 66th St., Suite B Lubbock, TX 79414 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 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 Allen Teinert Construction, Inc. DBA Teinert Commercial Building Services and ATV, Inc. PO BOX 5327 Lu bock, TX 79408 INSURER A: CGU INSURER B: Texas Workers' Comp Ins Fund INSURER C: INSURER D: 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 MAYBE 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, INSR L TR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY RW844737 03/25/2000 03/25/2001 EACH OCCURRENCE $ 1,000,000 is COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ 100,000 T CLAIMS MADE OCCUR MED EXP (Any one person) $ 5,000 A PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 1,000,000 POLICY ES PF1 LOC AUTOMOBILE LIABILITY X ANY AUTO RAK74021 03/25/2000 03/25/2001 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ L ANY AUTO � OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ $ DEDUCTIBLE $ RETENTION $ 6 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TSFOO10036703 03/26/2000 03/26/2001TORY IMFTSMU- ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLO $ 500,000 E.L. DISEASE - POLICY LIMIT S 500,000 A OT y R ui�lders Risk Policy RR476940 04/21/2000 04/21/2001 "All Risk" $1,500,000. at any one project site DESCRIPTION OF OPERATIONS/LOCATIONSIVE`HICLgS_/ ,XCLUSIONS ADDEQ BY ENDORSEMENT)SPECIAL PROVISIONS With respect to General Liability: Certificate Holder is named as Additional Insured L CERTIFICATE HOLDER ADDITIONAL 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. 0. BOX 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. - Lubbock, TX 79457 AUTHORIZED REPRESENTATIVE C Todd Ouisenberry Jry,p Joon. G 126S (7/97) 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 .w 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. .•- ACORD 26-S (7/97) CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 -point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: . 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 end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; '^ (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 3 H U H Z O U r CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 28th day of January, 2001 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 Allen Teinert Construction of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #288-001RS - FIRE TRAINING FIELD PROJECT CONSTRUCTION - $228,766.00 A., and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. ATTEST: CITY OEXA W E By: Secretary MAYOR ^^ APP VED TO CONTENT: CONTRACTOR: resentative AJE-J E rdC7A1S1-4W-r1®,l APPROVED AS TO FORM: ..R By. Attorney PRINTED -NAME: AlG W CC 167-A16WZ1— TITLE: r-, No Text GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR " Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit ALLEN TEINERT CONSTRUCTION who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative GARY SMITH, FACILITIES MANAGER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the .. Agreement (if any), Specifications, Plans, Insurance 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". 5. 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. 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 1. otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. i 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 accordancewiththe specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's'Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. '` 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or afte. r the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the ' work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, " incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent: s 3 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or.Owner's Representative may reject any such work found to be defective or not in accordance with the, contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's. Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to.make such, inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such materia( 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. 4 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 quantityof'theVwork to be done, they shall not constitute the basis for a .� claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless. any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred_in preparation for the work'as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be .. required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order,by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods. Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a; reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the ,cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field_cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America._ Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost ash - er ' ein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account fsuch Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." 04, 5 JTy No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, 6 28 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. CONTRACTOR'SINSURANCE The Contractor shall not commence work underthiscontract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and, satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. ,�•, The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. General Liabilityinsurance The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations n: Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard r: Contractual Liability Independent Contractors Coverage Personal Injury*, Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. A a For bodily injuries, including accidental death and or property damage, 0 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; ell' Bodily Injury/Property Damage, $500,000.00 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance, J 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 $00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor' in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to 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. No 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. . , 7The Contractor shall notify the governmental enti ` ty in writing by 11 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. `9 '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 y 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; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; r- (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 IOWA'.. _ (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. `9 G. V 11. The Contractor's failure to, comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid, specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on't ' he form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have,known, of any change that materially affects the provision of coverage of any person providing services on the project; 10 (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point ,normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: a.._ 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 512/440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and - (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of"the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission s Mvision 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 11 FM on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i) -(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of.its 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. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such -° indebtedness. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES 12 Z w The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and Pak regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local'laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the "conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required .; in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES ,y....y ..... v -,v ..» +.. . a.. , k e AH,.N Ky, <swF..rc.aY"�'' n`.•e .., :.c w .< ;:5.w 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 $0 (ZERO) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would.be difficult and/or impossible to estimate, however, the amount ,, agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS "= OF THE ESSENCE OF THIS CONTRACT. 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 13 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. 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. 14 six 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 Aga 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 applicatiorfor partial payment if submitted, and the progress of the work made by the Contractor and if found to be inrder, 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: 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 R., partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, 15 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) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor `- shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. 16 After receiving said notice of abandonment ornon-compliance, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, y 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 surnwfiichwould have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference In case suchexpense is greater than the , sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper 44- 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 u would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. 17 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 this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in.this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own. cost and, expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with.full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused_by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same 18 may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum ^�^ products or byproducts and/or asbestos. r 19 No Text } RE: RESOLUTION NO. 6262, ITEM NO. 39, APRIL 8, 1999 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate �a Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.50 Air Conditioner Installer -Helper 6.25 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 12.50 r Bricklayer -Helper 7.00 Carpenter 11.00 Carpenter -Helper 7.00 Cement Finisher 8.00 Drywall Hanger 11.00 Electrician 13.75 Electrician -Helper 7.00 Equipment Operator -Heavy 9.50 Equipment Operator -Light 8.50 Floor Installer 9.50 044 Glazier 10.50 Insulator-Piping/Boiler 11.50 Insulator -Helper 7.00 Iron Worker 11.00 Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 1 v. z 2 i EXHIBIT B Paving and Highway Construction -Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 6.00 Concrete Finisher 8.00 Concrete Finisher -Helper 7.00 Electrician 12.00 Flagger 6.00 Form Setter 7.00 Form Setter -Helper 6.25 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 8.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 7.75 Bulldozer 8.00 Concrete Paving Machine 7.75 Front End Loader 7.25 Heavy Equipment Operator 8.00 Light Equipment Operator 7.25 a Motor Grader Operator 9.50 Roller 6.75 Scraper 7.25 Tractor 7.25 Truck Driver -Light 6.50 Truck Driver -Heavy 7.00 v. 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the fair Labor Standards Act. 3 No Text PROJECT MANUAL 711 FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS Brent L. Gollihugh,AIA, NCARB Set Number Arch itectPlan ner 5411 4t" Street; Lubbock, Texas 79416 Project No. 2007 Date: November 1, 2000 e PROJECT MANUAL -, FOR THE CONSTRUCTION OF FIRE TRAINING FIELD PROJECT OWNER CITY OF LUBBOCK FIRE DEPARTMENT MLK Blvd. & Ursuline Street Fire Administration Complex'. Lubbock, Texas Brent L. Gollihugh, AIA, NCARB ° ARCy Architect & Planner %I- G0`�%yG 5411 4th Street -� Lubbock, Texas 79416 44 (806) 792-4270 gti3 9TF OF f FIRE TRAINING FIELD PROJECT CITY OF l_UBBOCK'FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET ,,.. FIRE ADMINISTRATION COMPLEX LUBBOCK TEXAS DIVISION 0 - BIDDING INFORMATION BY OWNER DIVISION 1 - GENERAL REQUIREMENTS 01030 - Alternates 1 t DIVISION 2 -SITE WORK 02220 - Excavating & Select Fill For Building, Pavilions & Projects Pads - 1 Geotechnical Soil Investigation 25 DIVISION 3 - CONCRETE 03300 - Cast -In -Place Concrete 3 DIVISION 4 - MASONRY 04200 - Unit Masonry 4 END OF SECTION TABLE OF CONTENTS PAGE 3 2 7 7 3 DIVISION 5 - METALS REFER TO PLANS DIVISION 6 - WOOD AND PLASTICS NOT USED DIVISION 7 - THERMAL AND MOISTURE PROTECTION NOT USED DIVISION 8 - DOORS AND WINDOWS ,�. 08111 - Standard Steel Doors and Frames 08360 - Sectional Overhead Doors 08710 - Door Hardware DIVISION 9 - FINISHES 09900 - Painting DIVISION 10 - SPECIALTIES NOT USED DIVISION 11 - EQUIPMENT NOT USED DIVISION 12 - FURNISHINGS NOT USED k, DIVISION 13 -SPECIAL CONSTRUCTION 13122 - Pre-engineered Building System DIVISION 14 - CONVEYING SYSTEMS NOT USED DIVISION 15 - MECHANICAL NOT USED DIVISION 16 - ELECTRICAL REFER TO PLANS END OF SECTION TABLE OF CONTENTS PAGE 3 2 7 7 3 FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS SECTION 01030 -ALTERNATES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division -1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for Alternates. B. Definition: An Alternate is an amount proposed by Bidders and stated on the Bid Form for certain construction activities defined in the Bidding Requirements that may be added to or deducted from Base Bid amount if the Owner decides to accept a corresponding change in either the amount of construction to be completed, or in the products, materials, equipment, systems or installation methods described in Contract Documents. C. Coordination: Coordinate related Work and modify or adjust adjacent Work as necessary to ensure that Work affected by each accepted Alternate is complete and fully integrated into the project. D. Notification: Immediately following the award of the Contract, prepare and distribute to each party involved, notification of the status of each Altemate. Indicate whether Alternates have been accepted, rejected or deferred for consideration at a later date. Include a complete description of negotiated modifications to Alternates. E. Schedule: A "Schedule of Alternates" is included at the end of this Section. Specification Sections referenced in the Schedule contain requirements for materials and methods necessary to achieve the Work described under each Alternate. 1. Include as part of each Alternate, miscellaneous devices, accessory objects and similar items incidental to or required for a complete installation whether or not mentioned as part of the Alternate. PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTION 3.1 SCHEDULE OF ALTERNATES ALTERNATE NO. 1. Provide spare 1 % inch conduit for future additional site area lighting as shown in the Drawings on Sheet 2.3. END OF SECTION DIVISION 1 - GENERAL REQUIREMENTS SECTION 01030.1 -ALTERNATES FIRE TRAINING FIELD PROJECT CITY OF LUBBOCKFIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LU6B6ck, ttkAS SECTION 02220 - EXCAVATING AND SELECT FILL FOR BUILDING. PAVILIONS & PROJECTS PADS PART I - GENERAL 1.1 SECTION INCLUDES A. Excavating for building, pavilions and projects foundations. 1.2 RELATED SECTIONS A. Document Geotechnical Soils Investigation report by Terra Engineers, Inc., Report No. STR1329, dated January 23,1998; bore hole locations and findings of subsurface materials. 1.3 FIELD MEASUREMENTS A. Verify that survey bench mark and intended elevations for the Work are as indicated. PART2-PRODUCTS 2.1 Select Fill - Minimum 12 inches thick total, pit run, crushed caliche free of shale, clay, friable materials and debris with a liquid limit of less than 35 and a plasticity index of 4 - to 12. Lab compaction testing and reports required: 96% compaction in 8" lifts, 2600 psf minimum bearing capacity. 2.2 Sand cushion: maximum 4' thick, natural river or bank sand, washed, free of silt, clay, loam friable or soluble materials and organic matter, graded in accordance with ASTM C136. PART 3 - EXECUTION 2.3 PREPARATION A. Identify required lines, levels, contours, and datum. B. Locate, identify, and protect utilities that remain, from damage. C. Protect bench marks, from excavation equipment and vehicular traffic. 2.4 EXCAVATION A. Excavate subsoil required to accommodate building foundations. B. Excavate to working elevations. C. Machine slope banks to angle of repose or less. D. Grade top perimeter of excavation to prevent surface water from draining into excavation. E. Notify Architect/Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. F. Correct areas over -excavated with natural material. - G. Stockpile excavated material in area designated on site and remove excess material not being reused, from site. 2.5 FIELD QUALITY CONTROL A. Provide for visual inspection of bearing surfaces. 2.6 PROTECTION A. Protect excavations by methods required to prevent cave-in or loose soil from falling into excavation. B. Protect bottom of excavations and soil adjacent to and beneath foundation, from freezing. END OF SECTION DIVISION 2 - SITE WORK SECTION 02220.1 EXCAVATING AND SELECT FILL FOR BUILDING, PAVILIONS & PROJECTS PADS No Text s TERRA . ENGINEERS, INC. .5208 -34TH STREET P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 (806) 793-4767 • FAX (806) 793-4768 January 23, 1998 Parkhill, Smith and Cooper, Inc. 4010 Avenue R Lubbock, Texas 79412 Attn.: Mr. Paul A. Feesson, AIA Re: Geotechnical Soil Investigation for the proposed Fire Administration/Training Facility, East Ursuline Street and Martin Luther King Jr. Boulevard, Lubbock, Texas Dear Mr. Presson: Submitted herein is STR No. 1329 on the soil investigation for the above referenced project. Included in this report are our analysis and recommendations for foundation design. We appreciate the opportunity to be of service to you on this project. If we may answer any questions or be of any additional assistance, please call us. Sincerely, . ERRA ENGINEERS, INC. v► v ` ov ndan, Ph.D. General n er, Operations AJ/ld SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT TABLE OF CONTENTS 1.0 INTRODUCTION..........................................................................1 2.0 EXPLORATION, SAMPLING AND FIELD TESTING ................2 3.0 LABORATORY TESTING............................................................3 4.0 GENERAL SOILS, AND DESIGN CONDITIONS .........................4 4.1 Site Description...................................................................4 4.2 Description of Soils.............................................................4 4.3 Design Conditions...............................................................5 5.0 SITE PREPARATION ..................................... .... ....................7 6.0 PAVEMENT RECOMMENDATION............................................8 6.1 Light Normal Traffic...........................................................8 6.2 Heavy Traffic Areas for Movement of Fire Engines ............10 7.0 CONSTRUCTION CRITERIA.......................................................12 7.1 Site Drainage.......................................................................12 . 7.2 Quality Control....................................................................12 8.0 LIMITATIONS..............................................................................13 9.0 REPORT DISTRIBUTION.............................................................15 TERRA ENGINEERS, INC. LUBBOCK • MIDLAND SOIL INVESTIGATION Fire Administration/Training Facility Lubbock, Texas 1.0 INTRODUCTION This report contains the results of the soil investigation recently done for the proposed building for Fire Administration/Training Facility to be located on corner of Martin Luther King Boulevard and Ursuline Avenue, Lubbock, Texas. This investigation was conducted according to the instructions from Mr. Paul A. Presson, AIA, Parkhill, Smith and Cooper, Inc., Lubbock. The objectives of this investigation were to conduct subsurface exploration, field testing and laboratory testing, and subsequently, based on the findings to develop recommendations for the proposed structure including foundation type, depth and allowable loading. TERRA ENGINEERS, INC. LUBBOCK • MIDLAND STR 1329 2 1/23/98 2.0 EXPLORATION, SAMPLING AND FIELD TESTING At the request of the client, the sub -surface conditions were explored by three (3) test holes that were drilled to a depth of 20 feet at locations shown in the boring location plan (Figure 1). The hole 91 was drilled at the location for the proposed building for. Fire Administration/Training Facility, hole #2 was drilled for the proposed Training Tower and hole #3 was drilled at the location for the proposed Vehicle Maintenance Facility. The drilling was performed using CME -75 Drilling Rig with hollow stem augers in order to secure reliable data on the natural moisture content of the soil and ground water, if any. Standard penetration tests were made at depths of 2.5, 5.0 feet and at 5.0 feet interval thereafter. The number of blows per foot of the split spoon sampler (in 6 inch increment) are shown in the boring logs and in Figure 2. The sampling was performed in accordance with the ASTM D-1586; however we limit the number of blows on the split spoon sampler to a maximum of 25 for the first 6 inches of penetration and if the penetration of the sampler for the first or the second 6 inches increment is less than 6 inches, we report the actual penetration obtained for the respective increment in the boring logs. The changes in soil strata as observed during drilling operations were carefully determined and are shown in the boring logs. All soil samples were kept in moisture - proof plastic bags to preserve the in-situ moisture content, identified by the hole number and the depth of the hole, and transported to the laboratory for additional tests and evaluation. The boring was monitored during and immediately after drilling for the presence and level of groundwater. No water table was observed in any of the test holes during drilling. TERRA ENGINEERS, INC. LUBBOCK . MIDLAND r^ r-� STR 1329 "Y _ 3 1/23/98 3.0 LABORATORY TESTING All samples have been classified following the procedures outlined in ASTM D- 2487 based on the Unified Soil Classification System. Soils are described in the boring logs using the methods prescribed in ASTM D-2488, using a Munsell Soil Color Chart, published by Macbeth Division of Kollmorgen Corporation, Baltimore, Maryland, 1975 edition. Soil samples which indicated maximum plasticity characteristics were selected and Atterberg Limit tests were performed on these samples according to procedures outlined in ASTM D-4318. Percentage by weight of material passing sieve # 200 were determined by ASTM D-1140 for the same samples. Moisture content for all samples were determined by the procedures outlined in ASTM D-2216. Standard Proctor, ASTM D-698 was performed on soil sample retrieved from test hole #1 and a moisture density relationship curve was plotted. Subsequently, the soil sample was remolded and tested for California Bearing Ratio (CBR) in accordance with ASTM D-1883. All soil samples that have been collected with reference to this project will be stored for a period of six (6) months from the date when this report is submitted. The samples will be discarded after this time period, unless we are instructed otherwise. - TERRA ENGINEERS, INC. LUBBOCK • MIDLAND I STR 1329 4 1/23/98 4.0 GENERAL SOILS AND DESIGN CONDITIONS 4.1 Site Description The site is located on cotton field. The site is physically located at the corner of East Ursuline Street and Martin Luther King Jr. Boulevard, Lubbock, Texas. To the north of the site is the cotton field, to the south is Ursuline Street and some houses, to the east is the Martin Luther King Jr. Boulevard and to the west is the cotton field. 4.2 Description of Soils The top soil in all the three holes is a nonplastic dark reddish brown silty sand (SM). Just below the top soil, in all holes, there is a layer of sandy lean clay (CL) with a plasticity index varying between 8 and 20. In hole #1, the layer of sandy lean clay extends to a depth of 14.0 feet, and further below, there is a strata of yellowish red clayey sand (SC) that extends all the way to the bottom of the hole. Even though the soil is classified as clayey sand the plasticity index of this clay is 20. In hole #2, the sandy lean clay extends to a depth of 17.0 feet which is followed by a layer of clayey sand (SC) all the way to the bottom of the hole. In hole #3, the sandy lean clay layer extends only to a depth of 4.0 feet, which is followed by a strata of clayey sand (SC) all the way to the bottom of the holes. Even though these soils are classified as either sandy or clayey sand, the engineering behavior of these soil layers are very much the same. Overall, the plasticity index of these soil layers vary between 8 and 21, excluding the nonplastic silty sand at the top. Soil with plasticity index greater than 15 are considered to have moderate to high expansive properties. All soil layers below 10 feet, have some caliche soil and rock pieces in them which categorizes them as strong soil. All these soils are mixtures of clay, silt, sand and caliche rock pieces mixed in vaious proportions. TERRA ENGINEERS, INC. LUBBOCK . MIDLAND .-, MEa STR 1329 5 1/23/98 4.3 Design Conditions The standard penetration tests were indicating that the soil below 10 feet is strong and has good bearing values. However, the values of the Standard Penetration Test at the depth of 5.0 feet in hole #3 indicate that the soil is in a very loose or moderately loose condition. Further soil investigation is necessary if the area in the vicinity of test hole #3 is used for heavy equipment. The soil strata below 10 feet is a mixture of soil cemented with caliche rock. This layer may be considered as a very good strata for bearing heavy foundation loads. If the proposed building is lightly loaded one storied building, it is recommended to use spot and continuous footing as the foundation system. It is recommended to use an allowable bearing capacity of 1700 psf at a depth of 2.5 feet below the existing ground level. It is also recommended that the soil at the bottom of the footings shall be compacted to 95 % standard density ASTM D-698, before pouring the concrete. The slab on grade shall only be placed on compacted soil. The compaction of the soil shall be done by scarifying the soil for a depth of 9 inches and compacting it to a dry density not less than 95% of the optimum dry density as determined by the ASTM D-698. Expansion joints shall be provided in order to minimize shrinkage cracks in the concrete. An alternate foundation recommended for the building is to use shallow drilled pier grade beam type foundation. This foundation will be superior to the previous continuous type footing foundation. Based on the information gathered from the three (3) test holes, the piers shall be placed at a minimum depth of 10.0 feet below ground level and the recommended allowable bearing value at this depth is 5000 psf. Since the area covered is large, the required depth of the drilled piers may vary within the area and this has to be monitored by a geotechnical engineer during construction. The piers shall be TERRA ENGIN LUBBOCK . MIDLAND STR 1329 _5 ) 6 1/23/98 connected by grade beams. The grade beams and the concrete slab on grade shall be reinforced to withstand some differential settlements of the foundation. If the piers and the grade beams are integrated properly, the entire foundation will interact as a whole resulting minimum differential settlements. The above bearing values are recommended such that the maximum total settlement of the footings or the drilled pier foundation at the recommended pressures will not exceed one inch. If,heavy vaults or similar structures are placed within the building, their foundations have to be designed specially for withstanding differential movements. All floor slabs shall be placed on compacted soil and the compaction has to be performed as recommended in the section on "Site Preparation". Also the soil that exist at the top is susceptible to loss of strength when inundated with water. It is recommended to avoid landscape very close to the building foundation, since the soil can lose strength when subjected to excessive moisture. It is further recommended to provide good drainage around the building so as to maintain good bearing for the soil (see Section 7.1 for more specific information). The above given bearing values are for the depths indicated and for soil in its natural condition. If the intended area for the footings is over excavated and subsequently filled by existing or transported soil to the required level, in such situations the footings placed on loose soil material can be susceptible to large differential settlements. In such instances, it is recommended that the soil fill shall meet the requirements for transported soil (see Site Preparation), and shall be filled in 9 inch lifts (or less than 9 inch) and each lift shall be compacted to a density such that the compacted dry density is 95% of the maximum dry density as determined by ASTM D-698. The compaction must be tested before each lift is placed over the previous one. TERRA ENGINEERS, INC. LUBBOCK • MIDLAND 7 r•+ STR 1329 7 1/23/98 5.0 SITE PREPARATION It is recommended that the top 2 inches of soil shall be removed to clear the debris, roots and vegetation, if any. In the building area it is recommended that at least 9.0 inches of soil be scarified and compacted in order that a uniform surface is obtained. The compaction has to be done such that the compacted dry density shall be at least 95% of the computed laboratory dry density as determined by ASTM D-698. If the ground elevation has to be increased, the soil fill shall be placed on top of the compacted soil such that each compacted layer shall not exceed 9.0 inches in thickness and the compaction has to be performed as per the above specification. If the transported soil is different from the existing soil, then the soil shall be tested for Atterberg limits (ASTM D-4318), maximum dry density and optimum moisture (ASTM D-698). The liquid limit of the transported soil shall not exceed 35 and plasticity index shall be between 7 and 12. The new layer of compacted soil shall be placed only after the bottom layer has been compacted and tested for the required densities. TERRA ENGINEERS, INC. LUBBOCK • MIDLAND STR 1329 ... 8 1/23/98 6.0 PAVEMENT RECOMMENDATIONS Typical sample of the top soil was selected for moisture density relation and CBR tests. The maximum dry density and the optimum moisture content of the soil were determined in accordance with ASTM D-698. A sub -sample of the top soil is taken and depending on the in-situ moisture, either water is added to the sub -sample or the sub - sample is dried in an oven to bring the moisture content as close to the optimum moisture as determined previously by ASTM D-698. The sub -sample is then compacted into the CBR mold to a density approximately equal to 95% of its maximum dry density. The results of the tests are given below (see Table 1 & 2). The following recommendations are made for light automobile traffic and heavy truck traffic based on the AASHTO structural number (SN) guidelines, CBR values of the subgrade and the design practices used in general. 6.1 For Light Normal Traffic 1. All debris, vegetation, roots, or any foreign material must be removed from existing top soil. Surface soils shall then be scarified to a depth of 9.0 inches and compacted to a dry density not less than 95% of the standard maximum dry density as determined by ASTM D-698. 2. Any soil fill to elevate the natural grade has to be compacted in 9 inch lifts according to the specifications stated earlier for soil fills. Subsequent layers shall be placed only after testing and approval of the previously compacted layer by the engineer in charge. The plasticity index of the soil shall not be greater than 12. 3. Above the compacted subgrade, it is recommended to use a crushed rock or good graded caliche base compacted to at least 9.0 inches. The crushed rock base will be superior to the caliche base, because sometimes good caliche with hard rock TERRA ENGINEERS, INC. LUBBOCK . MIDLAND STR 1329 1/23/98 pieces is hard to find. The compaction of the base shall not be less than 95% of the modified maximum dry density as determined by ASTM D-698 for crushed rock or caliche base material. Poor quality caliche material can get crushed during compaction which is not desirable for the life of the pavement. The liquid limit of the base material shall not be greater than 35 and the plasticity index not greater than 12 and the linear shrinkage not to exceed 8. The recommended gradation of the base material is as follows: Retained 13/4" 0 percent Retained on sieve #4 40-75 percent Retained on #40 sieve 60 - 85 percent 0 The above specification is similar to TxDOT Spec # 247.2 Type C, Grade 4, 1995 Edition. 4. A hot mix asphalt surface course shall be placed over the compacted base. The asphalt surface course shall be at least between 1.5 inches in thickness. The compaction of the asphalt mix shall be between 94 and 97 percent of maximum theoretical specific gravity as determined in ASTM D-2041 (Rice Method). Laboratory analysis of proposed materials shall be provided prior to construction. Material properties shall be at least those required for Type C Item 340 Texas State Department of Highways, 1982, Tex -200f (Coarse Graded Surface Coarse). Testing, both laboratory and field, shall be by procedures found in ASTM D- 1559. TERRA ENGINEERS, INC. LUBBOCK • MIDLAND STR 1329 "" 10 1/23/98 5. Drainage of the top surface is of utmost importance, because any stagnant water on the surface of the asphalt pavement is very detrimental to the life of the pavement. 6.2 Marshall Procedures Physical properties of the blended materials shall be as follows, when prepared using 50 blows Marshall: Marshall stability 1300 lbs. Marshall flow (0.01 ") 8-16 In-place air voids 3 -5% Voids in mineral aggregate 14% minimum 6. The actual required thickness of each of the asphalt lifts is left to the pavement design engineer. 7. It is recommended that frequent inspection and testing be made during asphalt paving operations. It is recommended to follow mixing and placing practices recommended by the Asphalt Institute in their publication, MS -22, "Principles of Construction of Hot -Mix Asphalt Pavements," January, 1983 edition. 6.3 For Heavy Traffic Areas for Movements of Fire Engines In areas where heavy traffic is anticipated, it will be necessary to provide concrete pavement. The following recommendations shall be regarded as minimum standards: 1. Existing surface soils shall be prepared as in items 1 and 2 recommended for light normal traffic. 2. Over the prepared and compacted surface soils, a base (refer to "Light Normal Traffic" section for type of base) shall be placed and compacted as follows: TERRA ENGINEERS, INC. LUBBOCK - MIDLAND r-� x-, M STR 1329 1/23/98 11 The base shall be at least 9.0 inches in depth. The material may be placed in one lift if full depth compaction can be achieved. Compaction shall be at least 95% of maximum dry density as determined in ASTM D-698. Compaction shall be accomplished at optimum moisture. 3. Over the prepared and compacted base, a concrete pavement shall be placed. It is recommended that the pavement be reinforced concrete pavement of at least 7.0 inches in depth. The concrete shall have a minimum compressive strength of 3500 psi when tested, with a minimum of 600 psi flexural strength, following procedures of ASTM C-31, C-39 and C-78. It is recommended to follow guidelines of the American Concrete Institute in construction of this pavement. The size of a single slab shall not be great than 12 x 20 ft. in plan. Transverse joints are to be provided with aggregate inter lock using 2 feet long tie bars at 12 inches c/c. A laboratory prepared mix design shall be done following procedures of ACI 211. It is recommended that construction, isolation, and control joints be placed strategically as recommended by ACI publications. Further, the location of joints shall be based on the shrinkage potential information developed in the mix design. It is recommended to provide continuous, on site inspection and testing of concrete materials placed for pavements. TERRA ENGINEERS, INC. LUBBOCK • MIDLAND STR 1329 `' 12 1/23/98 7.0 CONSTRUCTION CRITERIA 7.1 Site Drainage Because of the presence of clayey soil, it is recommended to provide adequate drainage outside the building. Provision of flower beds or lawns close to the building can have very detrimental effects on the foundation because, of the possibility of swelling and shrinking of these clays. Flower beds and lawns shall be placed sufficiently away from the building or placed in water proof containers, so that they will not supply any moisture to the soil under the building. It is also recommended that the site drainage be well developed. Surface water shall be directed away from the foundation soil (use a slope of about 5% within 10.0 feet of the foundation). No water -logging shall be allowed near the structure or in the pavement at any time . 7.2 Quality Control Construction inspection and quality control tests shall be planned and scheduled to verify materials and placement is in accordance with the specifications. Subgrade preparation, field density tests, and concrete strength are very important and therefore shall be monitored and recorded. It is recommended that quality control services shall be performed either by Terra Engineers, Inc. or any other AALA (American Association for Laboratory Accreditation) accredited laboratory in order to ensure quality construction inspection and material testing for the project. Terra Engineers, Inc. would be pleased to provide these services and can also assist with construction inspection, planning and scheduling. We also recommend that Terra Engineers, Inc. be retained, to review the final design document to verify that the recommendations made in this report have been interpreted as intended, and to inspect the installation of all foundations. TERRA ENGINEERS, INC. LUBBOCK • MIDLAND STR 1329 13 1/23/98 8.0 LBUTATIONS Every effort has been made to accurately evaluate the subsurface conditions at the above referenced site in accordance with the standard engineering principles and practices. No other warranty or guarantee, expressed or implied, is made other than that the work was performed in a proper and workmanlike manner. However, it must be recognized that boulders or gravel of sizes larger than 1.5 inches cannot be retrieved by the SPT sampling tube. According to BOCA National Building Code, a Geotechnical soil investigation requires at least one (1) soil boring for every 2500 fF of the building area for buildings over 40.0 ft. The foundation recommendation stated in this report is based on only three (3) borings to a depth of 20.0 feet as requested by the client. The conclusions reached in this report are exclusively for engineering design and were based on the field tests and results of laboratory tests conducted on samples recovered from three (3) test holes drilled to a depth specified by the client. Further, the recommendations presented herein are based on analyses which presume the conditions of soil properties in the areas between the borings to have a reasonably uniform variation as revealed by the exploratory borings. Consequently, careful observations must be made during construction to detect significant deviations of actual conditions throughout the construction area from those inferred from the exploratory boring. Should any unusual conditions be encountered during construction, this office should be notified immediately so that further investigations and supplemental recommendations can be made to modify the foundation design to suit the new existing conditions. Due to changes in the current technology, changes to the project site conditions, changes in project specification etc., this report and the recommendations made in here TERRA ENGINEERS, INC. LUBBOCK . MIDLAND STR 1329 - 14 1/23/98 shall be outdated with in a period of one (1) year from the date of the report. We strongly recommend that the client should contact Terra Engineers, Inc. to determine whether this report is valid after the expiration of the above mentioned time period. TERRA ENGINEERS, INC LUBBOCK • MIDLAND - I� STR 1329 1/23/98 9.0 REPORT DISTRIBUTION 15 This report was prepared by Terra Engineers, Inc. for the sole and exclusive use by its client, based on specific and limited objectives. All reports, boring logs, field data, laboratory test results and other documents prepared by Terra Engineers, Inc. as instruments of service shall remain the property of Terra Engineers, Inc., and reuse of these documents is not permitted without written approval from Terra Engineers, Inc. The client may release the information to third parties, who may use and rely upon the information at their discretion. However, any use of or reliance upon the information by a party other than specifically named above shall be solely at the risk of such third party and without legal recourse 4 ai ' Terra Engineers, Inc., its parent 'company, or its subsidiaries and affiliates, or their respective employees, officers or directors, regardless of whether the action in which recovery of damages is sought is based upon contract, tort (including the sole, concurrent or other negligence and strict liability of Terra Engineers, Inc.), statute, or' otherwise. 'This information shall not''be used or relied upon by. a parry that does not agree to be bound by the above statement. Terra Engineers, Inc. assumes no responsibility or obligation for the unauthorized use ,of this report by a third parry. We appreciate the opportunity to be of assistance on this project. If you should have any questions, please : feel free to call us. Very truly yours, TERRA ENGINEERS, INC. y��.� ;;.03F C. V G VAI_ ...AN C. V. G. Vallabhan, Ph.D., P. E.V��.�Zc 30199 1 Geotechnical Engineer �ditm`u u;: eic ma _.., r3? TERRA ENGINEERS, INC. LUBBOCK . MIDLAND STR 1329 w r 16 1/23/98 Table 1 Moisture Density Relationship, (ASTM D-698) Location Description Maximum Dry Optimum Density, pcf Moisture Content Test hole #1 Dark reddish 111.6 .14.2% brown silty sand Table 2 CBR Value of the soil at 95% optimum dry density and at optimum moisture (not soaked), (ASTM D-1883) Penetration Location Description of soil Moisture, % 0.1" 0.2" Test hole #1 Dark reddish brown 13% 21.0 20.0 silty sand TERRA ENGINEERS, INC LUBBOCK • MIDLAND MEL1110 LL LU Z. R AJ ti MEL1110 LL LU Z. R STR 1329 1/9198 I I No. of blows per foot (N) 0 10 20 30 40 50 0 5 10 a� w m 15 0 .0 20 Q 25 30 35 0 Cd 1�= Note: An arrow indicates N is greater than 50 blows/ft. Figure 2 Standard Penetration Test ASTM D-1586 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Sampler: 2 -In. Method of Drilling: Wet _ Dry 2L Method of Advancing Sampler: 140 Ib. Hammer, 30 -in. drop o BH #11 1xBH #2 ABH #3! RA ENGINEERS, INC rte. i BORING LOG Project: Location: Date of Drilling: •v_..TrainingTrain•. and Administration Farnity Fire MLK Blvd. AndUrsuline Ave. _ 01-06-98 Client: Depth of GWT: Paaw r. Cooper, Sndth oope,, Inc.inn ' Parkhill r Surface Elevation: Diameter: Depth: Boring Method: STR No.: Unknown 7 7/g'+ 20 HSA 11329 Depth, ft Description USC Moisture Liquid Plastic Plasticity Passing SPT, No. of Blows per 6" Remarks Content, % Limit, % Limit, % Indez 1 #200,0/o 1st 2nd 3rd TS Silty. Sand w/organics, Dark Reddish SM 7.7 Non- Plastic 30.9 2.5 Sandy Lean Clay, Reddish Yellow CL 11.8 9 7 5 5 Sandy Lean Clay, Reddish Yellow CL 11.1 33 13 20 56.8 4 5 5 10 Sandy Lean Clay, Strong Brown CL 12.6 5 12 17 15 Clayey Sand w/trace of caliche, SC. 14.4 37 17 20 46.8 8 14 21 Yellowish Red 20 Clayey Sand, Red SC 13.5 7 10 13 25 30 35 40 45 50 1 L1�1V1 a-IYVIIYL.���v, Il�v. BORING LOG WST HOLE NO. 2 ` Project: Location: Date of Drilling: Fire Training and Administration FE!E _— MLK Blvd. And Ursuline Ave. 01-06-98 Client: Depth of GWT: .]L_ Parkhill Smith & Cooper, Inc. Surface Elevation: Diameter: Depth: 120' Boring Method: STR No.: Unknown 7 7/8_" HSA 1329 Depth, ft Description USC Moisture Liquid Plastic I Plasticity I Passing I SPT, No. of Blows per 6" Remark Content, % Limit, % Limit, %I Index I # 200, % 1 1st 2nd 3rd TS Silty Sand w/organics, Dark Reddish SM 7.8 2.5 Sandy Lean Clay w/caliche, Pink CL 15.5 25 17 8 62.4 15 10 10 5 Sandy Lean Clay w/trace of caliche, CL 14.8 3 4 7 Reddish Yellow 10 Sandy Lean Clay w/trace of caliche, CL 15.7 34 16 18 56.3 5 8 14 Reddish Yellow 15 Sandy Lean Clay w/trace of caliche, CL . 20.0 5 12 18 Red 20 Clayey Sand w/trace of caliche, SC 15.0 38 17 21 36.8 9 14 20 Yellowish Red 25 30 35 40 �. 45 50 TERRA ENGINEERS. INC. S M BORING LOG rr CT Al1T F 1yn '1 Project: Location: Date of Drilling: Fire Training and Administration Facility MLK Blvd. And'Ursuline'Ave. 01-06-98 Client: Depth of GWT: Parkhill Smith & Cooper, Inc. Surface Elevation: Diameter: Depth: Boring Method: STR No.: Unknown 7 7/8" 20' HSA 1329 Depth, It Description USC Moisture Liquid Plastic Plasticity PassingSPT, No. of Blows per 6" Remarks Content, % Limit, % Limit, % Index #20 % 1st 2nd 3rd TS Silty Sand w/organics, Dark Reddish SM 9.6 2.5 Sandy Lean Clay w/trace of caliche, CL 13.0 5 6 6 Reddish Yellow 5 Clayey Sand w/trace of caliche, Strong SC 12.7 33 14 19 48.4 2 2 2 Brown 10 Clayey Sand w/trace of caliche, Strong SC 13.3 10 12 19 Brown 15 Clayey Sand, Yellowish Red SC 14.8 36 18 18 36.5 6 12 15 20 Clayey Sand w/caliche Red SC 14.6 35 17 18 36.9 6 13 16 25 30 35 40 45 50 ILKKA I=NGINt:t:K5, INC;. p ATTACHMENT -1 Project: Fire Administration/Training Facility, Lubbock Project/STR #: 1329 Client: Parkhill, Smith & Cooper, Inc. Invoice #: 19716. I Test Hole #: 1 Sample Number: 3332 Location of Sample: NA Date of Sample: 1/6/98 I Depth of Sample: 0.9 - 2.0 ft Date of Test: 1/8/98 Description of soil: Dark reddish brown silty sand Tested by: Mark California Bearing Ratio (CBR), ASTM D-1883 600 � r 500 - T- 400 1 400 -p" 300 O J 200 100 0 0 0.1 0.2 0.3 0.4 0.5 Penetration, in Quality Review/Date RA ENGINEERS, INC. FIRE TRAINING FIELD PROJECT -- j CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK,TEXAS SECTION 03300 - CAST -IN-PLACE CONCRETE PART GENERAL 1.1 SECTION INCLUDES A. Floors and slabs on grade. B. Control, expansion and contraction joint devices associated with concrete work. 1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. None. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Guide for Concrete Floor and Slab Construction. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305R - Hot Weather Concreting. E. ACI 306R - Cold Weather Concreting. F. ACI 308 - Standard Practice for Curing Concrete. G. ACI 318 - Building Code Requirements for Reinforced Concrete. H. ASTM C33 - Concrete Aggregates. I. ASTM C94 - Ready -Mixed Concrete. J. ASTM C150 - Portland Cement. K. ASTM C260 - Air Entraining Admixtures for Concrete. L. ASTM C494 - Chemicals Admixtures for Concrete. 1.4 SUBMITTALS A. Product Data: Provide data on joint devices, attachment accessories and admixtures. B. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent Work. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Acquire cement and aggregate from same source for all work. C. Conform to ACI 305R when concreting during hot weather. D. Conform to ACI 306R when concreting during cold weather. 1.6 COORDINATION A. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART2-PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal Portland type. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. DIVISION 3 CONCRETE SECTION 03300.1 - CAST -IN-PLACE CONCRETE FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494 Type A -Water Reducing, Type B -Retarding, Type C -Accelerating, Type D -Water Reducing and Retarding, Type E -Water Reducing and Accelerating, Type F -Water Reducing, High Range and Type G -Water Reducing, High Range and Retarding. 2.3 ACCESSORIES A. None. 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler: ASTM D1751 or ASTM D994; Asphalt impregnated fiberboard or felt. B. Construction Joint Devices: Integral galvanized steel thick, formed to tongue and groove profile, knockout holes spaced at 6 inches ribbed steel spikes with tongue to fit top screed edge. REMOVE AFTER PLACEMENT OF CONCRETE ON FIRST SIDE. 2.5 CONCRETE MIX A. Select proportions for normal weight concrete in accordance with ACI 301 Method 1. B. Use accelerating admixtures in cold weather only when approved by Engineer. Use of admixtures will not relax cold weather placement requirements. C. Use calcium chloride only when approved by Engineer. D. Use set retarding admixtures during hot weather only when approved by Engineer. E. Add air entraining agent to normal weight concrete mix for work exposed to exterior. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify requirements for concrete cover over reinforcement. B. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is dowelled to existing work, drill holes in existing concrete, clean hole of loose debris, insert steel dowels and pack solid with non -shrink grout. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304, ACI 301 and ACI 318. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed expansion and contraction joints are not disturbed during concrete placement. D. Install joint devices in accordance with manufacturers instructions. E. Install construction joint devices in coordination with floor slab pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. F. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. G. Place concrete continuously between predetermined expansion, control, and construction joints. H. Do not interrupt successive placement; do not permit cold joints to occur, except as detailed. DIVISION 3 - CONCRETE SECTION 03300.2 - CAST -IN-PLACE CONCRETE r FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT - NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK TEXAS rra DIVISION 3 CONCRETE SECTION 03300.3 - CAST -IN-PLACE CONCRETE 1. Screed slabs on grade level, maintaining surface flatness of maximum 114 inch in 10 ft. 3.4 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth rubbed finish. r■+ B. Finish concrete floor surfaces in accordance with ACI 301. C. Steel trowel surfaces which are scheduled to be exposed. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Cure floor surfaces with water and by 7 day cure method with polyethylene cover and sand or some type of weight. D. Spraying: Spray water over floor slab areas and maintain wet for 7 days. E. Keep heavy construction equipment off the slab during 7 day curing. Masonry erection can only begin after concrete has reached its 7 day strength. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301. ,wee B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design to testing firm for review prior to commencement of Work. D. Tests of cement and aggregates may be performed to ensure conformance with specified requirements. E. Four concrete test cylinders will be taken for every 150 or less cu yds of concrete placed. �-+ F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken for each set of test cylinders taken. 3.7 PATCHING A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer upon discovery. C. Patch imperfections as directed. 3.8 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Engineer for each individual area. END OF SECTION rra DIVISION 3 CONCRETE SECTION 03300.3 - CAST -IN-PLACE CONCRETE FIRE TRAINING FIELD PROJECT _. CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS SECTION 04200 - UNIT MASONRY PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Concrete unit masonry. 1.2 SYSTEM PERFORMANCE REQUIREMENTS A. Provide unit masonry that develops the following installed compressive strengths (fm): 1. For concrete unit masonry: f m = 1900 psi. 1.3 SUBMITTALS A. General: Submit the following: B. Product data for each different masonry unit, accessory, and other manufactured product indicated. C. Material test reports from a qualified independent testing laboratory employed and paid by Contractor indicating and interpreting test results relative to compliance of the following proposed masonry materials with requirements indicated: 1. Mortar complying with property requirements of ASTM C 270. 2. Grout mixes. Include description of type and proportions of grout ingredients. 3. Masonry units. D. Cold -weather construction procedures evidencing compliance with requirements specified in referenced unit masonry standard. E. Hot -weather construction procedures evidencing compliance with requirements specified in referenced unit masonry standard. 1.4 QUALITY ASSURANCE A. Unit Masonry Standard: Comply with ACI 530.1 /ASCE 6 "Specifications for Masonry Structures," except as otherwise indicated. 1. Revise ACI 530.1 /ASCE 6 to exclude Sections 1.4 and 1.7; Parts 2.1.2, 3.1.2, and 4.1.2; and Articles 1.5.1.2, 1.5.1.3, 2.1.1.1, 2.1.1.2, and 2.3.3.9 and to modify Article 2.1.1.4 by deleting requirement for installing vent pipes and conduits built into masonry. B. Single -Source Responsibility for Masonry Units: Obtain exposed masonry units of uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from one manufacturer for each different product required for each continuous surface or visually related surfaces. C. Single -Source Responsibility for Mortar Materials: Obtain mortar ingredients of uniform quality, including color for exposed masonry, from one manufacturer for each cementitious component and from one source and producer for each aggregate. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver masonry materials to project in undamaged condition. B. Store and handle masonry units off the ground, under cover, and in a dry location to prevent their deterioration or damage due to moisture, temperature changes, contaminants, corrosion, and other causes. If units become wet, do not place until units are in an air-dried condition. C. Store cementitious materials off the ground, under cover, and in dry location. D. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. E. Store masonry accessories including metal items to prevent corrosion and accumulation of dirt and oil. 1.6 PROJECT CONDITIONS A. Protection of Masonry: During erection, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Complete each concrete masonry unit plane in one continuous work session. Extend cover a minimum of 24 inches down both sides and hold cover securely in place. B. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Remove DIVISION 4 - MASONRY SECTION 04200.1 - UNIT MASONRY FIRE TRAINING FIELD PROJECT - CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK,T�XAS immediately any grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain -splashed mud and mortar splatter by means of coverings spread on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of door frames, as well as similar products with painted and integral finishes from mortar droppings. C. Cold -Weather Construction: Comply with referenced unit masonry standard for cold -weather construction and the following: 1. Do not lay masonry units that are wet or frozen. F" 2. Remove masonry damaged by freezing conditions. D. Hot -Weather Construction: Comply with referenced unit masonry standard. a PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Comply with referenced unit masonry standard and other requirements specified in this Section applicable to each material indicated. 2.2 CONCRETE MASONRY UNITS A. General: Comply with requirements indicated below applicable to each form of concrete masonry unit required. 1. Provide special shapes for lintels, corners, jambs, sash, control joints, headers, bonding, and other special conditions. Square -edged units for outside corners. 2. Size: Provide concrete masonry units complying with requirements indicated below for size that are manufactured to specified face dimensions within tolerancesspecified in the applicable referenced ASTM specification for concrete masonry units. Concrete Masonry Units: Manufactured to specified dimensions of 318 inch less than nominal widths by nominal heights by nominal lengths indicated on drawings. 3. Provide Type I, moisture -controlled units. B. Hollow Load -Bearing Concrete Masonry Units: ASTM C 90, Grade N with minimum average net area compressive strength of 1900 psi. 2.3 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold -weather construction. Provide natural color or white cement as required to produce required mortar color. i B. Masonry Cement: ASTM C 91. C. Ready -Mixed Mortar: Cementitious materials, water, and aggregate complying with requirements specified in this article, combined with set -controlling admixtures to produce a ready -mixed mortar complying with ASTM C 1142. D. Hydrated Lime: ASTM C 207, Type S. E. Aggregate for Mortar: ASTM C 144, except for joints less than 114 inch use aggregate graded with 100 percent passing the No. n"a 16 sieve. F. Aggregate for Grout: ASTM C 404. P" G. Water: Clean and potable. 2.4 MASONRY CLEANERS A. Job -Mixed Detergent Solution: Solution of trisodium phosphate (112 -cup dry measure) and laundry detergent (112 -cup dry measure) dissolved in one gallon of water. Consult masonry manufacturer for acceptable, non -acidic solution. 2.5 MORTAR AND GROUT MIXES .•• A. General: Do not add admixtures including coloring pigments, air -entraining agents, accelerators, retarders, water repellent agents, antifreeze compounds, or other admixtures. Do not use calcium chloride in mortar or grout. B. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification for job -mixed mortar and ASTM C 1142 for ready -mixed mortar, of types indicated below: 1. Limit cementitious materials in mortar to portland cement -lime. A*+ DIVISION 4 - MASONRY SECTION 04200.2 - UNIT MASONRY FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT - NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS 2. For exterior, above -grade loadbearing and nonloadbearing walls and parapet walls; for interior loadbearing walls; for interior nonloadbearing partitions, and for other applications where another type is not indicated, use type N. C. Grout for Unit Masonry: Comply with ASTM C 476 and referenced unit masonry standard. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other specific conditions, and other conditions affecting performance of unit masonry. 1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of unit masonry. B. Examine rough -in and built-in construction to verify actual locations of piping connections prior to installation. C. Do not proceed until unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Comply with referenced unit masonry standard and other requirements indicated applicable to each type of installation included in Project. B. Thickness: Build single-wythe walls to the actual thickness of the masonry units, using units of nominal thickness indicated. C. Leave openings for equipment to be installed before completion of masonry. After installation of equipment, complete masonry to match construction immediately adjacent to the opening. D. Cut masonry units with motor -driven saws to provide clean, sharp, unchipped edges. Cut units as required to provide continuous pattern and to fit adjoining construction. Use full-size units without cutting where possible. 3.3 CONSTRUCTION TOLERANCES A. Comply with construction tolerances of referenced unit masonry standard. 3.4 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint widths and for accurate locating of openings, movement -type joints, returns, and offsets. Avoid the use of less -than -half-size units at corners, jambs, and where possible at other locations. B. Lay up walls to comply with specified construction tolerances, with courses accurately spaced and coordinated with other construction. C. Bond Pattern for Exposed Masonry: Lay exposed masonry in running bond pattern; do not use units with less that nominal 4 -inch horizontal face dimensions at corners or jambs. D. Stopping and Resuming Work: Clean exposed surfaces of set masonry, wet masonry units lightly (if required), and remove loose masonry units and mortar prior to laying fresh masonry. E. Built -In Work: As construction progresses, build -in items specified under this and other Sections of the Specifications. Fill in solidly with masonry around built-in items. Fill space between hollow metal frames and masonry solidly with mortar. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath in the joint below and rod mortar or grout into core. Fill cores in hollow concrete masonry units with grout 3 courses (24 inches) under bearing plates, beams, lintels, posts, and similar items. 3.5 MORTAR BEDDING AND JOINTING A. Lay hollow concrete masonry units as follows: 1. With full mortar coverage on horizontal and vertical face shells. 2. Bed webs in mortar in starting course on footings and where adjacent to cells or cavities to be filled with grout. 3. For starting course on footings spread out full mortar bed including areas under cells. B. Cut joints flush for masonry walls to be concealed or to be covered by other materials. 3.6 FIELD QUALITY CONTROL A. Testing Frequency: Tests and evaluations listed in this article will be performed during construction for each 5000 sq. ft. of wall DIVISION 4 - MASONRY SECTION 04200.3 - UNIT MASONRY FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT f NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS area or portion thereof. 1. Mortar properties will be tested per property specification of ASTM C 270. 2. Mortar composition and properties will be evaluated per ASTM C 780. B. Evaluation of Quality Control Tests: In absence of other indications of noncompliance with requirements, masonry will be considered satisfactory if results from construction quality control tests comply with minimum requirements indicated. 3.7 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or if units do not match adjoining units. Install new units to match adjoining units and in fresh mortar or grout, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge any voids or holes, except weep holes, and completely fill with mortar. Point -up all joints including corners, openings, and adjacent construction to provide a neat, uniform appearance, prepared for application of sealants. C. Final Cleaning: After mortar is thoroughly set and cured, clean exposed 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 wall panel; leave 1/2 panel uncleaned for comparison purposes. 3. Protect adjacent nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. 4. Wet wall surfaces with water prior to application of cleaners; remove cleaners promptly by rinsing thoroughly with clearwater. 5. Clean concrete masonry by means of cleaning method indicated in NCMA TEK 45 applicable to type of stain present on exposed surfaces. D. Protection: Provide final protection and maintain conditions, in a manner acceptable to Installer, that ensure unit masonry is without damage and deterioration at time of Substantial Completion. END OF SECTION DIVISION 4 - MASONRY SECTION 04200.4- UNIT MASONRY FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT _ NOVEMBER 1, 2000 MILK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS SECTION 08111 - STANDARD STEEL DOORS AND FRAMES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following products manufactured in accordance with SDI Recommended Standards: 1. Doors: Flush, hollow or composite construction standard steel doors for interior and exterior locations. 2. Frames: Pressed steel frames for doors and windows. 3. Assemblies: Provide standard steel door and frame assemblies as required. 4. Provide factory primed doors and frames to be field painted. B. Painting primed doors and frames is specified in Division 9 Section "Painting" C. Door hardware is specified in another Division 8 Section. 1.2 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data for each type of door and frame specified, including details of construction, materials, dimensions, hardware preparation, core, label compliance, sound ratings, profiles, and finishes. C. Shop drawings showing fabrication and installation of standard steel doors and frames. Include details of each frame type, elevations of door design types, conditions at openings, details of construction, location and installation requirements of door and frame hardware and reinforcements, and details of joints and connections. Show anchorage and accessory items. 1. Provide schedule of doors and frames using same reference numbers for details and openings as those on contract drawings. 2. Indicate coordinate of glazing frames and stops with glass and glazing requirements. 1.3 QUALITY ASSURANCE A. Provide doors and frames complying with Steel Door Institute "Recommended Specifications Standard Steel Doors and Frames" ANSI/SDI-100 and as herein specified. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver doors and frames cardboard -wrapped or crated to provide protection during transit and job storage. B. Inspect doors and frames upon delivery for damage. Minor damages may be repaired provided refinished items are equal in all respects to new work and acceptable to Construction Manager; otherwise, remove and replace damaged items as directed. C. Store doors and frames at building site under cover. Place units on minimum 4 -inches high wood blocking. Avoid use of non - vented plastic or canvas shelters which could create humidity chamber. If cardboard wrapper on door becomes wet, remove carton immediately. Provide 1/4 -inches spaces between stacked doors to promote air circulation. PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering standard steel doors and frames which may be incorporated in the work include; but are not limited to, the following: 1. Standard Steel Doors and Frames: a. Amweld Building Products, Inc. b. Ceco Corp. c. Copco Door Co. d. Curries Company. e. Deansteel Manufacturing Co. f. Fenestra Corp. g. Kewanee Corp. h. Mesker Door Co. i. Pioneer Industries. j. Premier Products, Inc. (Formerly Dittco). k. Republic Builders Products. I. Steelcraft Manufacturing Co. DIVISION 8 - DOORS AND WINDOWS SECTION 08111.1 - STANDARD STEEL DOORS AND FRAMES Fmi FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT 1 NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION ' COMPLEX LUBBOCK, TEXAS 2.2 MATERIALS A. Hot -Rolled Steel Sheets and Strip: Commercial quality carbon steel, pickled and oiled, complying with ASTM A 569 and ASTM A 568. B. Cold -Rolled Steel Sheets: Commercial quality carbon steel, complying with ASTM A 366 and ASTM A 568. C. Supports and Anchors: Fabricate of not less than 18 -gage sheet steel; galvanized where used with galvanized frames. D. Inserts, Bolts, and Fasteners: Manufacturers standard units. Where items are to be built into exterior walls, hot -dip galvanize in compliance with ASTM A 153, Class C or D as applicable. E. Shop Applied Paint: Apply after fabrication. 1. Primer: Rust -inhibitive enamel or paint, either air -drying or baking, suitable as a base for specified finish paints complying with ANSI A224.1, "Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames." 2.3 DOORS A. Provide metal doors of SDI grades and models specified below or as indicated on drawings or schedules: 1. Interior Doors: ANSI/SDI-100, Grade 11, heavy-duty, Model 3 or 4, minimum 18 -gage cold -rolled sheet steel faces. 2. Exterior Doors: ANSI/SDI-100, Grade III, extra heavy-duty, Model 4, minimum 16 -gage galvanized steel faces. 2.4 FRAMES A. Provide metal frames for doors and windows of types and styles as shown on drawings and schedules. Conceal fastenings. Fabricate frames of minimum 16 -gage cold -rolled steel. 1. Fabricate frames with mitered welded corners. B. Door Silencers: Except on weatherstripped frames, drill stops to receive 3 silencers on strike jambs of single -door frames and 2 silencers on heads of double -door frames. C. Plaster Guards: Provide minimum 26 -gage steel plaster guards or mortar boxes at back of hardware cutouts where mortar or other materials might obstruct hardware operation and to close off interior of openings. 2.5 FABRICATION A. Fabricate steel door and frame units to be rigid, neat in appearance and free from defects, warp or buckle. Wherever practicable, fit and assemble units in manufacturer's plant. Clearly identify work that cannot be permanently factory -assembled before shipment, to assure proper assembly at project site. Comply with ANSI/SDI-1100 requirements. 1. Internal Construction: Manufacturer's standard honeycomb, polyurethane, polystyrene, unitized steel grid, vertical steel stiffeners, or rigid mineral fiber core with internal sound deadener on inside of face sheets where appropriate in accordance with SDI standards. 2. Clearances: Not more than 1/8 inch at jambs and heads except between non -fire -rated pairs of doors not more than 1/4 inch. Not more than 3/4 inch at bottom. B. Fabricate exposed faces of doors and panels, including stiles and rails of nonflush units, from only cold -rolled steel. C. Tolerances: Comply with SDI 117 "Manufacturing Tolerances Standard Steel Doors and Frames." D. Fabricate frames, concealed stiffeners, reinforcement, edge channels and moldings from either cold -rolled or hot -rolled steel. E. Fabricate exterior doors, panels, and frames from sheet steel. Close top and bottom edges of exterior doors as integral part of door construction or by addition of minimum 16 -gage inverted steel channels. F. Hardware Preparation: Prepare doors and frames to receive mortised and concealed hardware in accordance with final Door Hardware Schedule and templates provided by hardware supplier. Comply with applicable requirements of ANSI A115 Series Specifications for door and frame preparation for hardware. G. Reinforce doors and frames to receive surface -applied hardware. H. Locate hardware as indicated on final shop drawings or, if not indicated, in accordance with "Recommended Locations for Builders Hardware on Standard Steel Doors and Frames," published by Door and Hardware Institute. 1. Shop Painting: Clean, treat, and paint exposed surfaces of steel door and frame units. DIVISION 8 - DOORS AND WINDOWS SECTION 08111.2 - STANDARD STEEL DOORS AND FRAMES a FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 — MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS 1. Clean steel surfaces of mill scale, rust, oil, grease, dirt, and other foreign materials before application of paint. 2. Apply shop coat of prime paint of even consistency to provide a uniformly finished surface ready to receive finish paint. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Install standard steel doors, frames, and accessories in accordance with final shop drawings, manufacturer's data, and as herein specified. B. Placing Frames: Comply with provisions of SDI -105 "Recommended Erection Instructions For Steel Frames," unless otherwise indicated. 1. Place frames prior to construction of enclosing walls. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is completed, remove temporary braces and spreaders leaving surfaces smooth and undamaged. C. Door Installation: Fit hollow metal doors accurately in frames, within clearances specified in ANSI/SDI-100. 3.2 ADJUST AND CLEAN A. Prime Coat Touch-up: Immediately after erection, sand smooth any rusted or damaged areas of prime coat and apply touch-up of compatible air -drying primer. B. Final Adjustments: Check and readjust operating hardware items, leaving steel doors and frames undamaged and in complete and proper operating condition. END OF SECTION DIVISION 8 - DOORS AND WINDOWS SECTION 08111.3 - STANDARD STEEL DOORS AND FRAMES r w FIRE TRAINING FIELD PROJECT - l CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK TEXAS SECTION 08360 - SECTIONAL OVERHEAD DOORS sr PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 ' ' SUMMARY A. This Section includes sectional overhead doors, steel frame and panels with manual operators. 1.3 SUBMITTALS a-• A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections. B. Product data, roughing -in diagrams, and installation instructions for each type and size of overhead door. Include manufacturer's operating instructions and maintenance data. C. Shop drawings for special components and installations which are not fully dimensioned or detailed in manufacturer's data. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Provide each sectional overhead door as a complete unit produced by a single manufacturer, including frames, sections, brackets, guides, tracks, counterbalance mechanisms, hardware, operators, and installation accessories. h+a B. Inserts and Anchorages: Furnish inserts and anchoring devices that must be coordinated with other building components for unit installation. Provide setting drawings, templates, and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. C. Wind Loading: Design and reinforce sectional overhead doors to withstand a wind -loading pressure determined by the Fort Worth Building Code. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS �... A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. Clopay Overhead Door Co. 2. Ideal Door Corp. ..+ 3. Raynor Garage Door Co. 4. Wayne/Dalton Corp. 5. Overhead Door Corp. 6. Atlas Roll -Lite Overhead Doors. _7. Ceco/Windsorpoor. 8. General American Door Co. 9. Arm -R -Lite Door Manufacturing Co., Inc. B. Model Product: Equal to Overhead Door Corp. 430 Series, ribbed and textured surface, baked -on polyester white interior and exterior, 50k extra cycle springs, with manual operation. 2.2 STEEL SECTIONS A. Construct door sections from galvanized, structural -quality carbon steel sheets complying with ASTM A 446, Grade A, or ASTM A 526, with a minimum yield strength of 33,000 psi, and a minimum G60 zinc coating complying with ASTM A 525. 1. Exterior Steel Sheet Thickness: 0.0164 inch (27 gage). ' 2. End Stiles Thickness: 0.0635 inch (16 gage). 3. Exterior Section Face: Flat, ribbed or fluted, to suit manufacturer's standards. B. Fabricate sections from a single sheet to provide units not more than 24 inches high. Roll horizontal meeting edges to a continuous shiplap, rabbeted, or keyed weather seal, with a reinforcing flange return. C. Reinforce bottom section with a continuous channel or angle conforming to bottom section profile. D. Reinforce sections with continuous horizontal and diagonal reinforcing, as required by door width and design wind loading. Provide galvanized steel bars, struts, trusses or strip steel, formed to depth, and bolted or welded in place. DIVISION 8 - DOORS AND WINDOWS SECTION 08360.1 - SECTIONAL OVERHEAD DOORS FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX _ LUBBOCK, TEXAS E. Finish door sections: Apply manufacturer's standard prime and finish coats, applied to interior and exterior door faces. 2.3 TRACKS, SUPPORTS, AND ACCESSORIES A. Tracks: Provide manufacturer's standard, galvanized -steel track system, sized for door size and weight, and designed for clearances shown. Provide complete track assembly including brackets, bracing and reinforcing for rigid support of ball-bearing roller guides for required door type and size. Slot vertical sections of track at 2 inches o.c. for door -drop safety device. Slope tracks at proper angle from vertical, or otherwise design T to ensure tight closure at jambs when door unit is closed. Weld or bolt to track supports. B. Track Reinforcement and Supports: Provide galvanized -steel track reinforcement and support members. Secure, reinforce and support tracks as required for size and weight of door to provide strength and rigidity without sag, sway, and vibration during opening and closing of doors. C. Support and attach tracks to opening jambs with continuous angle welded to tracks and attached to wall. Support horizontal (ceiling tracks) with continuous angle welded to track and supported by laterally braced attachments to overhead structural members at curve and end of tracks. 2.4 HARDWARE A. General: Provide heavy-duty, rust -resistant hardware, with galvanized or cadmium -plated or stainless steel fasteners, to suit type of door. B. Hinges: Provide heavy steel hinges at each end stile and at each intermediate stile, per manufacturer's recommendations for size of door. Attach hinges to door sections through stiles and rails with bolts and lock nuts or lock washers and nuts. Use rivets or self -tapping fasteners where access to nuts is not possible. C. Rollers: Provide heavy-duty rollers, with steel ball bearings in case-hardened steel races, mounted with varying projections to suit slope of track. -- Provide roller tires to suit size of track (3 -inch diameter for 3 -inch track; 2 -inch diameter for 2 -inch track) and case-hardened steel tires for normal installations. D. Fabricate locking device assembly with mortise lock, spring-loaded dead bolt, chromium -plated operating handle, cam plate, and adjustable locking bar to engage through slots in tracks. Lock cylinder is specified in another Division 8 Section. 2.5 COUNTERBALANCING MECHANISM A. Torsion Spring: Operation by torsion -spring counterbalance mechanism, consisting of adjustable -tension, tempered -steel torsion springs mounted on a cross header tube or steel shaft. Connect to door with galvanized aircraft -type lift cables. Provide springs calibrated for 50,000 cycles minimum. B. Provide cast -aluminum or grey -iron casting cable drums, grooved to receive cable. Mount counterbalance mechanism with manufacturer's standard ball-bearing brackets at each end of shaft. Provide one additional midpoint bracket for shafts up to 16 feet long and two additional brackets at one-third points to support shafts over 16 feet long, unless closer spacing recommended by door manufacturer. C. Include a spring-loaded, steel or bronze cam mounted to bottom door roller assembly on each side, designed to automatically stop door if either cable breaks. D. Provide a spring bumper at each horizontal track to cushion door at end of opening operation. 2.6 MANUAL DOOR OPERATION PART 3 - EXECUTION 3.1 INSTALLATION A. General: Install door, track, and operating equipment complete with necessary hardware, jamb and head mold stops, anchors, inserts, hangers, and equipment supports according to shop drawings, manufacturers instructions, and as specified. B. Fasten vertical track assembly to framing at not less than 24 inches o.c. Hang horizontal track from structural overhead framing with angle or channel hangers, welded and bolt -fastened in place. Provide sway bracing, diagonal bracing, and reinforcing as required for rigid installation of track and door -operating equipment. C. After completing installation, including work by other trades, lubricate, test, and adjust doors to operate easily, free from warp, twist, or distortion and fitting weathertight for entire perimeter. END OF SECTION DIVISION 8 - DOORS AND WINDOWS SECTION 08360.2 - SECTIONAL OVERHEAD DOORS FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT ' NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS SECTION 08710 - DOOR HARDWARE PART 1 - GENERAL 1.1 SUMMARY A. This Section includes items known commercially as finish or door hardware that are required for swing doors, except special types of unique hardware specified in the same sections as the doors and door frames on which they are installed. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 8 Section "Standard Steel Doors and Frames" for silencers integral with hollow metal frames. 1.2 SUBMITTALS A. General: Submit the following: B. Product data including manufacturer a technical product data for each item of door hardware, installation instructions, maintenance of operating parts and finish, and other information necessary to show compliance with requirements. C. Final hardware schedule coordinated with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. 1. Final Hardware Schedule Content: Based on hardware indicated, organize schedule into "hardware sets" indicating complete designations of every item required for each door or opening. Include the following information: a. Type, style, function, size, and finish of each hardware item. b. Name and manufacturer of each item. c. Fastenings and Other pertinent information. d. Location of each hardware set cross referenced to indications on Drawings both on floor plans and in door and frame schedule. e. Explanation of all abbreviations, symbols, and codes contained in schedule. r f. Mounting locations for hardware. g. Door and frame sizes and materials. h. Keying information. 2. Submittal Sequence: Submit final schedule at earliest possible date particularly where acceptance of hardware schedule must precede fabrication of other work that is critical in the Project construction schedule. Include with schedule the product data, samples, shop drawings of other work affected by door hardware, and other information essential to the coordinated review of schedule. 3. Keying Schedule: Submit separate detailed schedule indicating clearly how the Owner's final instructions on keying of locks has been fulfilled. D. Templates for doors, frames, and other work specified to be factory prepared for the installation of door hardware. Check shop drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. 1.3 QUALITY ASSURANCE A. Single Source Responsibility: Obtain each type of hardware (latch and lock sets, hinges, closers, etc.) from a single manufacturer. - B. Supplier Qualifications: A recognized architectural door hardware supplier, with warehousing facilities in the Project's vicinity, that has a record of successful in-service performance for supplying door hardware similar in quantity, type, and quality to that indicated for this Project and that employs an experienced architectural hardware consultant (AHC) who is available to Owner, Architect, and Contractor, at reasonable times during the course of the Work, for consultation. 1. Require supplier to meet with Owner to finalize keying requirements and to obtain final instructions in writing. 1.4 PRODUCT HANDLING A. Tag each item or package separately with identification related to final hardware schedule, and include basic installation instructions with each item or package. B. Packaging of door hardware is responsibility of supplier. As material is received by hardware supplier from various manufacturers, sort and repackage in containers clearly marked with appropriate hardware set number to match set numbers of approved hardware schedule. Two or more identical sets may be packed in same container. r•• C. Inventory door hardware jointly with representatives of hardware supplier and hardware installer until each is satisfied that count is correct. DIVISION 8 - DOORS AND WINDOWS SECTION 08710.1 - DOOR HARDWARE FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS D. Deliver individually packaged door hardware items promptly to place of installation (shop or Project site). E. Provide secure lock-up for door hardware delivered to the Project, but not yet installed. Control handling and installation of hardware items that are not immediately replaceable so that completion of the Work will not be delayed by hardware losses both before and _ after installation. 1.5 MAINTENANCE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions as needed for Owner's continued adjustment, maintenance, and removal and replacement of door hardware. PART2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. Butts and Hinges: a. Bommer Industries, Inc. b. Cal -Royal Products, Inc. c. Hager Hinge Co. d. Lawrence Brothers, Inc. e. McKinney Products Co. f. H. Soss & Company. — g. Stanley Hardware, Div. Stanley Works. 2. Pivots: a. Glynn -Johnson Corp. b. Hager Hinge Co. c. LCN, Div. Ingersoll-Rand Door Hardware Group. d. Norton Door Controls, Div. Yale Security Inc. e. Rixson-Firemark, Div. Yale Security Inc. f. Stanley Hardware, Div. Stanley Works. 3. Key Control System: a. Key Control Systems, Inc. b. Telkee Inc. 4. Cylinders and Locks: a. Arrow Lock Manufacturing Co. b. Best Lock Corp. c. Corbin & Russwin Architectural Hardware, Div. Black & Decker Corp. d. Falcon Lock Co. e. Sargent Manufacturing Company. f. Schlage Lock, Div. Ingersoll-Rand Door Hardware Group. g. Yale Security Inc. 5. Bolts: a. Builders Brass Works Corp. b. Glynn -Johnson Corp. c. Hager Hinge Co. d. H. B. Ives, A Harrow Company. e. Quality Hardware Mfg. Co., Inc.; Div. Newman Tonks, Inc. f. Stanley Hardware, Div. Stanley Works. 6. EAt/Panic Devices: a. Adams Rite Manufacturing Co. b. Arrow Lock Manufacturing Co. c. Corbin & Russwin Architectural Hardware, Div. Black & Decker Corp. d. Dor-O-Matic. e. Monarch Hardware & Mfg. Co., Div Newman Tonks, Inc. f. Precision Hardware, Inc. DIVISION 8 - DOORS AND WINDOWS SECTION 08710.2 - DOOR HARDWARE 1 FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT MLK BLVD & URSULINE STREET FIRE ADMINISTRATION CQMPLEX DIVISION 8 - DOORS AND WINDOWS SECTION 08710.3 - DOOR HARDWARE NOVEMBER 1, 2000 g. Reed Exit Hardware, Div. Yale Security Inc. h. Sargent Manufacturing Company. I. Von Duprin, Div. Ingersoll-Rand Door Hardware Group. j. Yale Security Inc. 7. Push/Pull Units: a. Baldwin Hardware Corp. b. Brookline Industries, Div. Yale Security Inc. c. Corbin & Russwin Architectural Hardware, Div. Black & ker Corp. d. Hager Hinge Co. e. Hiawatha, Inc. f. H. B. Ives, A Harrow Company. g. Triangle Brass Manufacturing Company (Trimco). 8. Overhead Closers: a. Arrow Lock Manufacturing Co. b. Corbin & Russwin Architectural Hardware, Div. Black & Decker Corp. c. Dorma Door Controls International. d. International Door Closers, Inc. e. LCN, Div. Ingersoll-Rand Door Hardware Group. f. Monarch Hardware & Mfg. Co., Div Newman Tonks, Inc. g. Norton Door Controls, Div. Yale Security Inc. h. Rixson-Firemark, Div. Yale Security Inc. i. Sargent Manufacturing Company. j. Yale Security Inc. 9. Door Control Devices: a. Baldwin Hardware Corp. b. Brookline Industries, Div. Yale Security Inc. c. Builders Brass Works Corp. d. Corbin & Russwin Architectural Hardware, Div. Black & Decker Corp. e. Glynn -Johnson Corp. f. Hager Hinge Co. g. H. B. Ives, A Harrow Company. h. Quality Hardware Mfg. Co., Inc.; Div. Newman Tonks, Inc. ++ I. Triangle Brass Manufacturing Company (Trimco). 10. Door Trim Units: a. Baldwin Hardware Corp. b. Brookline industries, Div. Yale Security Inc. c. Builders Brass Works Corp. d. Hager Hinge Co. e. H. B. Ives, A Harrow Company. f. Triangle Brass Manufacturing Company (Trimco). 11. Kick, Mop, and Armor Plates: ..� a. Baldwin Hardware Corp. b. Brookline Industries, Div. Yale Security Inc. c. Corbin & Russwin Architectural Hardware, Div. Black & Decker Corp. d. Hager Hinge Co. e. Hiawatha, Inc. f. H. B. Ives, A Harrow Company. g. Triangle Brass Manufacturing Company (Trimco). 12. Door Stripping and Seals: d.. a. Hager Hinge Co. b. National Guard Products, Inc. c. Pemko Manufacturing Co., Inc. d. Reese Enterprises, Inc. e. Sealeze Corp. f. Ultra Industries. g. Zero International, Inc. DIVISION 8 - DOORS AND WINDOWS SECTION 08710.3 - DOOR HARDWARE NOVEMBER 1, 2000 FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX _ LUBBOCK, TEXAS 13. Thresholds: a. Hager Hinge Co. b. National Guard Products, Inc. c. Pemkb Manufacturing Co., Inc. d. Reese Enterprises, Inc. e. Sealeze Corp. f. Zero International, Inc. 2.2 SCHEDULED HARDWARE A. Requirements for design, grade, function, finish, size, and other distinctive qualities of each type of finish hardware are indicated in the "Hardware Schedule" at the end of this Section. Products are identified by using hardware designation numbers of the following: 1. Manufacturers Product Designations: The product designation and name of one manufacturer are listed for each hardware type required for the purpose of establishing minimum requirements. Provide either the product designated or, where more than one manufacturer is specified under the Article "Manufacturers" in Part 2 for each hardware type, the comparable product of one of the other manufacturers that complies with requirements. 2. ANSI/BHMA designations used elsewhere in this Section or in schedules to describe hardware items or to define quality or function are derived from the following standards. Provide products complying with these standards and requirements specified elsewhere in this Section. a. Butts and Hinges: ANSI/BHMA A156.1. b. Bored and Preassembled Locks and Latches: ANSI/BHMA A156.2. c. Exit Devices: ANSI/BHMA A156.3. d. Door Controls- Closers: ANSI/BHMA A156.4. e. Auxiliary Locks and Associated Products: ANSI/BHMA A156.5. f. Architectural Door Trim: ANSI/BHMA A156.6. g. Template Hinge Dimensions: ANSI/BHMA A156.7. h. Door Controls -Overhead Holders: ANSI/BHMA A156.8. i. Interconnected Locks and Latches: ANSI/BHMA Al 56.12. j. Mortise Locks and Latches: ANSI/BHMA Al 56.13. k. Closer Holder Release Devices: ANSI/BHMA Al 56.15. I. Auxiliary Hardware: ANSI/BHMA A156.16. m. Self -Closing Hinges and Pivots: ANSI/BHMA Al 56.17. n. Materials and Finishes: ANSI/BHMA Al 56.18. 2.3 MATERIALS AND FABRICATION A. Manufacturer's Name Plate: Do not use manufacturers' products that have manufacturers name or trade name displayed in a visible location (omit removable nameplates) except in conjunction with required fire -rated labels and as otherwise acceptable to Construction Manager. B. Base Metals: Produce hardware units of basic metal and forming method indicated using manufacturers standard metal alloy, composition, temper, and hardness, but in no case of lesser (commercially recognized) quality than specified for applicable hardware units for finish designations indicated. C. Fasteners: Provide hardware manufactured to conform to published templates, generally prepared for machine screw installation. Do not provide hardware that has been prepared for self -tapping sheet metal screws, except as specifically indicated. D. Furnish screws for installation with each hardware item. Provide Phillips flat -head screws except as otherwise indicated. Finish exposed (exposed under any condition) screws to match hardware finish or, if exposed in surfaces of other work, to match finish of this other work as closely as possible including "prepared for paint' surfaces to receive painted finish. 2.4 HINGES, BUTTS, AND PIVOTS A. Screws: Provide Phillips flat -head screws complying with the following requirements: 1. For metal doors and frames install machine screws into drilled and tapped holes. 2. Finish screw heads to match surface of hinges or pivots. B. Hinge Pins: Except as otherwise indicated, provide hinge pins as follows: 1. Out -Swing Exterior Doors: Nonremovable pins. C. Number of Hinges: Provide number of hinges indicated but not less than 3 hinges per door leaf for doors 90 inches or less in height and one additional hinge for each 30 inches of additional height. DIVISION 8 - DOORS AND WINDOWS SECTION 08710.4 - DOOR HARDWARE �A u FIRE TRAINING FIELD PROJECT- CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK TEXAS 2.5 LOCK CYLINDERS AND KEYING A. Standard System: Except as otherwise indicated, provide new masterkey system for Project. B. Review the keying system with the Owner and provide the type required (master, grandmaster or great -grandmaster). C. Equip locks with high -security cylinders that comply with performance requirements for Grade 1 cylinders as listed in ANSI/BHMA A156.5 and that have been tested for pick and drill resistance requirements of UL 437 and are UL listed. D. Metals: Construct lock cylinder parts from brass or bronze, stainless steel, or nickel silver. E. Comply with Owners instructions for masterkeying and, except as otherwise indicated, provide individual change key for each lock that is not designated to be keyed alike with a group of related locks. 1. Permanently inscribe each key with number of lock that identifies cylinder manufacturers key symbol, and notation, "DO NOT DUPLICATE." F. Key Material: Provide keys of nickel silver only. r. G. Key Quantity: Furnish 3 change keys for each lock, 5 master keys for each master system, and 5 grandmaster keys for each grandmaster system. 1. Furnish one extra blank for each lock. 2. Deliver keys to Owner. 2.6 KEY CONTROL SYSTEM A. Provide a key control system including envelopes, labels, tags with self-locking key clips, receipt forms, 3 -way visible card index, temporary markers and permanent markers, all as recommended by system manufacturer, with quantity of 150 percent of the number of locks required for the Project. rte+ 1. Provide complete cross index system set up by key control manufacturer. 2.7 LOCKS, LATCHES, AND BOLTS A. Strikes: Provide manufacturers standard wrought box strike for each latch or lock bolt, with curved lip extended to protect frame, finished to match hardware set, unless otherwise indicated. 1. Provide flat lip strikes for locks with 3 -piece, antifriction latchbolts as recommended by manufacturer. 2. Provide roller type strikes where recommended by manufacturer of the latch and lock units. B. Flush Bolt Heads: Minimum of 1/2 -inch -diameter rods of brass, bronze, or stainless steel with minimum 12 -inch -long rod for doors up to T-0" in height. n. C. Exit Device Dogging: where closers are provided on doors equipped with exit devices, equip the units with keyed dogging device to keep the latch bolt retracted, when engaged. 2.8 PUSH/PULL UNITS A. Exposed Fasteners: Provide manufacturers standard exposed fasteners for installation, thru-bolted for matched pairs but not for single units. 2.9 CLOSERS AND DOOR CONTROL DEVICES A. Size of Units: Except as otherwise specifically indicated, comply with the manufacturers recommendations for size of door control unit depending on size of door, exposure to weather, and anticipated frequency of use. 1. Where parallel arms are indicated for closers, provide closer unit one size larger than recommended for use with standard arms. 2. Provide parallel arms for all overhead closers, except as otherwise indicated. B. Access -Free Manual Closers: Where manual closers are indicated for doors required to be accessible to the physically �** handicapped, provide adjustable units complying with ANSI A117.1 provisions for door opening force and delayed action closing. C. Provide black resilient parts for exposed bumpers. 2.10 WEATHERSTRIPPING AND SEALS A. General: Provide continuous weatherstripping on exterior doors and smoke, light, or sound seals on interior doors where indicated OWN DIVISION 8 -DOORS AND WINDOWS SECTION 08710.5 - DOOR HARDWARE FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT yj NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS or scheduled. Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. B. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strip is easily replaceable and readily available from stocks maintained by manufacturer. C. Weatherstripping at Jambs and Heads: Provide bumper -type resilient insert and metal retainer strips, surface applied unless shown as mortised or semimortised. D. Weatherstripping at Door Bottoms: Provide threshold consisting of contact -type resilient insert and metal housing of design and size scheduled. 2.11 THRESHOLDS A. General: Except as otherwise indicated, provide standard metal threshold unit of type, size, and profile as shown or scheduled. B. Exterior Hinged or Pivoted Doors: Provide units not less than 4 inches wide, formed to accommodate change in floor elevation where indicated, fabricated to accommodate door hardware and to fit door frames. 2.12 HARDWARE FINISHES A. Match items to the manufacturer's standard color and texture finish for the latch and lock sets (or push-pull units if no latch or lock sets). B. Provide finishes that match those established by BHMA. C. Provide quality of finish, including thickness of plating or coating (if any), composition, hardness, and other qualities complying with manufacturer's standards, but in no case less than specified by referenced standards for the applicable units of hardware. D. Provide protective lacquer coating on all exposed hardware finishes of brass, bronze, and aluminum, except as otherwise indicated. The suffix "-NL" is used with standard finish designations to indicate "no lacquer." E. The designations used in schedules and elsewhere to indicate hardware finishes are those listed in ANSI/BHMA A156.18, "Materials and Finishes," including coordination with the traditional U.S. finishes shown by certain manufacturers for their products. PART 3 - EXECUTION 3.1 INSTALLATION A. Mount hardware units at heights indicated in following applicable publications, except as specifically indicated or required to comply with governing regulations and except as otherwise directed by the Construction Manager. 1. "Recommended Locations for Builders Hardware for Standard Steel Doors and Frames" by the Door and Hardware Institute. 2. NWWDA Industry Standard I.S.1.7, "Hardware Locations for Wood Flush Doors." B. Install each hardware item in compliance with the manufacturer's instructions and recommendations. Where cutting and fitting is required to install hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation or application of surface protection with finishing work specified in the Division 9 Sections. Do not install surface -mounted items until finishes have been completed on the substrates involved. C. Set units level, plumb, and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. D. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors in accordance with industry standards. E. Set thresholds for exterior doors in full bed of butyl -rubber or polyisobutylene mastic sealant. F. Weatherstripping and Seals: Comply with manufacturer's instructions and recommendations to the extent installation requirements are not otherwise indicated. 3.2 ADJUSTING, CLEANING, AND DEMONSTRATING A. Adjust and check each operating item of hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate freely and smoothly or as intended for the application made. 1. Where door hardware is installed more than one month prior to acceptance or occupancy of a space or area, return to the installation during the week prior to acceptance or occupancy and make final check and adjustment of all hardware items in such space or area. Clean operating items as necessary to restore proper function and finish of hardware and doors. Adjust door control devices to compensate for final operation of heating and ventilating equipment. DIVISION 8 - DOORS AND WINDOWS SECTION 08710.6 - DOOR HARDWARE DIVISION 8 - DOORS AND WINDOWS SECTION 08710.7 - DOOR HARDWARE FIRE TRAINING FIELD PROJECT r CITY OF LUBBOCK FIRE DEPARTMENT - / NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS B. Clean adjacent surfaces soiled by hardware installation. 3.3 HARDWARE SCHEDULE A. General: Provide hardware for each door to comply with requirements of Section "Door Hardware," hardware set numbers indicated in the following schedule of hardware sets. r-• 1. Hardware sets indicate quantity, item, manufacturer and product designation, size, and finish or color, as applicable. B. SCHEDULE HEADING NO. 1- Doors 1, 2, and 3 3 EA BUTTS TA2714 4-1/2 X 4-1/2 NRP USP MCKINNEY ,.. 1 EA LATCHSET 6U150B US26D SARGENT 1 EA DEADLOCK 4874 US26D SARGENT 1 EA CLOSERS EN1230-PSH X TB ALUM SARGENT 1 EA STOP & HOLDER 1223-5WS US26D TRIMCO 1 EA W/STRIPPING 45W2AP X LENGTH REQ. ALUM PEMKO 1 EA THRESHOLD 170A X LENGTH REQ. ALUM PEMKO HEADING NO.2 - Doors 4 and 5 r� 3 EA BUTTS TA2714 4-1/2 X 4-1/2 NRP USP MCKINNEY 1 EA LOCKSET 65G05KL US26D SARGENT 1 EA CLOSERS ENI 230 -PSH X TB ALUM SARGENT 1 EA STOP & HOLDER 1223-5WS US26D TRIMCO 1 EA W/STRIPPING 45062AP X LENGTH REQ. ALUM PEMKO 1 EA THRESHOLD 170A X LENGTH REQ. ALUM PEMKO HEADING NO.3 - Doors 6 and 7 1 EA LOCK CYLINDER 34 US26D SARGENT END OF SECTION DIVISION 8 - DOORS AND WINDOWS SECTION 08710.7 - DOOR HARDWARE FIRE TRAINING FIELD PROJECT - CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX _ LUBBOCK, TEXAS SECTION 09900 - PAINTING PART1-GENERAL 1.1 SUMMARY A. This Section includes surface preparation, painting, and finishing of exposed interior and exterior items and surfaces. 1. Surface preparation, priming, and finish coats specified in this Section are in addition to shop -priming and surface treatment specified under other Sections. B. Paint exposed surfaces whether or not colors are designated in schedules, except where a surface or material is specifically indicated not to be painted or is to remain natural. Where an item or surface is not specifically mentioned, paint the same as similar adjacent materials or surfaces. If color or finish is not designated, the Construction Manager will select from standard colors or finishes available. 1. Painting includes field -painting exposed bare and covered pipes, hangers, exposed steel and iron work. C. Painting is not required on prefinished items, finished metal surfaces, concealed surfaces, operating parts, and labels. 1. Prefinished items not to be painted include the following factory -finished components: a. Finished electrical equipment. b. Light fixtures. c. Electric switchgear. d. Electric distribution cabinets. e. HVAC air distribution equipment. f. Roof panels. g. Sheet metal trim and flashing. h. Roof accessories. i. Door hardware. D. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 8 Section "Standard Steel Doors and Frames" for shop -priming steel doors and frames. 1.2 SUBMITTALS A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections. B. Product data for each paint system specified, including block fillers and primers. 1. Provide the manufacturer's technical information including label analysis and instructions for handling, storage, and application of each material proposed for use. 2. List each material and cross-reference the specific coating, finish system, and application. Identify each material by the manufacturers catalog number and general classification. 3. Certification by the manufacturer that products supplied comply with local regulations controlling use of volatile organic compounds (VOCs). C. Samples for initial color selection in the form of manufacturers color charts. 1. After color selection, the Construction Manager will furnish color chips for surfaces to be coated. D. Samples for Verification Purposes: Provide samples of each color and material to be applied, with texture to simulate actual conditions, on representative samples of the actual substrate. 1. Provide stepped samples, defining each separate coat, including block fillers and primers. Use representative colors when preparing samples for review. Resubmit until required sheen, color, and texture are achieved. 2. Provide a list of material and application for each coat of each sample. Label each sample as to location and application. 3. Submit samples on the following substrates for the Construction Managers review of color and texture only: a. Concrete Masonry: Provide two 4 -by -8 -inch samples of masonry, with mortar joint in the center, for each finish and color. —. b. Ferrous Metal: Provide two flinch -square samples of flat metal and two 8 -inch -long samples of solid metal for each color and finish. 1.3 QUALITY ASSURANCE A. Applicator Qualifications: Engage an experienced applicator who has completed painting system applications similar in DIVISION 9 - FINISHES SECTION 09900.1 - PAINTING r FIRE TRAINING FIELD PROJECT f- CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS material and extent to those indicated for the Project that have resulted in a construction record of successful in-service performance. B. Single -Source Responsibility: Provide primers and undercoat paint produced by the same manufacturer as the finish coats. C. Field Samples: On wall surfaces and other exterior and interior components, duplicate finishes of prepared samples. Provide full -coat finish samples on at least 100 sq. ft. of surface until required sheen, color, and texture are obtained; simulate finished lighting conditions for review of in-place work. 1. Final acceptance of colors will be from job -applied samples. 2. The Construction Manager will select one room or surface to represent surfaces and conditions for each type of coating and substrate to be painted. Apply coatings in this room or surface according to the schedule or as specified. a. After finishes are accepted, this room or surface will be used to evaluate coating systems of a similar nature. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the job site in the manufacturer's original, unopened packages and containers bearing manufacturer's name and label, and the following information: 1. Product name or title of material 2. Product description (generic classification or binder type). 3. Manufacturers stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. B. Store materials not in use in tightly covered containers in a well -ventilated area at a minimum ambient temperature of 45 deg F (7 deg C). Maintain containers used in storage in a clean condition, free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mincing, and application. 1.5 JOB CONDITIONS A. Apply water-based paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 50 deg F (10 deg C) and 90 deg F (32 deg C). B. Apply solvent -thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 deg F (7 deg C) and 95 deg F (35 deg C). C. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or at temperatures less than 5 .. deg F (3 deg C) above the dew point; or to damp or wet surfaces. 1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by the manufacturer during application and drying periods. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. Devoe and Raynolds Co. (Devoe). 2. Fuller O'Brien (Fuller). 3. The Glidden Company (Glidden). 4. Benjamin Moore and Co. (Moore). 5. PPG Industries, Pittsburgh Paints (PPG). 6. Pratt and Lambert (P & L). 7. The Sherwin-Williams Company (S -W). 2.2 PAINT MATERIALS, GENERAL A. Material Compatibility: Provide block fillers, primers, finish coat materials, and related materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by the manufacturer based on testing and field experience. OM DIVISION 9 - FINISHES SECTION 09900.2 - PAINTING FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS B. Material Quality: Provide the manufacturer's best -quality trade sale paint material of the various coating types specified. Paint material containers not displaying manufacturer's product identification will not be acceptable. 1. Proprietary Names: Use of manufacturer's proprietary product names to designate colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish the manufacturer's material data and certificates of performance for proposed substitutions. C. Colors: Provide color selections made by the Construction Manager from the manufacturer's full range of standard colors. 2.3 PRIMERS A. Primers: Provide the manufacturer's recommended factory -formulated primers that are compatible with the substrate and finish coats indicated. B. Available Products: Subject to compliance with requirements, prime coat materials that may be incorporated in the Work include, but are not limited to, the following: 1. Ferrous Metal Primers: Synthetic, quick -drying, rust -inhibiting primers. a. Devoe: 13101 Mirrolac Cover Up Rust Penetrating Primer:- b. Fuller: 621-04 Blox-Rust Alkyd Metal Primer. c. Glidden: 5210 Glid-Guard Universal Fast -Dry Metal Primer. d. Moore: IronClad Retardo Rust -Inhibitive Paint #163. e. PPG: 6-208 Red Inhibitive Metal Primer. f. P & L: Effecto Rust -Inhibiting Primer. g. S -W: Kern Kromik Metal Primer B50N2/B50W1. 2. Ferrous Metal Primers: Alkyd -type primers a. Devoe: 41820 Bar -Ox Alkyd Shop/Field Primer Grey. b. Fuller: 621-05 Blox-Rust Latex Metal Primer. c. Glidden: 5205 Glid-Guard Tank and Structural Primer. d. Moore: IronClad Retardo Rust -Inhibitive Paint #163. e. PPG: 6-612 Speedhide Inhibitive White Primer. f. P & L: Effecto Primer Red or White. g. S -W: Kern Kromik Metal Primer B50N2/B50W1. 3. Galvanized Metal Primers: a. Devoe: 13201 Mirrolac Galvanized Metal Primer. b. Fuller: 621-05 Blox-Rust Latex Metal Primer. c. Glidden: 5229 Glid-Guard All -Purpose Metal Primer. d. Moore: IronClad Galvanized Metal Latex Primer #155. e. PPG: 6-215/216 Speedhide Galvanized Steel Primer. f. P & L: P & L Interior Trim Primer. g. S -W: Galvite B50W3. 4. Aluminum Primers: a. Devoe: 41820 Bar -Ox Alkyd Shop/Field Primer Grey. b. Fuller: 621-05 Blox-Rust Latex Metal Primer. C. Glidden: 5229 Glid-Guard All -Purpose Metal Primer. d. Moore: No Primer Required. e. PPG: 6-712 Speedhide Inhibitive Metal Primer, White. f. P & L: Effecto Primer Red or White. g. S -W: No Primer Necessary. 2.4 UNDERCOAT MATERIALS A. Undercoat Materials: Provide the manufacturer's recommended factory -formulated undercoat materials that are compatible with the substrate and finish coats indicated. B. Available Products: Subject to compliance with requirements, undercoat materials that may be incorporated in the Work include, but are not limited to, the following: 1. Interior Enamel Undercoat: Ready -mixed enamel. a. Devoe: 51701 Wonder -Prime Interior All Purpose Latex Primer Sealer & Vapor Barrier. b. Fuller: 220-06 Interior Alkyd Wall Primer Sealer. DIVISION 9 - FINISHES SECTION 09900.3 - PAINTING 0 y FIRE TRAINING FIELD PROJECT - 4 CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK'TEXAS c. Glidden: 4200 Spred Ultra Semi -Gloss Enamel. .■* d. Moore: Moore's Alkyd Enamel Underbody #217. e. PPG 6-6 Speedhide Quick -Dry Enamel Undercoater. f. P & L: E6 Enamel Undercoater. g. S -W: ProMar 200 Latex Wall Primer B28W200. 2.5 EXTERIOR FINISH PAINT MATERIAL A. Finish Paint: Provide the manufacturer's recommended factory -formulated finish -coat materials that are compatible with the substrate and undercoats indicated. L B. Available Products: Subject to compliance with requirements, finish coat materials that may incorporated in the Work include, but are not limited to, the following: A+ 1. Masonry Block Sealer, weather -resistant, flat. a. Acme: Prime -A -Pell 2. Gloss Alkyd Enamel: Weather -resistant, high -gloss enamel. a. Devoe: 70XX Mirrolac Interior/Exterior Alkyd -Urethane Gloss Enamel. b. Fuller: 312 -XX EPA Compliant Heavy Duty Enamel. c. Glidden: 4500 Glid-Guard Industrial Enamel. d. Moore: Impervo High -Gloss Enamel #133. e. PPG: 54 Line Quick -Dry Enamel. f. P & L: Effecto Enamel. g. S -W: Industrial Enamel B-54 Series. 3. Lusterless Alkyd Enamel: Flat, alkyd -based enamel. a. Devoe: 564XX De -Vo -Ko Lo -Lustre Alkyd H.P. b. Moore: Moore's PentaFlex Flat House Paint #114. " c. PPG: 50-52 Exterior Alkyd Flat Paint. d. S -W: ProMar Alkyd Flat Exterior Finish B38 Series. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions under which painting will be performed for compliance with paint application requirements. ,., Surfaces receiving paint must be thoroughly dry before paint is applied. 1. Do not begin to apply paint until unsatisfactory conditions have been corrected. 2. Start of painting will be construed as the Applicator's acceptance of surfaces and conditions within a particular area. .�., B. Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers. 1. Notify the Construction Manager about anticipated problems using the materials specified over substrates primed by others. 3.2 PREPARATION 7!A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted, or provide surface -applied protection prior to surface preparation and painting. Remove these items, if necessary, to completely paint the items and adjacent surfaces. Following completion of painting operations in each space or area, have items reinstalled by workers skilled in the trades involved. B. Cleaning: Before applying paint or other surface treatments, clean the substrates of substances that could impair the bond of the various coatings. Remove oil and grease prior to cleaning. Schedule cleaning and painting so dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. r** C. Surface Preparation: Clean and prepare surfaces to be painted according to the manufacturer's instructions for each particular substrate condition and as specified. 1. Provide barrier coats over incompatible primers or remove and reprime. Notify Construction Manager in writing about anticipated problems using the specified finish -coat material with substrates primed by others. 2. Cementitious Materials: Prepare concrete masonry block surfaces to be painted. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen, as required, to remove glaze. If hardeners or sealers have been used to DIVISION 9 - FINISHES SECTION 09900.4 - PAINTING FIRE TRAINING FIELD PROJECT 3,- CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS improve curing, use mechanical methods of surface preparation. a. Use abrasive blast -cleaning methods if recommended by the paint manufacturer. b. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and burn, correct this condition before application. Do not paint surfaces where moisture content exceeds that permitted in manufacturer's printed directions. 3. Ferrous Metals: Clean ungalvanized ferrous metal surfaces that have not been shop -coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with recommendations of the Steel Structures Painting Council (SSPC). a. Blast steel surfaces clean as recommended by the paint system manufacturer and according to requirements of SSPC specification SSPC-SP 6. b. Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before priming. c. Touch up bare areas and shop -applied prime coats that have been damaged. Wire -brush, clean with solvents recommended by the paint manufacturer, and touch up with the same primer as the shop coat. 4. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum-based solvents so that the surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. D. Materials Preparation: Carefully mix and prepare paint materials according to manufacturer's directions. Maintain containers used in mixing and applying paint in a clean condition, free of foreign materials and residue. -- Stir material before application to produce a mixture of uniform density; stir as required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using. Use only thinners approved by the paint manufacturer and only within recommended limits. E. Tinting: Tint each undercoat a lighter shade to facilitate identification of each coat where multiple coats of the same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat. 3.3 APPLICATION A. General: Apply paint according to manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film. 1. Paint colors, surface treatments, and finishes are indicated in the schedules. 2. Provide finish coats that are compatible with primers used. 3. The number of coats and the film thickness required are the same regardless of the application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer. Sand between applications where sanding is required to produce a smooth even surface according to the manufacturer's directions. 4. Apply additional coats if undercoats, stains, or other conditions show through final coat of paint until paint film is of uniform finish, color, and appearance. Give special attention to ensure that surfaces, including edges, comers, crevices, welds, and exposed fasteners, receive a dry film thickness equivalent to that of flat surfaces. 5. Finish exterior doors on tops, bottoms, and side edges same as exterior faces. 6. Omit primer on metal surfaces that have been shop -primed and touch-up painted. C. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. ` Allow sufficient time between successive coats to permit proper drying. Do not recoat until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure, and where application of another coat of paint does not cause the undercoat to lift or lose adhesion. D. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators according to the manufacturer's directions. Brushes: Use brushes best suited for the material applied. Rollers: Use rollers of carpet, velvet back, or high -pile sheep's wool as recommended by the manufacturer for the material and texture required. Spray Equipment: Use airless spray equipment with orifice size as recommended by the manufacturer for the material and texture required. E. Minimum Coating Thickness: Apply materials no thinner than the manufacturer's recommended spreading rate. Provide the total dry film thickness of the entire system as recommended by the manufacturer. DIVISION 9 - FINISHES SECTION 09900.5 - PAINTING FIRE TRAINING FIELD PROJECT - CITY OF LUBBOCK FIRE DEPARTMENT - NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK TEXAS F. Block Fillers: Apply block fillers to concrete masonry block at a rate to ensure complete coverage with pores filled. e�+ G. Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by the manufacturer, to material that is required to be painted or finished and that has not been prime -coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no bum -through or other defects due to insufficient sealing. H. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no evidence of rolling such as laps, irregularity in texture, skid marks, or other surface imperfections. 1. Pigmented (Opaque) Finishes: Completely cover to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not - be acceptable. A,. J. Transparent (Clear) Finishes: Use multiple coats to produce a glass -smooth surface film of even luster. Provide a finish free of laps, cloudiness, color irregularity, runs, brush marks, orange peel, nail holes, or other surface imperfections. 1. Provide satin finish for final coats. K. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with specified requirements. 3.4 CLEANING A. Cleanup: At the end of each work day, remove empty cans, rags, rubbish, and other discarded paint materials from the site. 3.5 PROTECTION w� A. Protect work of other trades, whether being painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting, as acceptable to Construction Manager. B. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protective wrappings provided by others to protect their work after completing painting operations. 1. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 EXTERIOR PAINT SCHEDULE A. General: Provide the following paint !systems for the various substrates indicated. B. Concrete Masonry Units: 1. Masonry Block Sealer, weather -resistant, flat: One coat over prefinished color. a. Acme: Prime -A -Pell C. Ferrous Metal: Primer is not required on shop -primed items. 1. Lusterless Alkyd Enamel: Two finish coats over primer. a. Primer: Synthetic rust -inhibiting primer. 1) Devoe: 14920 Bar -Ox Quick Dry Metal Primer, Red. ems. 2) Moore: IronClad Retardo Rust -Inhibitive Paint #163. 3) PPG: 6-208 Red Inhibitive Metal Primer. 4) S -W: Kern Kromik Metal Primer B50N2/B50W1. b. First and Second Coats: Lusterless alkyd enamel. 1) Devoe: 564XX De -Vo -Ko Lo -Lustre Alkyd H.P. 2) Moore: Moore's PentaFlex Flat House Paint #114. 3) PPG: 50-52 Snolite Exterior Alkyd Flat House Paint. ,.., 4) S -W: ProMar Alkyd Flat Exterior Finish B38 Series. D. Zinc -Coated Metal �.. 1. High -Gloss Alkyd Enamel: Two finish coats over primer. a. Primer: Galvanized metal primer. ow DIVISION 9 - FINISHES SECTION 09900.6 - PAINTING FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS 1) Devoe: 13201 Mirrolac Galvanized Metal Primer. 2) Fuller: 621-05 Blox-Rust Latex Metal Primer. 3) Glidden: 5229 Glid-Guard All -Purpose Metal Primer. 4) Moore: IronClad Galvanized Metal Latex Primer #155. 5) PPG: 6-2151216 Speedhide Galvanized Steel Primer. 6) P & L: Interior Trim Primer. 7) S -W: Galvite B50W3. b. First and Second Coats: Gloss alkyd enamel. 1) Devoe: 70XX Mirrolac Interior/Exterior Alkyd -Urethane Gloss Enamel. 2) Fuller: 312 -XX EPA Compliant Heavy Duty Enamel. 3) Glidden: 4500 -Line Glid-Guard Industrial Enamel. 4) Moore: Impervo High -Gloss Enamel #133. 5) PPG: 54 Line Quick -Dry Enamel. 6) P & L: Effecto Enamel. 7) SW Industrial Enamel B-54 Series. END OF SECTION DIVISION 9 - FINISHES SECTION 09900.7 - PAINTING DIVISION 13 - SPECIAL CONSTRUCTION SECTION 013122.1 - PRE-ENGINEERED BUILDING SYSTEMS FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS SECTION 13122- PRE-ENGINEERED BUILDING SYSTEMS PART 1 -GENERAL 1.1 SECTION INCLUDES A. Designed, pre-engineered and shop fabricated structural steel building frame. B. Wall, roof, parapet & fascia components. ,* 1.2 RELATED SECTIONS A. Section 03300 - Cast -in -Place Concrete: Placement of anchor bolts. B. Section 08111 - Standard Steel Doors and Frames ^ C. Section 08360 - Sectional Overhead Doors 1.3 REFERENCES A. AISC - Specification for the Design, Fabrication and Erection of Structural Steel for Buildings. B. ASTM A36 - Structural Steel. C. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. D. ASTM A325'- High Strength Bolts for Structural Steel Joints. .. E_ ASTM A529 - Structural Steel with 42,000 psi (290 MPa) Minimum Yield Point. F. AWS A2.0 -Standard Welding Symbols. ei G. AWS D1.1 - Structural Welding Code. H. _ SSPC - Steel Structures Painting Council. 1.4 SYSTEM DESCRIPTION A. Clear span rigid frame. B. Primary Framing: Rigid frame of rafter beams and columns, end wall columns and wind bracing. C. Secondary Framing: Purlins, girts, eave struts, flange bracing, clips, and other items detailed. D. Wall and Roof System: Preformed metal panels of vertical profile, and accessory components, non -insulated. 1.5 DESIGN REQUIREMENTS A. Members to withstand dead load, applicable snow load, and design loads due to pressure and suction of wind calculated in accordance with the Uniform Building Code, edition as adapted by the City of Lubbock. Coordinate design of wind bracing with the Architect. B. Size and fabricate wall and roof systems free of distortion or defects detrimental to appearance or performance. Exterior wall and roof system to withstand imposed loads with maximum allowable deflection of span of 1/180 and maximum allowable horizontal sway of H/100 (based on a 10 year wind). C. Assembly to permit movement of components without buckling, failure of joint seals, undue stress on fasteners or other detrimental effects, when subject to temperature range of 80 degrees F. D. Provide U.L. Class 90 wind uplift rating and Factory Mutual Class 1 Fire Rating roof system. 1.6 SUBMITTALS A. Shop Drawings: Indicate assembly dimensions, locations of structural members, connections, attachments, openings, cambers, and loads. Prepare shop drawings under seal of a professional structural engineer registered in State of Texas. B. Indicate wall and roof system dimensions, panel layout, general construction details, anchorages and method of anchorage, method or installation. C. Indicate framing anchor bolt settings, sizes, and locations from datum, foundation loads. DIVISION 13 - SPECIAL CONSTRUCTION SECTION 013122.1 - PRE-ENGINEERED BUILDING SYSTEMS r FIRE TRAINING FIELD PROJECT CITY OF LUBBOCK FIRE DEPARTMENT NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS D. Indicate welded connections with AWS A2.0 welding symbols. Indicate net weld lengths. E. Product Data: Provide data on profiles, component dimensions, and fasteners. F. Manufacturer's Installation Instructions: Indicate preparation requirements, and assembly sequence. _ 1.7 QUALITY ASSURANCE A. Fabricate structural steel members in accordance with. AISC - Specification for the Design, Fabrication and Erection of Structural Steel for Buildings. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the products specified in this Section with minimum three years experience. -- B. Design structural components under direct supervision of a Professional Structural Engineer experienced in design of this work and licensed in the State of Texas. 1.9 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. PART 2 -PRODUCTS - 2.1 Available Manufacturers: Subject to compliance with requirements, manufacturers offering metal building systems that may be incorporated in the work include but are not limited to the following: 1. A & S Building Systems, Inc. 2. American Buildings Co. 3. American Steel Building Co., Inc. 4. Armco Steelox Building Systems. 5. Atlantic Building Systems. 6. Behlen Manufacturing Co. 7. Bigbee Steel Buildings, Inc. 8. Butler Manufacturing Co. 9. Ceco Buildings Division. - 10. Chief Industries, Inc. 11. Mesco Metal Buildings Corp. 12. Southern Structures, Inc. 13. Space Master Buildings. 14. Star Buildings Division, H. H. Robertson Co. 15. United Structures of America. 16. Varco-Pruden Buildings. 17. Whirlwind Steel Buildings, Inc. 2.2 MATERIALS - FRAMING A. Structural Steel Members: ASTM A36, A529, A572, Grade 50. B. Structural Tubing: ASTM A500, Grade [B] A501. C. Plate or Bar Stock: ASTM A529. D. Anchor Bolts: ASTM A307, unprimed. E. Bolts, Nuts, and Washers: ASTM A325. F. Welding Materials: AWS D1.1; type required for materials being welded. G. Primer: SSPC 15, Type 1, Red Oxide. H. Grout: Non -shrink type, premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents, capable of developing minimum compressive strength of 2400 psi in two days. 2.3 MATERIALS - WALL AND ROOF SYSTEM A. Sheet Steel Stock: ASTM A446 Grade A. B. Fasteners: Manufacturer's standard type, galvanized to ASTM A386 2.0 oz/sq ft finish to match adjacent surfaces when exterior exposed. DIVISION 13 - SPECIAL CONSTRUCTION SECTION 013122.2 - PRE-ENGINEERED BUILDING SYSTEMS FIRE TRAINING FIELD PROJECT - CITY OF LUBBOCK FIRE DEPARTMENT - NOVEMBER 1, 2000 MLK BLVD & URSULINE STREET FIRE ADMINISTRATION COMPLEX LUBBOCK, TEXAS C. Roof Panels (Systems): 1. Equal to Butler MR -24 roof system, 24" wide, 2 3i4 high standing seam, 24 gage steel coated with a layer of Galvalume, complete with panel clips, ridge and flashing assemblies, etc.' D. Exterior Wall Panels: Equal to Butler "Butlerib II" or "Shadowrib" wall panels, trim, fasteners, etc., with Kynar 500 standard color as selected by the Architect. 2.4 FABRICATION - FRAMING A. Fabricate members in accordance with AISC Specification for plate, bar, tube, or rolled structural shapes. B. Anchor Bolts: Formed with bent shank, assembled with template for casting into concrete. �.� C. Provide framing for openings. 2.5 FABRICATION -WALL AND ROOF SYSTEMS A. Girts/Purlins: Rolled formed structural shape to receive siding, roofing sheet. B. Internal and external Comers: Same material thickness and finish as adjacent material, profile shop cut and factory mitered to required angles. Back brace mitered internal corners. !^' C. Flashings, Closure Pieces: Same material and finish as adjacent material, profile to suit system. D. Fasteners: To maintain load requirements, and weathertight installation, same finish as cladding, non- corrosive type. 2.6 FINISHES A. Framing Members: Clean, prepare, and shop prime. PART 3 - EXECUTION �*s 3.1 EXAMINATION A. Verify that foundation, floor slab, mechanical and electrical utilities, and placed anchors are in correct position. 3.2 ERECTION - FRAMING A. Erect framing in accordance with AISC Specification. B. Provide for erection and wind loads. Provide temporary bracing to maintain structure plumb and in alignment until completion of erection and installation of permanent bracing. C. Set column base plates with non -shrink grout to full plate bearing. D. Do not field cut or alter structural members without approval of Architect/Engineer. E. After erection, prime welds, abrasions, and surfaces not shop primed. s�+ 3.3 ERECTION -WALL AND ROOFING SYSTEMS A. Install in accordance with manufacturers instructions. ... B. Exercise care when cutting prefinished material to ensure cuttings do not remain on finish surface. C. Fasten cladding system to structural supports, aligned level and plumb. 3.4 TOLERANCES A. Framing Members: 1/4 inch from level; 1/8 inch from plumb. B. Siding and Roofing: 1/8 inch from true position. END OF SECTION r DIVISION 13 - SPECIAL CONSTRUCTION SECTION 013122.3 - PRE-ENGINEERED BUILDING SYSTEMS